Loading...
HomeMy WebLinkAboutC-2300 - Miscellaneous Resurfacing & Reconstruction, 1981-82f CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 September 7, 1982 Sully- Miller P.O. Box 432 Orange, CA 92667 Subject: Surety Co.: Seaboard Surety Company Bond No.: 909450 Project: Miscellaneous Resurfacing & Reconstruction Contract No.: C -2300 The City Council on August 9, 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 has been recorded. The Notice of Completion was recorded with the Orange County Recorder on August 20, 1982, Reference No. 82- 293482. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, 1 Wanda E. Andersen City Clerk WEA:lr CC: Public Works File 3300 Newport Boulevard, Newport Beach REOUE� BY • Tease return to RDO City Clerk ityr of Newport Beach 3300 Newport Blvd. P.O. Box 1768 yVewport Beam, CA 92663 -3884. NO Gaiisinuu�"ATION 82-2S,682 rm,m„ ? e,0.* R IN OFFICIAL ECOR EXEMPT COUNlY, CALIFORNIA C12 M AUG20,82 NOTICE OF COMPLETION PUBLIC WORKS 7'o All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on August 9, 1982 the Public Works project consisting of Miscellaneous resurfacing and reconstruction for 1981 -82 (C -2300) on which Sttll -Mi llart P_fl_ Rnw L"39 (bongo, CA 99667 was the contractor, and Seaboard Surety Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH r i Pub is 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 August 13, 1982 at Newport Beach, California. 4�1' �_' k4 Pic Works Director „�� ppvn :�, 17 �., 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 August 9. 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 August 13, 1982 at Newport Beach, California. City Clerk C7 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92063 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 August 16, 1982 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Enclosed for recordation are three Notice of Completions of Public Works projects consisting of: 1. Santa Ana Avenue Mudjacking, Contract No. 2315 on which James Lenihan Co. was the Contractor and Fremont Indemnity Co, was the Surety. 2. Miscellaneous resurfacing and reconstruction 1981 -82, Contract No. 2300 on which Sully- Miller Contracting Co. was the Contractor and Seaboard Surety Company was the Surety. 3. 1981 -82 Sewer Main Replacement Program, Contract No. 2200 on which George Dakovich & Son, Inc. was the Contractor and Covenant Mutual Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:Ir encs. 3300 Newport Boulevard, Newport Beach E AUG 09 1982 TO: CITY COUNCIL By fha CITY COUNCIL FROM: Publ is Works Departs OF NeWFORT WACH August 9, 1982 C - a30_D TY COUNCIL AGENDA ITEM NO. F--/ Q� SUBJECT: ACCEPTANCE OF MISCELLANEOUS STREET RESURFACING AND RECONSTRUCTION, 1981 -82 (C -2300) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the street resurfacing and reconstruction (1981- 82) has been completed to the satisfaction of the Public Works Department. The bid price was $274,250.00 Amount of unit price items constructed 347,133.26 Amount of change orders (non -unit price items) 6,255.00 Total contract cost $353,388.26 Funds were budgeted in the General Fund Because of the low unit prices received, at the time of contract award the Council authorized the staff to negotiate a project change order to add the Shorecliffs area to the resurfacing program. This additional resurfacing was done in lieu of a portion of the slurry seal program origi- nally budgeted. This work accounts for the increase in unit price items. The other change order work provided for replacement of concrete cross gutters and additional traffic striping. The design engineering was performed by the Public Works Depart- ment. The contractor is Sully- Miller Contracting Co., Inc., of Orange, California. The contract date of completion was July 30, 1982. The work was completed on July 21, 1982. t ��kz Benjamin B. Nolan Public Works Director GPD:jd Att. r� Streets fo be Resvrface�/ iPeconsirucled Ir 49 u��A?VLyAi�� Al lk 1,7 —3 JL CL•1' C dI �✓ �1 / %> \1 ,2 � N(Ir r� I� J JiJ /tom Lll•,,,,,_ a i ( y .S_ ✓�e �. /�� �•s / �)r��f ��(( JI Jlrc � J� �I� ��r � °�Ir � 'F � �� it �1 � J /_� �� Ir r � � 1�! r, '' •"' -•,ti, r ;vil Kr rl_�C l �� -.. � � � �� � � • o,Kr,,.M +�psbr a e I n, / i'J� a' �' s r .fir ` i✓ '+ •�1 : ro \ \�•r. '�k 11 \(�— _ r__ —�� - nr��.. �itwa 1. � Vt ' � .°r as .f ,...n.r ••r. '. r, i. r �+'Jl•S! -�. � 'iJ4r�ro Ml irr,r °` ; ..``, �� � CITY OF NEWPORT BEACH DRAWN L DATE PUBLIC WORKS DEPARTMENT APPROVED M /SC£LLANZ-OUS R£SURfACING st`�rP ZU` AND RECONSTRUCT /0/!/ DRAWING NO- I 7 S�teetf to be Resvrf4ced 9 Y I e P d /r g'� 4 e..• •� � / Nr' m I i flies+ 111 y 7� �� �Vc`7� Reconsftuc /e,/ / �f vV �� �Q NA � • 1 I h o 3 Pa pea � j/ j�� � ��• - jar /<l�• � � O Ll. • dJ /J /�I. �.N \ "i^,'%'l Y'L- :,,• -`' /(' , I�J'U� III CITY OF NEWP ti Y U .W m a O d. W O L ORT BEACH DRAWN L DATE PUBLIC WORKS DEPARTMENT M /SCEL LAN"-OUS RfSURFACII'IG AND RECONSTR(/CTIOII APPROVED �Ste�� °� Luvzuv DRAWING NO. EXf-II217- E/ •� �� IoT 7� �� �Vc`7� Reconsftuc /e,/ / �f vV �� �Q NA � • 1 I h o 3 Pa pea � j/ j�� � ��• - jar /<l�• � � O Ll. • dJ /J /�I. �.N \ "i^,'%'l Y'L- :,,• -`' /(' , I�J'U� III CITY OF NEWP ti Y U .W m a O d. W O L ORT BEACH DRAWN L DATE PUBLIC WORKS DEPARTMENT M /SCEL LAN"-OUS RfSURFACII'IG AND RECONSTR(/CTIOII APPROVED �Ste�� °� Luvzuv DRAWING NO. EXf-II217- E/ •� �� 1II I ��vtraogr ,. CITY OF NEWPORT BEACH u x eK OFFICE OF THE CITY CLERK 4t/F0pN%' (714) 640 -2251 I DATE: May 7, 1982 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2300 Description of Contract Miscellaneous Resurfacing and Reconstruction 1981 -82 Effective date of Contract May 5, 1982 Authorized by Resolution No. Min. Act., adopted on 4/26/82 Contract with Sully Miller Address P.O. Box 432 Orange, CA 92667 i Amount of Contract $274,250.00 Wanda E. Andersen City Clerk WEA : 1 r City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 A[ W H;.mghem CABLE ADDRESS "KERODEN" TELEX NO. 8W19 0 0 JOHNSON & HiGGINS OF PENNSYLVANIA INC. INSURANCE BROKERS- AVERAGE ADJUSTERS ACTUARIES - EMPLOYEE BENEFIT PLAN CONSULTANTS Mr. Steve Luye City of Newport Beach 3300 Newport Boulevard Newport Beach, Calif. 92663 Dear Mr. Luye: May 4, 1982 SinTe j opal C. M.ibo Puerto L. C� I6W GRANT BUILDING PITTSBURGH, PA. 15219 TEL. 391 -5350 AREA CODE 912 Re: Sully- Miller Contracting Company Certificate of Insurance for contract #2300 - Miscellaneous Resurfacing & Reconstruction Please be advised The Travelers Insurance Company is the parent company of Travelers Indemnity Company. Yours truly, A. 4oger/fihomson y cP g_L Wiens.- _- _.__...__ ART /mlw cc: Beverly Johnson Sully- Miller Contracting Co. May 3, 1982 T0: CITY CLERK FROK, Public Works Department SUBJECT: Miscellaneous Resurfacing and Reconstruction, C -2300 Attached are four copies of the subject contract documents. Please have executed'.on- bbhalf= of the City,' &tai.h your copy and the insurance certificates,- and'returh the remaining` copies to this department. Stephen J. Luy Project Engineer SJL:em Att: • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT "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." Date gnature SULLY- MILLER CONTRACTING COMPANY For Contract No. 2300 -- Miscellaneous Resurfacing and Reconstruction i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB- CONTRACTORS,.SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS= JAST.WIT41 YOUR - E XECUTEaXONTRACT DOCUMENTS. For Contract No. 2300 -- Miscellaneous Resurfacing and Reconstruction 67 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 8th day of A rail _, 1$2, at which time such bids shall be opened and rea fd or MISCELLANEOUS RESURFACING AND RECONSTRUCTION Title of Project 2300 Contract No. $280,000 Engineer's Estimate • \�\ 10 . Approved by the City Council this 22nd day of March - -/, 1982. 6. 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 Stephen Luy at 640 -2281. Project Engineer 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MISCELLANEOUS RESURFACING & RECONSTRUCTION 1981 -82 CONTRACT NO. 2300 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -3884 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 pro- poses to furnish all materials and do all the work required to complete this Contract 2300 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. 405 Reconstruct existing pavement with asphalt Tons concrete (includes excavation and A. C. Base ) @ Forty -three Dollars and -0- Cents Per Ton 2. 2,100 Cold mill existing pavement . Square Yard @ One Dollars and Sixty -five Cents Per Square Yard 3. 101,500 Heater scarify and rejuvenate existing Square Yard A. C. Surface @ -0- Dollars and Sixty Cents Per Square Yard 4. 5,500 Construct asphalt concrete overlay Tons @ Twenty -eight Dollars and -0- Cents on $ 43.00 $ 17,415.00 $ 1.65 $ 3,465.00 $ 0.60 $ 60.900.00 $ 28.00 $ 154,000.00 PR lb NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 59 Each Adjust storm drain and sewer manhole covers to finished grade @ One hundred forty Dollars and -0- Cents $ 140.00 $ 8,260.00 Each 6. 80 Each Adjust valve and monument covers to finished grade @ Ninety -five Dollars and -0- Cents $ 95.00 $ 7,600.00 Each 7. 165 Reconstruct existing concrete curb and Linear Feet gutter @ Fourteen Dollars and -0- Cents $ 14.00 $ 2,310.00 Per Linear Foot 8. Lump Sum Traffic striping and pavement markings @ Seventy -eight hundred Dollars and -0- Cents $ 7,800.00 $ 7,800.00 9. 500 Install 8" A.C.P. subdrain and connection Linear Feet @ Twenty -five Dollars and Cents $ 25.00 $ 12,500.00 er near oot TOTAL PRICE WRITTEN IN WORDS: Two hundred seventy -four thousand two hundred fifty Dollars and -0- Cents $ 274,250.00 E 538 A ontractor s c. No. & assi cat on SULLY - MILLER CONTRACTING COMPANY Bidder 4 -8 -82 Date S /Robert E. Holland, Vice_ President Authorized ignature/ it e P. 0. Box 432 Orange, CA 92667 (714) 639 -1400 d er s ress Bidders 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. Calif. Contractor Lic. # 1538 A Contr's Lic. No. & Classification 4 -8 -82 Date SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice - President Authorized Signature /Title 0 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 Work Subcontractor Address 1. 2 Vernon Paving Los Angeles 2. 3 Copperstate Asphalt Tucson, Az. 3. 5 & 6 Manhole Adjusters Los Angeles 4. 5. [ov 7. 8. 9. 10. 11. 12. SULLY- MILLER CONTRACTING COMPANY Bidder S'Robert E. Holland, Vice - President Authorized Signature /Title FOR ISGINAL SEE CITY CLERK'S FILE C98 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 Miscellaneous Resurfacing & Reconstruction 2300 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 8th day of April , 1982. (Attach acknowledgement of Attorney -in -Fact) Michele E. Drakulich, Notary Public Comm. Ex. Aug. 30, 1985 SULLY - MILLER CONTRACTING COMPANY Bidder S /Frank E. Holland, Assistant Secretary Authorized Signature /Title Seaboard Surety Company Surety By S /J. H. Caithamer Title Attorney -in -Fact • 9 Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice - President Authorized Signature /Title Subscribed and sworn to before me this 8th day of April , 1982. My commission expires: March 16 1984 S /Rebecca A. Whaler Notary Public FOR ORIGINAL SEE CITY CLERK'S BILE 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. "On file with City Clerk" '311LLY- MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice - President Authorized Signature /Title 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 See Attached SULLY - MILLER CONTRACTING COMPANY Bidder i SjRobert E. Holland Vice - President Authorized Signature /Title i i i ro �tl F H d u .y ti N ro .••1 N .ri ..N N .� ro k 7 .••i T )/) K N VCd u u U u G A N N O 04 0 4) ro ro ro u h C ro b U N O C b C O h id b0 -H 2 k b0 >, .+ E P. C.0 •.+ F 7 •.) ro •.� d a1 .•i u >, ro O ro T N LL •.1 0 CG ^•� ro •H E 4) O W 4+ O > O W 6i k ro b0 K O ob u )n ro E 0 6 F •O 0 0 b O -H m O h F •r+ 4) b 6 ro F Q -U .� N O u, O N O J 4) k U ro u 7 id H 0 .+ U bd •O C P..+ F W 7 N •N w T k 0 h> 4) C N td b H C 3 •.+ ro C h 0) E •� d O ro . O 4) .•-� td C ro Cl. C ro • O ,C ro 0. O id .••� > O ro> EE C N J (a W 4) OJ pa W u0. r••i0.0$ bOC J 0)Uu uUC dQyr+U N ^+ N 4+ H h H N W 4) W id ro t" W W W N W 44 14 - N u O O 0 0 0 O y 0 0 N T 4•K 0. W W W W W N 0 0 O fA 0 O F O O= .V) C 0 0 0 0 4) N 4+ +1 >. N w N a+ F > > O w X K H k N .-i .•) F 41 �+ 41 F �+ N 7 4+ N Q 4+ ro 41 h .-� N �+ Q .••r 6 C 3 O 4) •N N a) O •H •N' •.) •.i •.) •N O •r� ..+ • ..• 4+ F O O ro •m .m ro F 44 •.•� •.) .,� O P. UUUU0.UU UQUU W UUJU W6Lna L.)U UJ an :c J s U Q K m O F .> b O F ti K > N o ro > 3 N Q C > d ro t . N K W s b M k> 0 6 O td N 4) Q H L > •.O •� h d 4) N y b ro 4P) Q Q > '> C N ro h 4+ b) N F 0 d H •O V) Q ON 4) id ro N to •ti E a + H Q H 4) b b 41 V) T C td •H C U) N N N k O F k k W 4) H F W k C •O a+ bd N F N N Q td ro N .•) •.) U r F. U 0 O. , . 4) m 4) O N Q f d H N D k N k u r uN b0 td C> W C U O .-I C4) O )Q k 'O E h F . H a C w o O >. F h E MdO OroFaik % i O0Oa3 SN3 v) .) > .1 02 ' u ~ u b0 2 k H K+ w 4) ro H .14 PC 4) N O N O O O O O O •O N O W 4) 1 O O O It O a. O O O O O O 0 0 0 0 0 0 0 0 O O M O n 0 0 0 0 0 0 H• 4) U N O F M O O D 1 O n s f 0 0 0 0 0 0 0 0 e{ 0 0 0 0 O o v) O N O O O O O O P n E V A. LU d 00 �000N�.0O N in N.D e� Od .•. O.O V)M M ✓1 ,011., .0 N.O n 00 te) .• K O W •n iX v N1�ONf`MD7 01 V) Ov 1� m.O NO1Nma0 V1 vc m Ol v O%0O.O v O U J O .+ F MR V)<OO1NM .r i�N U y.••�Mao .io MN .0N J F /d O . • ."r .••� M to M N .-1 N ../ �-+ o• > 3 M 1 J C 0 4) O N u o. 00 0 4 G F ro ro •.) h ut 4+ 7 U .,.r Fr ~ •~.) Cl. W ro >, w , > r •O 0 C K C 0. •.~i Vl .N ~ •.r C E4) 4) O O •O .-.. C N V K K K 6 •,K1 ..Cn 00 {. Q O O C ro F 0 0 0 b ro ro O •.Ki 0 O J 4+ •.1 ..i K w h .,u h h to .,� N N ro N N U N N N N o0 E K N N H 0 0 0 u O N W O U rd U u K K. K k K ro k> a •.1 77U U 7 V7 U O EE EE 7U O .K F 00 b0 4) H 00 F E E 0. E E 6 •V) u o U Oro+ F N F. a bh0 N d K 77 0. O x v~i u~i •,Ki v u d b0 Y of N W N F F. h b0 �+ �+ N F. 4) 0 0 ..+ M W E > > C > > > •.� W P. F K K rn H an •x V F K H h O K K K Pr O O •.+ O O O V F E td •.� K K K W-0 P. V) V) K 1 O O a 0 0 0 t0 OV U •O P. c. p. Pr a, tOtl y7j �' V F > 0 0 0 K K O 3 F 4) J J F ro u V U •.i _• .ti '010 U O E O N 40+a bo 00« 3 > e.Ei .O-r r-E•r . .E -rrmK k 4 4) 0. KKK � ww N R tkdX O vOi O K 1d 4 4 h ro Fu W K r M N N 6~ Q W 4~) = N 4 u N H >. r0 V ro N N 0 U V O N 4 ro N h N N V 0) x X K 4) 4) 0 0 0 U 0 0 0 0 0 0 0 O. U N 0 0 0 0. 0 N N 0 y y h K U K 0 $. F F 3 N H N F F 'O .+ O F U U V) S a. V) N V V) V) V) Q V)) V) !~ V) V) x K U Gi V) V~) U Z V) V) (A Ln ro w E c •.1 u FI O K V rn m o � v rn rn rn ^ P. a a F 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 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. 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- Casualt . Coverages shall be provided for a T ES 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 S ecifications 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. • i Page 9 PAYMENT BOND BOND NO. 909450 PREMIUM: INCLUDED IN FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 26, 1982 has awarded to SULLY- MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for Miscellaneous Resurfacing & Reconstruction C -2300 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 Contracting Company as Principal, and Seaboard Surety Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Thirty -Seven Thousand One Hundred Twenty- Fivellollars ($137,125.00--- - - - - - , 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 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Payment Bond (Continued) L Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 Princi al and Surety above named, on the 26th day of April , lg e g Approved as to form: City Attorney SULLY- MILLER CONTRACTING COMPANY (Seal) Name of Contractor Principal 1u-thorized Signature and Tit W. DUANE RASH. SENIOR VICE -1 Mthorized Signature and litre FRANK E. HOLLAND, ASST. SECRETARY SEABOARD SURETY COMPANY (Seal) Name of Surety 197Q� Fairchild, Suite 130, Irvine, CA 92715 .Idr < n]A Curoty D iqhAtOe an1dififfteloflu4th4ori zed Jig. CAITHAMER, ATTORNEY -IN -FACT 714/851 -1911 Telephone No. of Agent ) :\ \/ r P41 a a P,4 \ \ \ \\ 44 C4 0 4J: r4 El 0) 7,>� \ \`�� 7-n / 3 §\ $7`\® ° �! » § >` , \�zm/ ; >z g \\ ƒ � ƒ / \� ~ /\) ` ?z \� \/ � \ \( \{ � R }/\ ) }\ C. { 27k v a a c 3 c T O d U O y w r9 C A G C O a y C N O m Y O E Z w C > O o w � FIUxo N o -4 Iro _ o i a O 0 N N 0 a N•� c$E z 1 Yw d `o o • d z ro4 a d '1 ul N O W V ^SV O N N C N N E C A V O V °O x t A y d N O C a C i d C {p C L C 0 f0 s I = ••; L c v r E m E o o-v i t rn d y Z yU yyE H ZQ ro rn Jf JQOY)F� W Q 1 o N Uy_0 ry U U V G Q U_ m a V W Q _ _ LZ c . ° oWO w m � 6 O W Z - = d N E O O U T O O ,• � 2_ � b N H N O CJ . Page 11 FAITHFUL PERFORMANCE BOND BOND NO. 909450 PREMIUM: $811.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 26 1982 has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for Resurfacing & Reconstruction Miscellaneous in the City of Newport Beach, in strict conformity with the.Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Sully - Miller Contracting Company as Principal, Seaboard Surety as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy -Four Thousand Two Hundred Fifty-- - - - --- Dollars ($274;250.00-- - - - -j- said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect.its obligations on this bond, and it does hereby waive notice 0 Faithful Performance Bond (Continued) Page 12 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 26th day of April , 1982 SULLY - MILLER CONTRACTING COMPANY (Seal) Name of Contractor Principal) Authorized Signature and Title W. DUANE RASH,ffENIOR VICE =PRES ENT BY Authorized Signature c1nd Title FRANK.E. HOLLAND, ASSISTANT SECRETARY SEABOARD SURETY COMPANY (Seal) Name of Surety 19700 Fairchild, Suite 130, Irvine, CA 92715 L BY: blg"Aure and title OT Autnoritea Agent J1 CAITHAMER, ATTORNEY -IN -FACT r Approved as to form: V Same As Above Address of Agent City Attorney 714/851 -1911 Telephone No. of Agent » .\ :{ (� � � � 2 22 [ })\ \ } §\\ �\ ;( : ;Ao \) /j /\ : m - a :�■ k : \ \\ 0 / ;) }2 j0 4) \ f q N .\ :{ (� � � � c Pte' E 4� VO yy m $ Co moo. ��oo o D r1, 14 0� cF & C; �� oa AIVDo cD S� 9 ` � c c c •r{ a o m r � N - e y b Li cL.. 4 > O `0 .� c c U O ° .m b _ m ,>~ m I•i r-I j U U r-1 ` d CN W Cn o c y I F4 = m N r-I Qa N N� mN o v N IV I O C C O 1 9 I m •���• o � o «L- a'•t Y 3 Z¢ m � J � _2 ¢27c>z d J C> O U L •` Q Q J J W U` •�: LL ¢ oUrzo K L ¢ , p w m F a c w °z o E E s" � E i U T w i ti N O U � "3bp 3M> • CERTIFICATE OF INSURANCE • Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Koppers Company, Inc. & its Subsidiary Sully- Miller Beach, CA 90805 SURANCE COMPANIES AFFORDING COVERAGES Company A The Travelers Insurance Co. Letter Company B Letter Company C Letter Company D Letter Company E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). 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. Agency: Johnson & Higgins of PA, Inc. Authorized Representative Anril 26. 1982 pate 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: Miscellaneous Resurfacing & Reconstruction; Contract No. 2300. Project Title and Contract Number OTICE: 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. RE Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date g. ro ucts/ Each Completed Occurrence Operations A GENERAL LIABILITY z Comprehensive Form TRSLGI x Premises - Operations X Explosion & Collapse Hazard OT4523- 2 01 1011 Bodily Injury 3 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 TRCAPI OT4547- 2 01/01/33 Bodily Injury (Each Person $ ❑x Owned $ bodily Injury (Each Occurrence ❑x Hired Property Damage Non -owned Bodily Injury and Property Damage Combined $1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION and SELF EMPLOYER'S LIABILITY SEE INSURED TTACHED Statutory (Each Accident) 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. Agency: Johnson & Higgins of PA, Inc. Authorized Representative Anril 26. 1982 pate 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: Miscellaneous Resurfacing & Reconstruction; Contract No. 2300. Project Title and Contract Number OTICE: 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. RE • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 (XX) 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: Miscellaneous Resurfacing & Recontruction; Contract No. 2300 project T— (Project and Contract No.Ti This endorsement is effective April 26, 1982 at 12:01 A.M. and forms a part of Policy No. TRCAP18OT4547 -82 Koppers Company, Inc. & its Subsidiary Named Insured Sully - Miller' Contracting Company Endorsement No. Name of Insurance Company Travelers Insurance Co. By Authori;46d Representative • • Page 15 CITY Of NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 S Property Damage Liability $ R Single Limit each occurrence 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: Miscellaneous Resurfacing & Reconstruction; Contract No. 2300. Project Title and Contract No. This endorsement is effective April 26, 1982 at 12:01 A.M. and forms a part of Policy No. TRSLG18OT4523 -82, Koppers Company, Inca & its Subsidiary Named Insured Sully- Miller Contracting Company Endorsement No. Name of Insurance Company Travelers Insurance Co. Byx5;�_7—_ jff �h w Authorize epresentative W Q J N_ r N p :u Z Do F LM { r ` o e e OZ �` _� �j s rg.r r qo°y n (y R1 � 1� .� ..,,m q6 N Es°m-= +� jai jy � a J a E� �" n� N Z m "L ■■ (4fySt O y G7 m o c m'"o� z La ^l • LL � wl � ^c•�eEyO O Cd 0 " •, c r� g Z Q ed d O r 0:... W u 1 '.0 f' � m Imo ^cE m N E3•- c L u 0Z 4 p p f • Sz �ce._cq_Y{ i 2 W W A m �i2 Em°�uLO� i is N ILL, � "+7 C6 I W c c c u`.c3 2-0 z 0 O m W O ¢ :Ec c 'L- =CU) m �•. +� 45 d t W ESo.°•00 G d O -0 v "°n.. r-1 Y aQ Cs•S =t'J lW O Q 19 C O IL „,_ y AAA L16 P-A lcm W L• y fi //� ~ -1 � \i!k'if �:��p+ .• I.c 4d�.Vr1 rl ) 4 J C Cd f-y '•ti w c.C< ; '�•„ G c 00 .N•. ri:il;' F::�i =Cis °i m c- iNi -r4 x _ r CS cis Z* U •j sao.eoc* u i �tiws.r a.s..,... �rsew.��.. J] r.�,,,+��e •.a�w.�.�. �.r�....a , M 37 ! /(2�\ � r # «� /E7� � § ) ¥k §S�! /6 � ƒ /2f & o§�z -» ®\ mFE / @2 ! [ , �. ,! � ± il � � ® _ � � e«\ » r � _ _- i§ Certificate of Workers' Compensation Coverage City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Sully Miller Contracting Company 3000 East South Street, P.O. Box 5399 Long Beach, California 90805 BE: Contract for Miscellaneous Resurfacing 6 Reconstruction; Contract No. 2 Date: April 26, 1982 This is to certify that Sully Miller Contracting Company is self - insured under provisions of the California Workers" Compensation Law and has in its files Certificate of Consent to Self- insure issued by the Director of Industrial Relations of the State of California. Certificate Number 2- 1130 -01, This coverage will not be canceled except on 30 days advance written notice notice to you. By C�?W „(, a . CY Title FRANK E. HOLLAND, ASSISTANT SECRETARY Form X -4]9 . • Page 16 CONTRACT THIS AGREEMENT, entered into this - L� day of 190 a> by and between the CITY OF NEWPORT BEACH, hereinafter "City,' a Y- MIL�CE1� CONTRACTING COMPANY , hereinafter " Contracto 'is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Miscellaneous Resurfacing & Reconstruction ect C -2300 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: Miscellaneous Resurfacing & Reconstruction C -2300 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two hundred seventy -four thousand two hundred fifty dollars & no cents ($— ZT4,zbu.uu —), This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) ■mEE 0 pq, !e /) � � J � k\\ EI¥ \»\ � {\ « i \% }CO Eg -*2 ® \k (;M � ®ƒ \�\ 7 \§ m °7 §E$ 7%& / :E \ ) } 7 \ //) t))q 9a2o §k»q I \ ; 0 \ / � � J � k\\ EI¥ \»\ � {\ « i \% }CO Eg -*2 ® \k (;M � ®ƒ \�\ 7 \§ m °7 §E$ 7%& / :E \ ) } 7 \ //) t))q 9a2o §k»q . Page 17 (f) Plans and Special Provisions for Miscellaneous Resurfacing and Reconstructio C -2300 Title of Project"' Contract No. (g) This Contract.; 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: ROM APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH BY Li�om Z-x .Zmayor Pro Tea SULLY - MILLER CONTRACTING COMPANY Contractor By &J?W�2 eF vwzallz Its snacnr c Idni I Amn_ VICE PRFS_ By Its CITY CONTRACTOR 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MISCELLANEOUS RESURFACING AND RECONSTRUCTION CONTRACT NO. 2300 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . 1 V. DISPOSAL PERMIT . . . . . . . . . . . . . . . . . . 2 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . 2 B. "NO PARKING" Signs . . . . . . . . . . . . . . 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . 3 A. Reconstruct Existing Pavement with Asphalt Concrete. . . . . . . . . . . . . . . . . . . 3 B. Cold Mill Existing Pavement. . . . . . . . . . 3 C. Heater Scarify and Recycle Existing A. C. Surface . . . . . . . . . . . . . . . . . 4 D. Asphalt Concrete . . . . . . . . . . . . . . . 7 E. Utility Adjustments . . . . . . . . . . . . . . 7 F. Traffic Striping and Pavement Markings . . . . 8 G. Install 8 -Inch A.C.P. Subdrain and Connection . . . . . . 8 ertified COPY ti1S�ls( ►AIiD ['tit 1Y C IINII'. NEW YORK, NEW YORK Jo. 7277 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and appoint J. H. Caithamer- of Long peach, California its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows: unlimited in amount, but restricted to bonds for Sully- Miller Contracting Company and/or Southern Pacific Milling Ctl®panY, Inc. and /or South toast 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 ads 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, recognizanen, stipulations, consent@ of amety, 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 Vitt 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 (e)'by such other officers or representatives as the Baud may from time to time determine. The seal of the Company shall if appropriate be aft-W 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 iss Vice- Presidents, and its Sor rate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ............. ........... day of ......... Decembei ...................... 19... 7.3 Attest: SEABOARD SURETY COMPANY, Kasen Hayes By N. S. Mehrell (Seal) ............................................. ............................... - _ .................................................................................... Assistant Secretary Vice- President ,,STATE OF NEW YORK COUNTY OF NEW YORK as.: On this .....27th day of ............... December .......... .. :.............. . ............... I............ 19....73.., before me personally appeared 1i. 5: tvtih =ell ................... a Vice - President of SEABOARD SURETY COMPAXY. ..................................................................... ............................... with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of ....... Ner. JeFBSx....._..: that he is a Vice- President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore- going instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice - President of said Company by like authority. State of Net► York, No. 24- 7104540 Qualified in Kings County Certificate filed in New York County (Seal) Commission Expires March 30, 1980 Violet Johnson Notary Public �.� CERTIFICATE I, the undersigned Assistant Secretary of SEABOARD SURETY CO\IPAVY 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 1, 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 281h day of lone 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 de President or a Vice - President pursuant to Article Vll, Section 1, of the By -laws appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the compatiy 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 8th APRIL 82 ................. day of .............................................. ............................... 19............. /� •'je � 100��Assist Setrrur Nf 1827�,'zc� tssavaytaro +rs► i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MISCELLANEOUS RESURFACING AND RECONSTRUCTION 1981 -82 CONTRACT NO. 2300 I. SCOPE OF WORK SP 1 of 8 The work to be done under this contract consists of (1) heater scarifying and reconstructing existing pavement, (2) constructing asphalt concrete overlay, (3) adjusting utility boxes and manholes, and (4) performing other incidental items of work within the limits as shown on the plans. 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 Nos. R- 5430 -S, T- 5251 -S, T- 5253 -S, T- 5118 -S, T- 5252 -S, T- 5120 -S and T- 5254 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction 80 Edition), and 4 the Standard S ecifica- tions or u c ors onstruction (1979 Edition), including supplements to ate. Copies of the City's tan and Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). II. TIME OF COMPLETION The Contractor shall complete all work within forty -five (45) consecutive days following commencement of the specific work, or ninety (90) days after award, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. III. 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. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. IV. 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. V VI DISPOSAL PERMIT • SP2of8 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. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard S ecifications except as modified herein, and with the standards conta�ne in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor is advised that Jamboree Boulevard from MacArthur Boulevard to Campus Drive is a major arterial street carrying approximately 13,000 vehicles per day through the project area. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of two (2) working days prior to commencing any work. The plans 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 motorists. 2. A complete and separate 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 com- pacted and A.C. base course placed flush with the existing pavement grade within one work day. B. "NO PARKING" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depart- ment, Traffic Division at (714) 644- 3742,for verification of posting at least 40 hours in advance of the need for enforcement. April 26, 1982 CJv� CITY COUNCIL AG DA ITEM NO. % 3 G1 APR 2 0 1982 TO: CITY COUNCIL FROM: Public Works Department 0` ` " G A�� SUBJECT: MISCELLANEOUS RESURFACING AND RECONSTRUCTION (C -2300) RECOMMENDATIONS: 1. Award Contract No. 2300 to Sully- Miller Contracting Company for $274,250 and authorize the Mayor and the City Clerk to execute the contract. 2. Authorize the Public Works Department to negotiate a project change order in the approximate amount of $50,000 to add the Shorecliffs area to the resurfacing program. DISCUSSION: At 11:00 A.M. on April 8, 1982, the City Clerk opened and read the following bids for this project: Bidder Bid Amount Low Sully- Miller Contracting Co., $274,250.00 Orange 2. All- American Asphalt, 277,662.00 Orange 3. Porter Construction, 285,335.00 Santa Ana 4. R. J. Noble Construction, 297,650.50 Orange 5. Griffith Company, 311,565.00 The low bid is 2% below the Engineer's estimate of $280,000. Sully- Miller Contracting Co. is a well - qualified paving contractor that has successfully completed recent contracts for the City. Analysis of the street maintenance program for the balance of the current fiscal year indicates that it would be desirable to utilize a portion of the funding currently budgeted for slurry sealing to instead resurface the streets in the Shorecliffs area. The contract specifications allow such a revision in the work by means of contract change order where the cost does not exceed 25% of the original contract amount. The unit prices established in the contract for the resurfacing work are favorable. • • SP3of8 The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans' Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2" high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. VII. CONSTRUCTION DETAILS A. Reconstruct Existing Pavement with Asphalt Concrete This item of work shall be done in accordance with Section 300 -2 "Unclassi- fied Excavation" and Section 301 -1 "Subgrade Preparation" of the Standard Specifications, except as supplemented below. The Contractor shall notify the Engineer two days prior to construction so that the Engineer may delineate those areas where reconstruction will take place. The Contractor shall only be allowed to reconstruct an area that can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within one working day. B. Cold Mill Existing Pavement The Contractor shall cold mill existing A.C. pavement, as dimensioned and as otherwise designated on the plans. Cold milling shall remove variable depths of A.C. to provide an overlay key at joins and over the width of the cold milled area. The surface of pavement after milling shall be uniformly rough grooved or ridged: The grade shall not deviate from a suitable straight edge by more than 3/8" at any point. The milling machine shall be specially designed and built to perform cold milling of bituminous pavement. The cutting drum shall be a minimum 60" wide with carbide tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from 0 to 40 FPM. It shall be self - propelled and have a water M I� i IV 'IT- c 3 J M n --TFTFFFF �- 1 t ` i, O C o 13 p p a r L m �7a e p c e o c N � s N V o h H p v �y c�� C Ou Z -i O N t � ° �W CQC�` R E o C3 Q o\ > Z s oa`c 3 s 8 r.• :��.� cap �,I�: V O Ia W o I 4 f 1 17 N al \V ,0 :4, i e o p p p a a e y C rs U r n oM x- m n -r z�r+x r1 A m� :L7 -i s InZ N Iv a r. m 0 0 wo +- -GA -33 (pl �g 1 � c � � � n bl 1 �o c 3 J wo +- -GA -33 (pl �g 1 � c � � � n bl 1 �o i t1�n- II �1 1� 3N> aw` � 0 C N 0 h Q j i 0 a Z y � 0 -cn -� .g S � r: b � a t 1 0 A' cn c 3 J l:. v" 111 MI, I 1 I -t ..t -+ z s J !m� I c � 4 j It I i t1�n- II �1 1� 3N> aw` � 0 C N 0 h Q j i 0 a Z y � 0 -cn -� .g S � r: b � a t 1 0 A' cn c 3 J • • SP4of8 spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being recondi- tioned and so designed that the operator thereof can at all times observe the milling operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maxi- mum of 2" without producing fumes or smoke. The milling machine shall have previously performed satisfactorily on similar work. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at manholes, curb returns and intersections. The smaller machine shall be equipped with a 12" -wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from milled areas. All loosened material shall be salvaged and taken to a City yard located at 592 Superior Avenue, Newport Beach, at the end of each day. The Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. Full compensation for complying with the above requirements shall be con- sidered as included in the unit price bid for "COLD MILL EXISTING PAVEMENT." C. Heater - Scarify and Recycle Existing A.C. Surface General Heater - scarifying shall consist of furnishing all labor, equipment and materials and performing all operations in connection with processing the existing asphalt concrete pavement in place by heating, scarifying, re- mixing, applying a recycling agent, applying an A.C. overlay and compacting. Equipment The asphalt scarifier - remixer shall be a machine specifically designed to reprocess upper layers of bituminous pavements. The machine shall be capa- ble of operating at speeds of 5 to 50 fpm and consist of an insulated com- bustion chamber adjustable in width from 6 feet to 13 feet with ports per- mitting fuel and forced air injection for proper combustion without ex- cessive smoke. Heaters shall comply with the requirements of the South Coast Air Quality Management District. The Contractor shall obtain the required operating permits from said District. Heaters shall have controls on the individual burners such that the surface temperature immediately behind the heating chamber will not vary by more than 250F across the width of the heated area. The heater shall have a minimum heat output of 12,000,000 BTU per hour as determined by fuel consumption. All heaters used shall have the same width heating chamber. The last heater in any heating train shall be equipped with at least two rows of spring equalized scarifier teeth in uniform contact with the pave- ment and incorporating an automatic release for passing over manholes, valve covers, and other existing structures without damaging them. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MISCELLANEOUS RESURFACING & RECONSTRUCTION 1981 -82 CONTRACT NO. 2300 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1168 Newport Beach, California 92663 -3884 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 pro- poses to furnish all materials and do all the work required to complete this Contract 2300 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 ESC UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 405 Reconstr Tons concrete Base ) @JQe Per Ton ict existing pavement with asphalt (includes// excavation and A. C. Dollars and - Cents 2. 2,100 Cold mill existing pavement Square Yard @,2,tti[ Dollars and Per 'Square L.i UE? Cents quare and 3. 101,500 Heater scarify and rejuvenate existing Square Yard A. C. Surface @ -go-- Dollars and Cents Per SquarLr Yard 4. 5,500 Construct asphalt concrete overlay Tons Dollars and �i Cents Per Ton M NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 59 Each Adjust storm drain and sewer manhole covers to finished grade (�(Ls2ezAA-,��„&]j�� Dollars and 16- Cents ac 6. 80 Each Adjust valve and monument covers to finisheeft grade /* @ Dollars and —— Cents ac 7. 165 Reconstruct existing concrete curb and Linear Feet gutter @ �l12�.�G.t/ Dollars and 104p- Cents Per Linear Foot PR lb 8. Lump Sum Traffic striping and pavement markings Dollars and ,%}• Cents $�(� $ 9. 500 Install 8" A.C.P. subdrain and connection Linear Feet Dollars and A- Cents >ser Linear argot TOTAL PRICE WRITTEN IN WORDS: Dollars and �-- Cents $z],z2V Calif. Contractor tic. #1538 A Contractor's Lic. No. & Classification S IUX- MllIF_R CONTRACTING COMPANY Bidder Date .fl ) / t orized Signature /Title ROBERT E. HOLLAND, VICE PRES. P. O. COX 432, ORANGE, CA. 42667_ _ _ [ZI4J_639 -1400 Bidder's Address Bidder's lelephone Number April 26, 1982 Subject: Miscellaneous Resurfacing and Reconstruction (C -2300) Page 2 Funding for the project is proposed from the following accounts: Description Account No. Amount Resurface Jamboree Road 02- 3397 -209 $ 81,282 Street and Alley Resurfacing Program 02- 3381 -015 $192,968 Slurry Seal Program 02- 3381 -014 $ 50,000 The project provides for local reconstruction, recycling the exist- ing pavement surface, and overlay of the streets shown on the attached exhibit. The proposed construction will provide a smooth riding surface with an ade- quate pavement section for future traffic demands. Bid documents were prepared by the Public Works Department. All work should be completed by July 30, 1982. Benjamin B. Nolan Public Works Director SJL:jd Att. • INSTRUCTIONS TO BIDDERS • Page 2 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 tM 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. Catit. Contractor ter #1538 A SULLY - MILLER CONTRACTING COMPANY Contr's Lic. No. & Classification Bid r. Date ROBERTiEeHOLLAND, VICEIPRES. • • 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 2. 3 .455 T 724r -54&� 3.�J��P /Y%r4.VJ�o7ait�S �f �lA: �LeS 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRA Bidder CTING COMPANY Au horized Signature/Title ROBERT E. HOLLAND, VICE PRES. • • SP5of8 The width of the scarified pavement shall be the same as the heating chamber. The transverse spacing of the teeth shall be such that at least 90% of the aggregate shall be remixed by spinning or tumbling. The aggregate shall not be pulverized, spalled or broken after scarification. The remixed material shall be spread evenly. The hourly machine capacity shall be a minimum of 1,200 sq. yds. of treated pavement. Construction Requirements The Contractor shall reconstruct existing pavement as shown on the plan prior to beginning heater scarification operations. The Contractor shall heater scarify with a minimum of 1 -foot overlap any adjoining reconstructed areas. The ambient temperature shall be at least 500 during the heater - scarifying operation. If, in the opinion of the Engineer, weather conditions or other factors would be detrimental to obtaining a satisfactory result, the operations shall cease. Prior to commencing heater - scarifying operations, the existing pavement shall be cleaned of all extraneous materials. Power brooms shall be supplemented where necessary by hand brooming and such other tools as required to bring the surface to a clean, suitable condition, free of all deleterious materials. The number of heater units utilized shall be determined by the Contractor. Multiple units shall be required if the pavement resists scarification to required depth without damaging the existing material. Multiple heater units shall be utilized in tandem such that the heat emitted will soften the asphalt concrete for the required depth for the entire width of the heating chamber and scarifier but not more than 6 inches beyond the scarified area. The surface of the pavement shall not be heated to a temperature.highter than 4000F. The tem- perature of the scarified material shall be between 250OF and 3250F when measured immediately behind the scarifier. No uncontrolled heating causing differential softening of the asphalt concrete will be permitted. Surface shall be scarified a minimum of 6 inches wider than each subsequent pass of the paving machine width chosen. The weight of the existing asphalt concrete has been assumed to be 144 pounds per cubic foot. On this basis, a minimum of 9 pounds per square foot of the existing asphalt concrete surface shall be scarified. If the specified amount is not being scarified, the work shall be stopped and shall be resumed only after the Contractor has made the needed adjustments and the Engineer is satisfied that this requirement can be met. Following the mixing operation, a recycling agent shall be applied at a rate specified on the plan by a pressure distributor while the remixed material is still warm enough to cause demulsification. Overlapping applications of asphalt recycling agent or leaking of the distributor spray bar will not be allowed. No material to which the recycling agent has been applied shall be reheated or rescarified. After application of the recycling agent, the speci- fied asphalt overlay shall be immediately applied and compacted. Prior to commencing work, the Engineer will mark the location of all existing traffic signal detectors. The Contractor shall lift the scarifiers to protect the traffic signal detectors. Scarifiers shall be lifted and lowered approxi- mately one foot from the outside of any traffic signal detector. The Contractor shall remove any loose material in the detector area and shall not apply any recy- cling agent to this area or any other unscarified area. Damage to the existing detectors caused by the Contractor's operation will require replacement of the detectors in their entirety at the Contractor's expense. • • 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. Subscribe and sworn to b for me this day of �� , My commission expires: MC,oc_. \b4 \r1SLk SULLY - MILLER CONTRACTING COMPANY Bidder Z/Zra� Authorize Signature/Title ROBERT E. HOLLAND, VICE PRES, Notary Public OFFICIAL SEA;. REBECCA A. WHr,L.+ NOTARY PUEILIC•CALIFORW A PRINCIPAL OFFICE IN ORANGE COUNTY fission Expires Mar. 16. 196: 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 Bi der aee Cx � Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. 1 0 • SP6of8 Additionally, within that portion of the roadway where the heater- scarifi- cation operation is required, the Contractor shall not be allowed to heater - scarify an area greater than can be heated, scarified, remixed, recycling agent applied, A.C. overlaid and compacted within one work day. No vibratory rollers will be allowed. Protection of Existing Improvement Since high temperatures are required in the heater - scarifying operation, the Contractor shall exercise care against possible injury or damage to existing improvements. The Contractor shall protect all existing curbs, gutters, trees, shrubbery and other improvements from damage. Smaller parkway trees shall be protected by shields and overhanging trees may be sprayed with water to inhibit damage. No machine with an open flame exhaust will be permitted. Adjacent improvements shall be protected from overspraying of the recycling agent. Exist- ing improvements damaged by the Contractor shall be repaired or replaced to the satisfaction of the Engineer at the Contractor's expense. Recycling Agent The recycling agent used on this project shall be RA -5 and spread at a rate shown on the plan unless otherwise directed by the Engineer. The recycling agent shall be delivered undiluted and conform to the following requirements: EMULSIFIED RECYCLING AGENTS Test Method RA 5 Tests on Emulsion: ASTM Min. Max. Viscosity @ 770 F, SFS D244 15 85 Residue % D244 (1) 60 - Cement Mixing Test, % D244 2.0 Sieve Test, % D244 (2) 0.1 Particle Charge Test D244 Positive Test on Base Oil (3) Original Viscosity @ 1400 F. cSt D2170 200 800 Flash- Point, COC, F D92 400 - Saturates, % (4) - - 30 Test on Residue From RTF -C Oven Test @ 3250 F. Viscosity Ratio (5) D2170 - 3.0 RTF -C Oven Wt. Change % D2872 - 4.0 (1) ASTM D244 Modified Evaporation Test for percent residue is made by heating a 50 gram sample to 3000 F. until foaming ceases, then cool immediately and calculate results. (2) Test procedure identical with ASTM D244 except that distilled water shall be used in place of 2% sodium oleate solution. (3) Values obtained on the emulsion's residue may vary slightly from the base oil. 0 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. S.ee a'�dc,�l2� SULLY-MILLEBi R ddCONTRACTING COMPANY ` er ` ut orized Signature /Title i ROBERT E. HOLLAND, VICE PRES. bb H H m o N x m �• o � �+ w N r. m z x `< N N O 0 o m O t M W N O 7 O m O N Y• 00 a �• a n c w w o .+ n Its H 0 o m U. ,y m 1.1 n '+ n N N n o O 7 9 b. y m O G. n G to H w Y• H o m w n N 'C H co M + b a m < K m w r b Y• m �< H Y• O a m m b m H w 0 n m N W N r♦ 0 0 m v v v w (n W N(n CnNZ (n (n (n T1 Y• N rf Y• r1 Y• m N N K H m m m m m m m m m m w rm*:*crm+cto 0 mnw m H w < "•� z ma0 mmmro Waal•+ ^Y• n n n w 0 0 3 z o 0 0< CL OQ .v7.{{i .N�� .r�� � m vOi vO y i vi 7 OQ G 9 9 r7r y Y• H H '� Lt+ Y• Y o w 0 w a yy o 0 0 0 0 7 C Z7 7 7� Y• N Y• m N t+ F+ N w (n W .+ V A N d• A 0� 0 01 0 A V t0 tp A A N V W 00 V Ot N Ol V O Cl O O O O O N O U, 00 0 0 0 0 0 0 V O t a00 O O O O O O N O N O O O 7 m o w m b O H N W a H Ny N H `< O w N N to eNe 0. `J N `i m M a H m N C✓ N D W to m E w nnnsc- aoornnn C+ r+ w aw r•Y•w 0 0 0 0 7o to Y• A O O H MMMMC TlO m M M w W ::j w 0 < W N H a m Y 3 m H r~ n a Oo 0� a Oo w 7 x n � m O n 3to to to N to o m w 7 n Y H H H H H 0 0 0mm m� H 77 lF M H M .••1n °'m wbb�a w a y 0 0 0 n G o n g a w n < .�• n n m m m m 7 X3000 NNti1+ m T1 m Y• N N N H w 7 O w w b 0 m N W A N m W I.+ A tAw CANON O, W LM W W V1 o, O 1+ OC O O O O A 0 0 0 00000000 O O O O W O O O 0 0 IOW I H H H 9 00 r N W ".0 m � O r• 1-• G1 y m O m m oo w � o H n <rn°•< 0 N< m mmr:°m H crw 0 0 H vw>wnrn0 HC y03 a> r, rt rf L++ r1 omcnmoxoo MH 'nSMx MM o •vwxo In tb n �. EN H pyg� C to M0X < O N w W. a w 0l< n r+ Two N. . H O P) CL G �rwrWr N y H H o m m 0 m m C r N O N 0 o0a.<E �gmY• CL H 0 m Y• 0 0 v o 7 < G w Q' � g 0000 Y• N N 'y '+ d Y r+ v `< H x VQ 00 N r .. 7 N V A V A O n O A T N t n N 00000 O O O O O O O O O O O N n+ O w a C a 0 w y 7 N H H 'o n 0 01 t10 m CD � a m 0 w En nnan OW. W. W. W. G N r H A m 0 o m 0 o p .00 E N• o K o C M O m 3 t• nawww � � N w r• H O w a v 0 noro .+ o 0 0 r. w 0 m m 7 x x m n N m rmr eme y O 7 N N r• O r9 Oti Oo N 7 M 0a4rrmm4 F 0 7 m N N O H 0 X N yN yy ti{ `x+• y •d C C m C OOV w H n n w n m M + * r r o Y• Y• h• O a 7 7 0 m m w d w 0 0 T O w H W N tD A A to A W y Y. O t0 to V NO V NA XC �+• OOtANOtAN W m m v n A V O V O O O W H O N O� A O A 0 0 0 V m M A O O A 0 0 0 0 M [ 71 O �x 0 m m H a w r 5r Col F+ w w aLlOw twit M 1Y* N I+ y 3 t11 5' w 7 S to y Y•w .+tn rtsN fH7 eHr1� ew1 .~ fyD -1 00 d w < • < m O co y M• < m n.n- vnnnnro r# „ W !n H• 000r+r*odo C)wrm m w r m < ot0 � tv ow C. y a O 0 w N mss= �c0w`�° wm00m�• m f+ N m N n N N w N m N O n w r. O O O M 0 0 H x IE O m H m 0 n m r r K 1 3 N r r M zO H 0 n a z z c� n O 1 00 m -� oo w � o H G �rwrWr N y H H o m m 0 m m C r N O N 0 o0a.<E �gmY• CL H 0 m Y• 0 0 v o 7 < G w Q' � g 0000 Y• N N 'y '+ d Y r+ v `< H x VQ 00 N r .. 7 N V A V A O n O A T N t n N 00000 O O O O O O O O O O O N n+ O w a C a 0 w y 7 N H H 'o n 0 01 t10 m CD � a m 0 w En nnan OW. W. W. W. G N r H A m 0 o m 0 o p .00 E N• o K o C M O m 3 t• nawww � � N w r• H O w a v 0 noro .+ o 0 0 r. w 0 m m 7 x x m n N m rmr eme y O 7 N N r• O r9 Oti Oo N 7 M 0a4rrmm4 F 0 7 m N N O H 0 X N yN yy ti{ `x+• y •d C C m C OOV w H n n w n m M + * r r o Y• Y• h• O a 7 7 0 m m w d w 0 0 T O w H W N tD A A to A W y Y. O t0 to V NO V NA XC �+• OOtANOtAN W m m v n A V O V O O O W H O N O� A O A 0 0 0 V m M A O O A 0 0 0 0 M [ 71 O �x 0 m m H a w r 5r Col F+ w w aLlOw twit M 1Y* N I+ y 3 t11 5' w 7 S to y Y•w .+tn rtsN fH7 eHr1� ew1 .~ fyD -1 00 d w < • < m O co y M• < m n.n- vnnnnro r# „ W !n H• 000r+r*odo C)wrm m w r m < ot0 � tv ow C. y a O 0 w N mss= �c0w`�° wm00m�• m f+ N m N n N N w N m N O n w r. O O O M 0 0 H x IE O m H m 0 n m r r K 1 3 N r r M zO H 0 n a z z c� n O 1 ed be f rs ai MN MW J7 MAI iv or C1 TIPOeLke r BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 BOND NO. 766046 (10106) PREMIUM: INCLUDED IN BBSU That we, Sully- Miller Contracting Company , as bidder, and Seaboard Surety Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount of the Bid in----------- Dollars ($10% of Bid - -J, 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 Miscellaneous Resurfacing & Reconstruction 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 8th day of April , 198Z SULLY- MILLER CONTRACTING COMPANY Bidder (Attach acknowledgement of Attorney -in -Fact) BY: Authorized Signature /Title Notary Public FRANK E. HOLLAND, ASSISTANT SECRETARY SEABOARD SURETY COMPANY Commission expires Surety i By Title TTORNEY -IN -FACT • • SP7of8 (4) ASTM D2006 -70 (discontinued) can be used for these determinations. (5) Viscosity Ratio= RTF -C Viscosity @ 1400 F, cST Original Viscosity @ 1400 F. cST Emission Control The Contractor shall minimize the escaping of solids into the air caused by either the machine or the burning of pavement during the heating operation. In the event that a smoke problem develops and becomes excessive, it may be necessary to add additional blower systems or other devices or to remove the contaminant by cold milling. No additional compensation will be allowed for any extra steps required to reduce emissions. Measurement and Payment Heater - scarifying of the pavement will be paid for at the contract unit price per square yard. Such price shall constitute full compensation for the item complete as herein described and specified. D. Asphalt Concrete The work shall be done in accordance with Section 302 -5 "Asphalt Concrete Pavement" and 400 -4 "Asphalt Concrete" of the Standard Specifications except as modified and supplemented below: 1. Base Course - -A base course of Type III -B2 with 5.4 percent AR 4000 paving asphalt shall be used for pavement reconstruction. 2. Finish Course -- Finish courses of Type III -C -3 with 5.8 percent AR 4000 paving asphalt shall be used for the asphalt overlay. 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. Prior to placing the finish course on any surface that has not been heater scarified, 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. The surface shall be free of all loose material or dust when the tack coat is applied. E. Utility Adjustments Replace the second sentence in Standard Specifications Section 301 -1.6 "Adjustment of Manhole Frame and Cover Sets to Grade" with the following: "Sewer, storm drain, water, and survey monument covers within the area to be paved shall be set to finished grade by the Contractor." The Contractor shall adjust all Irvine Ranch Water District (I.R.W.D.) water covers to grade within the construction limits. The cost for adjusting I.R.W.D. water covers shall be included with the cost for adjusting all water covers and paid for under the bid item for "Adjust Valve and Monument Covers to Finished Grade." The Contractor shall contact the I.R.W.D. prior to ad- justing their water covers to allow them to inspect and provide new equip- ment where necessary. • SP8Of8 F. Traffic Striping and Pavement Markings 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. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: "The Contractor shall perform all layout, alignment and spotting. 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. G. Install 8 -Inch A.C.P Subdrain and Connection This work shall consist of excavating, furnishing and installing perforated asbestos - cement pipe subdrains, furnishing and installing permeable material, joining the existing storm drain system and replacing the asphalt roadway as shown on the plans. SIteeis I'o be Res v, fared r a a 4 'Cecori S ft or i ev �r `eW r...\ �... V` Can ✓� -°J �i� 4 CY p SP PO��I at � /G�P�� �" �. ^• '�'' \5�� till CITY OF NEWPORT BEACH DRAWN d Illjl' , WN. CJ L DATE _ PUBLIC WORKS DEPARTMENT MISCEL LAIVfOUS RrSURFACING AND RECONSTRUCTION V U w F.., rr 0 a_ U- 0 1� U APPROVED Phen UV DRAWING NO, fXH181T B / r dpi , • QJ v ti 'Cecori S ft or i ev �r `eW r...\ �... V` Can ✓� -°J �i� 4 CY p SP PO��I at � /G�P�� �" �. ^• '�'' \5�� till CITY OF NEWPORT BEACH DRAWN d Illjl' , WN. CJ L DATE _ PUBLIC WORKS DEPARTMENT MISCEL LAIVfOUS RrSURFACING AND RECONSTRUCTION V U w F.., rr 0 a_ U- 0 1� U APPROVED Phen UV DRAWING NO, fXH181T B / 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. March 24, 1982 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this24 day ofMa rch• I ``B2 U . Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. 0 This space is for the County Clerk's Filing Stamp N NOTICE INVITING BIDS Proof of Publication of MISCELLANEOUS RESURFACING AND RECONSTRUCTION CONTRACT NO. 2300 PROOF OF PUBLICATION Seded bid. may be + iv d at the .Nice .I the Cary CI.A, 3300 N. ,i Bivd., Ne n Beach, CA 92663 ..Id 11 a.m... the Bth d.y .I A,A1. 1962, ei which 1i....ch bid..h.N b..eem .d..d,.ed I.. MISCELLANEOUS RESURFACING AND RECONSTRUCTION C...".o N.. 2300. - - Ee9i b E.limele E2gy Ad da, I by. th. City A d.y C ,C1.h, 1982. Wa`nd's E. I A.d n.n, Rb Cld., R..bidd ...fga 6..Maro on. bl .1 biddocemen% sf'd. coq et Ne .11ice d t 3360 N vwl B. . lk em, N. ewec6.. . CA . Fm SlamMe- � N �IMMON MAR 2 2 1982 By }he CITY COUNCIL CITY GF NEWPORT RACH TO: CITY COUNCIL FROM: Public Works Department March 22, 1982 CITY COUNCIL AGENDA ITEM N0. , —k\ SUBJECT F4CE1 i#�435 k�iEAC6 f1S7R11� e RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on April 8, 1982. DISCUSSION: The project provides for the resurfacing and local reconstruc- tion of the five streets shown on the attached exhibit. The work is part of a continuing street maintenance program which will provide a smooth - riding surface with an adequate structural section for present and future traffic demands. The Engineer's estimate is $280,000. Funds in the amount of $81,000 were budgeted in Account No. 02- 3397 -209 for the resurfacing of Jamboree Boulevard, with the balance of the funding, $199,000, com- ing from Account No. 02- 3381 -015 for Street and Alley Resurfacing and Reconstruction. Bid documents have been prepared by the Public Works Depart- ment. All work should be completed prior to July 30, 1982. Benjamin B. Public Works SJL:jd Att. a rm Nolan Director _ f.Z vIfTA If IL V VI 4k CITY OF NE PORT BEACH DRAWN S J L DATE 2- PUBLIC WOR S DEPARTMENT APPROVED