Loading...
HomeMy WebLinkAboutC-2538 - Seashore Drive Street Improvements between 33rd Street to 56th Street0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 May 22, 1987 Sully - Miller Contracting Carpany 6145 Santiago Canyon Road Orange, CA 92669 Subject: Surety: Seaboard Surety Company Bonds No. 11458986 Contract No.: C -2538 Project: Seashore Drive Street Irrprovettents between - 33rd Street and 56th Street The City Council of Newport Beach on April 27, 1987 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 in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on May 6, 1987, Reference No. 87- 254322. Sincerely, Wad ggicZ U City Clerk MM: pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach V REQUEsnEp ei PLEASE RETURN TO: City Clerk �� ?n' p�p� REOW N City of Ne ort each GOMUMa 3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICF. OF COMPLE PUBLIC WORKS NO CONSIDERATION pp* 87- 254322 10 All Laborers and Material Men and to Every Other Person Intere O1Y pF"Y MAY 211987 J YOU WILL PLEASE TAKE NOTICE that on April 27, 1987 the Public Works project consisting of Seashore Drive Street Improvements between 33rd Street and 56th Street (C -2538) _ on which Sully- 14iller Contracting Company. 6145 Sant was the contractor, and Seaboard Surety Company, 197 was the surety, was completed. VERIFICATION I, the undersigned, say: Road, 0 , Suite CA 92669 CIT OF NEWPORT BFACH Public 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 April 29, 1987, at Newport Beach, California. JM �-- Lf4r / " z Public Works Director VERIFICATION OF CITY CLERK I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 27. 1987 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 April 29, 1987 at Newport Beach, California. 4" C�� 4'�, City Clerk RECORDED IN O ;gIAA— R S OF ORANGE COUNTY. CALIFORNIA -442 PM MAY 6'87 COUNTY RECORDER ,,.- - -- -: TT3U¢3Sf �ii1�Y?'J3A AtA31f3 f0id 3Q(1,'! TM��MNfl3V00 i ':. .. j 1 '` . ,. CITY*)F NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 April 30, 1987 County Recorder's office P.O. Box 238 Santa Ana, California 92702 Enclosed is the following docwnent for recordation and return to the above -named office: Notice of Completion for C -2478, C -2538, C -2613 and C -2615. Sincerely, i � M, O Wanda E. City Clerk • 3300 Newport Boulevard, Newport Beach • • TO: CITY COUNCIL FROM: Public Works Department BY THE Cn_ i U5UNCIL CITY OF RiAiPORT B Xil APR 27 1987 APPROVED April 27, 1987 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: ACCEPTANCE OF SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET (C -2538 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 recorded in accordance with- applicable sections -of the Ciri1 Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $399,004.50 Amount of unit price items constructed 432,121.19 Amount of change orders 3,229.11 Total contract cost $435,350.30 Funds were budgeted in the General Fund, Account No. 02- 3386 -015 and 02- 3397 -403. The increase in the amount of unit price items constructed was pri- marily due to reconstruction of a greater area of pavement than had been antici- pated. One change order was issued. It provided for: (1) removal of an abandoned sewer flush tank; (2) additional traffic markings; and (3) locating and adjusting to grade three sewer cleanouts. The contractor is Sully- Miller Contracting Co. of Orange, California. The contract date of completed on January 12, 1987. Benjamin B. Nolan Public Works Director GPD:jd completion was February 15, 1987. The work was CITY OF NEWPORT BIACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Cam,,, TO: 1•INANCE DIRECTOR Public Works Department FROM: CITY CLERK DATE: October 3, 1986 SUBJECT: Contract No. C -2538 Description of Contract Seashore Drive Street Improvements Between 33rd Street and 56th Street Effective date of Contract October 3, 1986 Authorized by Minute Action, approved on September 22, 1986 Contract with Sully- Miller Contracting Company Address 6145 Santiago Canyon Road CA 92669 Amount of Contract $399,004.50 "We2�a' 6e , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 1, • • October 1, 1986 TO: CITY CLERK FROM: Public Works Department SUBJECT: SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD AND 56TH STREET CONTRACT NO. 2583 38' Attached are four copies of the subject contract documents, including insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return remaining copies to our Department. Gilbert Wong Assistant Civil Engineer GW /bjm Attachments r CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 12th day of September, 1986, at which time such bids shall be opened and read for SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET Title of Project 2538 Contract No. $350,000 Engineer's Estimate Approved by the City Council this 25th day of August , 1986. Wanda E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Gilbert Wong at 644 -3311. Project Manager J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET CONTRACT NO. 2538 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2538 in accor- dance 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. Lump Sum Mobilization @ Forty -seven Thousand Dollars and No Cents $ 47,000.00 Per Lump Sum 2. 90 Construct P.C.C. type A curb and gutter Lineal Feet @ Nineteen Dollars and Ninety Cents $ 19.90 $ 1,791.00 Per Lineal Foot 3. 1,800 Construct 4" -thick A.B. base material Tons @ Twenty -six Dollars and No Cents $ 26.00 $_46 800.00 4. 13 Construct P.C.C. cross gutter Each @ Four Thousand Three Hundred Fifty Dollars and No Cents $ 4,350.00 $ 56.550.00 Per Each "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accor- dance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." September 25, 1986 &' �lk 2 Lf Date Signature Robert E. Holland, Vice President Sully - Miller Contracting Company Contractor C -2538 A • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. _ AND UNIT UNIT PRICE WRITTEN IN WORDS _ PRICE PRICE _ _ _ 5. 1,450 Construct 3" -thick A.C. base course Tons @ Fifty -seven Dollars Thirty -five Candts $ 57.35 $ 83,157.50 Per Ton 6. 2,500 Construct 6" -thick P.C.C. pavement Square Feet @ Four Dollars and Forty Cents $ 4.40 $ 11,000.00 Per Square Foot 7. 11 Adjust existing water valve boxes to Each finished grade @ One Hundred Fifty -seven Dollars and No Cents $ 157.00 $ 1,727.00 Per Each 8. 60 Adjust existing water meter boxes to Each finished grade @ Eighty -six Dollars _ and events -five _ Cents $_ 86.75 $ 5,205.00 Per Each 9. 1,400 Construct variable thickness A.C. Tons overlay (1" minimum thickness) @ Third six___ Dollars _ and Thirty -five Cents $ 36.35 $ 50,890.00 Per Ton _ 10. 19 Adjust manholes to finished grade Each @ One Hundred Ninety Dollars and No Cents $ 190.00 $ 3,610.00 Per Each 11. 3,900 Construct P.C.C. rolled curb Lineal Feet @ Nineteen_ Dollars and Ninety_ _ Cents $__19.90 $ 77,610.00 _ Per Lineal Foot _ , • � PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 11 Relocate existing water meter boxes Each @ Six Hundred Fifty Dollars and No Cents Per Each 13. 8 Reset survey monuments Each @ Four Hundred Dollars and Cents Per Each 14, 20 Provide and install raised pavement Each markers @ Six Dollars and Ninety -five _ _ Cents Per Each 15. Lump Sum Traffic striping Seventy -five @ Three Thousand One Hundred Dollars �, - - - -- __.� and No _ Cents Per Lump Sum ��� —� TOTAL PRICE WRITTEN IN WORDS Three Hundred Ninety -nine Thousand Four Fi September 12, Date 7141.639- 1400_______ Bidder's Telephone Number #1538 _ "A" Contractor's License No. Cl & assification Dollars and Cents 6.95 1 139.00 $ 3,175.00 $ 3,175.00 $ 399,001.50 Sully_- Miller_ Contracting Company ...... Bidder S /Robert E. Holland, Vice President Authorized Signature /Title 6145 Santia is Canyon Road ress 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. 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 discrepancy 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. #1538 "A" ontr's Lic. No. & Classification_ September 12, 1986 Date Sully - Miller Contracting Company Bidder S /Robert E. Holland, Vice President Authorized Signature /Title Page 2 r • DESIGNATION OF SUBCONTRACTOR(S) Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Subcontract Work Subcontractor Address 1. P.C.C. Jezowski Orange 2 Striping Orange Co. Striping Orange 3. Manhole Adj. Manhole Adj. Monterey Park 4. ' 1. P.C.C. John Jezowski, Inc. P. 0. Box 1367 Orange, CA 92668 r 2. Striping Orange County Striping, 183 Pixley, Orange CA 92668 3. Manhole Adj. P.O. Box 250, Monterey Park, CA 91754 11. 11P A Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice President Authorized Signature/Title r FWRIGINAL SEE CITY CLERK'S FILEIPY BIDDER'S BOND BOND NO PREMIUM KNOW ALL MEN BY THESE PRESENTS, Page 4 766046(13574) 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, Calfornia, in the sum of Ten Percent of The Total Amount of The Bid---- - - - -In Dollars ($in% 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 SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD AND 56TH STREETS 2538 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day Of September , 19-fi• (Attach acknowledgement of Attorney -in -Fact) S /Connie J. Gonzales Notary Public Commission Expires: June 23, 1987 SULLY - MILLER CONTRACTING COMPANY Bidder S /George M. Lubanko. Ash is ant ecre ary Authorize Signature /Title SEABOARD SURETY COMPANY Surety By S /Ronald Davis Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 12th day of September , 1986 . My commission expires: October 21, 1988 Sully - Miller Contracting Company Bidder S /Robert E. Holland, Vice President Authorized Signature /Title S /Alice M. English Notary Public Page 5 0 Page 6 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. (PLEASE SEE ATTACHED) Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice President Authorized Signature /Title r Q a. O V w C7 U _Z Z w w F- U C •-+ = U �Q w W H x O p W W UF-C7 U Z C W ¢ W 7 J O O J C' 1•-1 C E r J J vi N colI W 3 Y c O 3 w O z O r U O J W w u' O w W a Y O 3 w O W J ¢ O w c O w C W C Y z O 3 w p w C r H w r C U T q&L y c c c c c roq C O CD q O O yE 'C E Q U A O• i L Ed O. U EO too A •� A N 7 >> 4J M N7J ^w LLC C �J W C W > W W > N O O O L O O C L N aj T N T T T L i•1 N J� = , -, Ci a .� .� •^• r A t U E OF -0 u •'• 00H U t eo 4j [O N 4 L y A Ol Gl O i� C N N C N G7 kn a.a c 7 0 A L V 0 C> N v J L C ^ 7 �••• N u ^ A O U . r G/ • 3•� O 0 C q LOS Y>C1 \r V J C C %-w0 d N N O •, O `. T A 7 O p 0 0 3 LO. Y c•�roe ca E'- •r i q LrW Ln q A r L g A W\ S W (X F- V: C^J V) O u' vi 101`. M 01 to 1 ON O1N O1 tD0 kc aNO LO � 'w LnOOM t D N r 10 " C N N M C C o u N C 4) C U o c o 7 L a+ ♦ +� 41 U O U N 7 J 7 C C L L O O1 O ++ IT 0 C U N ^ N m •C a+ O Y O i G7 L U Y q C J i: �i A r L C•3 O C 0 S. 1 1- 0 3 O\ 3 L r_++vava�+o.d �cuaraiavuav L A i 1•� L i g v i A L C V1 .� ♦•1 N L •i H V7 ti1 N N V) V7 V'1 f- M Go rn .•r O O CT aLi � E C C C N N A A J •n•a d d `�' V V C •� 0 L y A > W y COcV C > ^Ca N r W W A C» W g q O O L O L L O T >� N T rr41 a -1r N 0 61 •^- 41 O O .^- •� A •� t UUUUUYI•••1 --U i U N D > d �+ ¢ 1..1 co C n O eE q 00 C L M L ^ C N 4j A O N m N L C N 6! C ,N+ C 4J 0 ✓ > i •r C r •U Oat 00 U d a q p C C O V' a, V N •� > ~ A Q O T N S. O J N U U A 7 41 O N N 7 3 O N 3 q U - ..O= -� 713 a L •U W L A C O HrSF -S r••+3r N In tH v 0 0N n Cr u7V OOO 0110 NM01 ti/Q1O<01O M QO u7 C0 O N OO 0/N O %0 1O •D M NNQ-�rH7 O1001.4 N N •••1 A i C c 61 O O a 4 1 \ L L G ooh r a L L QI d 3 L 3 L A a 3 a V V 6 L. 7 V V L i y H N V7 4,7 N I 0 T CL C c q A o N � u Ev y y y 7 C•4) T01 A C L d O c c41 •r a+++t•n L L O i d C 7 c COO U1r C Lv F-4� A W W W W W O W W C 600006 GU NOO'O r N N Y LT1 U C g N N N U V V UU^]SC7UU F 3 r 61 cu a 1Ni1 LO T rIC r V C9 O r 7 A \ N O A r C N W W A O W C > O C! 6! •^ m E >1 QG1 441 u 3 0. t o o n v c >> O Y L v L L o A Q Q J L O a� C m O J cC Cq j 0. 13 y L L d 7 O6E0001OOC a+O a C O C a H A C L. q V V OS W c7O 01167 cV • %a 000000 O pk0 Q 1(7O O000 C 01 N ••+ 4• M OO OO 0 C U7 0 00 � % .o C7 �OOO C7N 0 D 10 �DN MMRNtnN O 1 N ."7 N N C T O A J d C c i O L L y•^G- r N � � 7 V C C G O L O NNO TOO ++ ) 3 V C U A r r .Y N fn Y 61 3 Q d L A L 6 31:9 C' V y> > O i aD O W A Na:m W 3 °vya+vz° .+r-aYiu p iO. S. 0 3 +Oi g 3 i q L a ♦ 4+ y •r .- L d �.1 i V7 N V7 V1 Z Vt V1 F- Z 0 F- 2 rn L A 4J N >1N L 61 i-1 iJ N .X X 4v CL O L L O. ♦ q C N N � 4J � C C V O G V O N N a.1•- V S v •� O i C C O 4. w+ O V 7 O L C u � N ++ C N O •� U r � r 01 c �+ L LO • q L C L A d N N •� i •� S y � G o Q a7u 61 7J O LL L r � o- w 0 2 • Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro ert - Casualt . Coverages shall be provided or all YPES 0 IN URANCE 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 edition a opted or use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 8 PAYMENT BOND BOND NO: 11458986 PREMIUM: INCLUDED IN THE 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 September 22, 1986 has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET C -2538 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, or other supplies used in, upon, for, or about the performance 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 Three Hundred Ninety Nine Thousand Four and 50/100- - - - - -- Dollars ($ 399.004.50- - - - -), said sum being equal to 100% 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, or other supplies, 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 Unemploy- ment 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. The 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 l_P I Y O Payment Bond (Continued) Page 9 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 Principal and Surety above named, on the 23rd day of September , 19 86 SULLY - MILLER CONTRACTING COMPANY (Seal) Pang of Contractor Principal AdThorized Signature and Title George M. Lubanko, Assistant Secretary SEABOARD SURETY COMPANY _ (Seal) Name of Surety 19700 Fairchild, Suite 130, Irvine, CA 92715 Address of Surety Signature Title of Authorized Agent Ronald Davis, Attorney -In -Fact 19700 Fairchild, Suite 130, Irvine, CA 92715 ress of Agent "'A' 85, 1 -1911 Telephone No. of Agent STATE OF CALIFORNIA COUNTY OF LOS ANGELES =NOTARY SEAL ONZALES CALIFORNIA COUNTY on. 23,198] On this 23rd day of September , in the year 19 86 , before me, the undersigned, a Notary Public in and for said State, personally appeared John A. Berton--------------- --------- ------- - - - - -- -and ------------------------------------- , personally known to me olt�41bif9a7i 6? i�rb $4$tik%ibtTs(a6�iye4iftgdigto be the persons who executed the within instrument as Vice President and Assistant Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and official seal. ACKNOWLEDGMENT— Cory. —Prn. 8 Sec.— WalIvs Farm 222CA —lieu. 11 -83 ®1983 WOLCOTTS. INC. (DrlceoMss8 -2) Notary Public gand f id a . 1. STATE OF CALIFORNIA (XWWWCOUNTYOF LOS ANGELES ] OFFICIAL SEA ] ss.: CONNIE J. GONZALES NOTARY PUBLIC - CALIFORNIA ] LOS ANGELES COUNTY My Comm. EFplms Ju * 23, 1987 On this 23rd daySeotember1986, before me, the undersigned Notary Public, in and for the State, personally appeared Ronald Davis---------- - -- - -- a person known to me( dkiF�4IS# iS #19if�iF�SE�Sl4it11dtt�2SrY), to be the person who executed the written instrument as Attorney -in -Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this My Commission Expires June 23, 1987 FORM 116 12/82 23rd day of September A.D. 19 86 Notary Public. • 0 Page 10 FAITHFUL PERFORMANCE BOND BOND NO: 11458986 PREMIUM: $1,122.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 22. 1986 has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD AND 56TH STREET 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, and SEABOARD SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Ninety Nine Thousand Four and 50/100- - - - - -- Dollars ($399,004.50 ----- ), 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 A w I E Faithful Performance Bond (Continued) 0 Page 11 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 23rd day of September , 19 86 SULLY - MILLER CONTRACTING COMPANY (Seal) gnature and Title n, Vice,,Pf;iident 24C ,y. �-� Authorized Signature and Title George M. Lubanko, Assistant Secretary SEABOARD SURETY COMPANY (Seal) Name of Surety 19700 Fairchild. Suite 130. Irvine. CA 92715 Address of Surety 9-44 &1-1�rll Signature and Title of Authorized Agent Ronald Davis, Attorney -In -Fact 19700 Fairchild Suite 130. Irvine. CA 92715 ddress of Agent (714) 851 -1911 Telephone No. of Agent STATE OF CALIFORNIA E 1 - OFFICIAL SEAL CONNIEJ.GONZALES NOTA0.Y PUE0.IC- CALIFOPNI0. LOS ANGELES COUNTY My Comm. E„pi »s Jam 23, 1987 ACKNOWLEDGMENT —Cwp. —Pros. & Soo.— Wokolis Porn 222CA —Rev. 11-83 V%3 WOLCOTTS. INC. (pke class M) On this 23rd day of September , In the year 19_86. before me, the undersigned, a Notary Public in and for said State, personally appeared .Inhn A. Rcr* nn------- ----- ---- ------ ----- ----- - - - - -- and George M. LUDat1KO------- --- -' - - - -- personally known to me �4K�frtf�il7{dtcK�ildtRRlStf�s oX t fi7k7fdj li&W to be the persons who executed the within instrument as Vice President and Assistant Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my band and official seal. Notary Public STATE OF CALIFORNIA OFFICIAL SEAL CGNNIE J. GGNZALES $S.: ;, o NOTARY ANGELES CALIFORNIA % Mft COUNTY OF LOS ANGELES LOS ANGE ESCWNTY My Can.. E.O.. Jun. 27, 1987 On this 23rd day Sentemberl9 86 , before me, the undersigned Notary Public, in and for the State, personally appeared Ronald Davis---------- - a person known tomepott�xpNe�Xali) Gp[ c0311[ kRSis to�XSCt1J�R4J7cRVC0.�7[dAPXX1, to be the person who executed the written instrument as Attorney -in -Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 23rd day of September A.D. 19 86 My Commission Expires June 23, 1987 FORM 116 12M Notary Public. Certified Copy S OARD SURory COMP.e No. 9866 NEW YORK, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the Sta of New York, has made, constituted and appointed and by these presents does make, constitute and appoint Ronald Davis of Long Reach, California its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, unde takings and other instruments of similar nature as follows: Limited to the amount of $2, 500, 000 for bonds executed on behalf of Sully — Miller Contracting Company and /or Southern Pacific Milling Company, Inc, and /or South Coast Asphalt Products Company, Inc Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesa Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized office of the Company and sealed with its corporate seal ; and all the acts of said Attorney- inFaet, pursuant to the authority herel given, are hereby ratified and confirmed. This appointment is made pursuant to the following B%-Laws which were duly adopted by the Board of Directors of the said Con panty on December 8th. 1927, with Amendments to and including January 15, 1982 and are still in full force and effect: ARTICLE VII, SECTION 1: "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thersto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements at other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Sweeter a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney -in -Fact for the Company appointed and authorized by the Chai man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board m: from time to time determine. The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fad or representative." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one 4� }td Vic( Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ...................... dayof ........... J. une ............................... 19.. &3... Attest: SEABOARD SURETY COMPANY, (Seal) Anita J. Leonard By,,,,. R. T. Gundersen .......... ............................... ...._............................ .................................. Assistant Secretary Vice- Presider STATE OF NEW YORK COUNTY OF NEW YORK SS.' On this ........3.1:d ................ day of ................... .j UFI.e ............................................................... 19...83..... before me personally appeare R...... 2. .... GII> Zder. s. en ......................... ..................I............ a Vice - President of SEABOARD SURETY COMPANI with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of ...... N.C.W..YQXX........... 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 corporal seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice President of said Company by like authority. State of New York No. OlQU8468870 Qualified in Richmond County Certificate filed in New York County (Seal) Commission Expires March 30, 1984 Pfar�aret.M. Quinlan ................... ............................... Notary Publ C E R T I F I C A T E I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of whit 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 Presider who executed the said Poker of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as provided i Article VII, Section I, of the By -Laws of SEABOARD SURETY COMPANY. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Board of Directors of SEA BOARD SURETY COMPANY at a meeting duly called and held on the 28th day of June 1978. "RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Seeretar on any certification of the correctness of a copy of an instrument executed by the President or a Vice - President pursuant to Article VII, Sectio 1, of the By -Laws appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the company surety bonds, underwritin undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manuall 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 the 431�day of ............. .....................SQA•LfA141 C....................., 19..8b.... .... ....i(r . CERTIFICATE OF INSURANCE City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 AND ADDRESS OF INSURED ars Co., Inc & its Subsidiary 6145 Santiago Canyon Road California 92669 Page 12 COVERAGES Company A The Travelers Indemnity Company Letter ny B r_ ny C r_ ny D r_ ny E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). 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. Ate( 7/� Johnson & Higgins of PA, Inc. By: r Agency: 2600 One PPG Place Authori ed Representative Pittsburgh, PA 15222 Date: September 23, 1986 Telephone: (412) 391 -5350 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: SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET C-2538 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Ell Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each JAg.Froducts/ Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations TRSLG- 190174523- 6 1 -1 -87 Bodily Injury Property Damage $ $ $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance 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 FRCAP180 4547 -86 1 -1 -87 Bodily Injury Each Person $ Q Owned $ Bod t y injury Each Occurrence 0 Hired Proeerti Damage Q Non -owned Bodily njury and Property Damage Combined $ 1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ SELF I SURED WORKERS' COMPENSATION ERT. NO CONTINU tatuto ac Accident) BY STA E OF CALIF. and EMPLOYER'S LIABILITY 130 OVERAGE 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. Ate( 7/� Johnson & Higgins of PA, Inc. By: r Agency: 2600 One PPG Place Authori ed Representative Pittsburgh, PA 15222 Date: September 23, 1986 Telephone: (412) 391 -5350 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: SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET C-2538 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Ell � *oomnoc cn D- �'����G�Q�� y fD P. 9n� b H (�o App�m fD 4 W. cn z �av ^3o °�+ o O. H w ct as. • w 5. n'm cc, O O O O oo' $ -o m CO CD O to y rsw � to CD s.= 9 i 3 �< CD H as H ^ O OZm 13 _ ; , O cr O A CCD �!', ■ ■ v a- o ��pp A 3. c'�'2'� H w (D fD r. a°� Q (D fy ^ S i f m _. '� tk -.m b8 10 Q" Fy o-Or, 3 c m = (9 �+ ms's "� =`o • T m mn .0R;9 ; ° ° 0 Z n m ao' 9*8 Q 3 pp ro'_ o o o" (N/� .r w i 075n —o �r9 z .°y (D m Om n (D t;l In H On 6 sa 3� I m C > 0c.a o = "c B. ° " ° lid irm p Nr R. � r -.o rs3 6 =HA e N o r - c'i�m =5� V ,9 a R�m °m5° > Z °53 =ca Z ,`j Az SN m 2 CL 'Gn C O A s3o2a y > m C � .TfD y ��s m a Z ° Rt 8 n R n I �9bmon. °' ° CCD Ella; • • Page 13 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 ( X� Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 1,000,000.00 CSL each occurrence each occurrence 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: SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD AND 56TH STREET C -2538 Project Title and Contract No.). This endorsement is effective Sept. 23, 1986 at 12:01 A.M. and forms a part of Policy No. TRCAPIBOT4547 86 Koppers Company, Inc. & its Subsidiary Named Insured SULLY - MILLER CONTRACTING COMPANY Endorsement No. - -- Name of Insurance Company The Travelers Indemnity Co. By 7&27c AuthorizeOr Representative • • Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of 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 nold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence R Single Limit Bodily Injury Liability $ 1,000,000.00 CSL 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: RI E TREET IMPROVEMENTS BETWEEN 33RD AND 56TH STREET C -25381 Project Tit, a and Contract No. This endorsement is effective Sept. 23, 1986 at 12:01 A.M. and forms a part of Policy No. TRSLG18OT4523 -86 . Koppers Company, Inc. & its Subsidiary Named Insured SULLY- MILKLER CONTRACTING COMPANY Endorsement No.- - - -- -- Name of Insurance Company The Travelers Indemnity Co By Authorized epresentative Page 15 CONTRACT THIS AGREEMENT, entered into this3day of 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City, an SULLY - MILLER CONTRACTING-CO MP NY hereinafter "Contractor, "is made with reference to the following acts: (a) City has heretofore advertised for bids for the following described public work: SEASHORE DRIVE STREET IMPROVEMENTS Title of Proiect 56TH STREET C -2538 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: SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET, 2538 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 Ibree Hundred Ninetv -nine Thousand Four Dollars and 50/100------------- - - - - -- ($�g9 nnG_5n__ This compensation includes (luny 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) Page 16 (f) Plans and Special Provisions for e of Nroject- 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: I � ✓i ✓ / /�_J APPROVED AS TO FORM: Qk"'�J \ k&- City Attorney Sully- Miller Contracting Company Name ,0tor (Principal) Authorized Signature and Title Robert E. Holland, Vice President Authorized Signature and Title CITY C -2538 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET CONTRACT NO. 2538 SPECIAL PROVISIONS INDEX SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL PLANS . . . . . . . . . . . . . . . . . . . . . . 3 VI. CHANGES IN WORK REQUESTED BY THE CONTRACTOR . . . . . . . . . . . 3 VII. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. "NO PARKING, TOW- AWAY" SIGNS . . . . . . . . . . . . . . . . . . . 4 IX. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . 4 X. EMERGENCY VEHICLES AND TRASH COLLECTION . . . . . . . . . . . . . 5 XI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . 5 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 5 A. Removals, Excavation and Subgrade Preparation . . . . . . . . 5 B. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . 6 C. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . . . 6 D. Utility Adjustments . . . . . . . . . . . . . . . . . . . . . 7 E. Traffic Striping and Pavement Marking . . . . . . . . . . . . 7 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SEASHORE DRIVE STREET IMPROVEMENTS BETWEEN 33RD STREET AND 56TH STREET CONTRACT NO. 2538 I. SCOPE OF WORK The work to be done under this contract consists of (1) constructing portland cement concrete cross - gutters, rolled curb, curb and gutter, and pavement; (2) reconstructing existing street pavement; (3) constructing A.C. overlay; (4) adjusting existing utility frames and covers to grade; and (5) performing other incidental items of work as necessary to complete the work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. T- 5401 -5 and R- 5535 -5), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 Edition) and 4) the t�aLard Specifications oar Pub lic Works onstruction (1985 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. TIME OF COMPLETION AND SCHEDULE OF WORK The Contractor's construction schedule submittal shall detail and satisfy the following requirements: A. Work shall be performed in the following sequence: 1. Southerly one -half of Seashore Drive between 33rd and 45th Streets, in two - block -long segments separated by two - block -long non - construction segments. 2. Southerly one -half of Seashore Drive between 33rd and 45th Streets, in the remaining two- block -long segments. 3. Northerly one -half of Seashore Drive, beginning and advancing from 33rd Street to 56th Street. 4. Southerly one -half of Seashore Drive between 45th and 56th Streets, in two - block -long segments separated by two - block -long non - construction segments. 5. Southerly one -half of Seashore Drive between 45th and 56th Streets, in the remaining two - block -long segments. 6. The work specified in Section II -A sequence shall include the following: all concrete improvements, 3- inch -thick asphalt concrete base course over 4- inch -thick aggregate base. The remaining work (i.e., A.C. finish course, final striping, etc.) shall be done as specified in Section II -B and C. C' J • SP2of7 B. Final paving, traffic striping and cleanup between 33rd and 45th Streets may be performed in one operation, and shall be completed by December 15, 1986. C. Final paving, traffic striping and cleanup between 45th and 56th Streets may be performed in one operation, and shall be completed by February 15, 1986. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the Proposal (i.e., excavation, sawcutting, patchback, etc.) shall be included in the unit price bid for each item of work. IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor's construction schedule submitted shall detail and satisfy the following requirements: A. City street sweeping parking restriction signs located between Seashore Drive and Balboa Boulevard shall be covered whenever work is being performed between 33rd and 45th Streets. Said covers shall be promptly removed upon completion of final paving and traf- fic striping of this portion of the project. B. City street sweeping parking restriction signs located between Seashore Drive and River Avenue shall be covered whenever work is being performed between 45th and 56th Streets. Said covers shall be promptly removed upon completion of final paving and traffic striping of the project. C. Temporary NO- PARKING, TOW -AWAY signs shall be posted along both sides of a block of Seashore Drive whenever work is being performed in the southerly half of Seashore Drive in that block, or whenever final paving and traffic striping is being performed in that block. Said signs shall promptly be removed upon completion of such work. D. Temporary NO PARKING -TOW -AWAY signs shall be posted along the northerly side of a block of Seashore Drive whenever work is being performed in the northerly half of Seashore Drive in that block. Said signs shall promptly be removed upon completion of such work. E. Bike lane designation signs along Seashore Drive between 32nd and Prospect Streets shall be covered and during construction. Said covers shall be promptly removed upon completion of final paving and traffic striping of the project. • • SP3of7 F. Street and alley access to and from Seashore Drive shall be main- tained at all times. Public parking in said streets and alleys shall not be restricted because of the work being performed under this contract. Seashore Drive shall remain open to through traffic and unobstruc- ted for at least a 13 -foot width during all phases of the project except as necessary during final paving and traffic striping. The Contractor shall notify the City's General Services Department at (714) 644 -3055 to salvage City signs which are removed during construction. Sign reinstallation shall then be performed by City forces after construction at no cost to the Contractor. TRAFFIC CONTROL PLANS The Contractor shall submit and obtain the Engineer's approval of his traffic control plan prior to the start of work. The plan shall incorporate 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 incon- venience to the motorists. A complete and separate plan shall be sub- mitted for each phase of construction. VI. CHANGES IN WORK REQUESTED BY THE CONTRACTOR The Contractor's attention is directed to Section 3 -1.1 of the Standard Specifications. If a change in work, such as the complete removal and replacement of asphalt concrete in Seashore Drive, etc., is requested by the Contractor and granted by the Engineer, such work shall be made at no additional cost to the City and no modification of the schedule of completion specified herein. VII. LIQUIDATED DAMAGES Section 6 -9 of the Standard Specifications is hereby replaced by the following: The reconstruction of Balboa Boulevard between 32nd and 44th Streets is anticipated to begin on December 1, 1986, approximately. Because of its close proximity to that portion of Seashore Drive between 33rd and 56th Streets, and because of limited vehicular access to and through the area, substantial traffic congestion, delay and inconvenience to the public is expected in the area for each day both projects are under construction simulta- neously. Therefore, failure of the Contractor to complete work along Seashore Drive within the times allotted in Section IIherein will result in damages being sustained by the public and the City. 0 • SP 4 of 7 Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each calendar day in excess of the time specified in Section II.B and II.0 herein for the completion of work, as adjusted in accordance with Section 6 -6 of the Standard Specifications, the Contractor shall pay to the City, or have withheld from monies due, the sum of $250. Execution of the contract shall constitute agreement by the City and the Contractor that $250 per calendar day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. VIII. "NO PARKING. TOW- AWAY" SIGNS Wherever the Contractor is permitted temporary prohibition of parking during construction, the Contractor shall furnish, install, and main- tain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. 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 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. IX. NOTIFICATION TO RESIDENTS Between 48 and 55 hours before closing a section of street or alley or restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification on using an explanatory letter furnished by the Engineer. 0 EMERGENCY VEHICLES AND TRASH COLLECTION • SP5of 7 The Contractor shall make every effort to provide access through the work area for emergency vehicles, mail deliveries, etc., and for weekly trash collections. If the Contractor's work will interfere with normal trash collection procedures in any manner, it shall be his respon- sibility to effect alternative trash collection procedures to satisfy the City's Field Operation Superintendent, Mr. Merle Milne, at (714) 644 -3060. In addition, if the Contractor's work will interfere with normal mail delivery, it shall be his responsibility to notify the post office at (714) 646 -8871. XI. WATER If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to Contractor, less a quantity charge for water usage. XII. CONSTRUCTION SURVEY Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California registered civil engineer or licensed surveyor. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involves. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. XIII. CONSTRUCTION DETAILS A. Removals, Excavation and Subgrade Preparation Existing P.C.C. or A.C. improvements to be removed shall be sawcut at minimum two (2) inches deep along property lines and joint lines as shown on the plans. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledge- hammers. Final removal accomplished by other means, such as hard -blow pavement breakers and stompers, shall be approved by the Engineer. Removal of existing homeowner improvements that conflict with the proposed street improvements shall be coordinated with the owner. Homeowner shall be given the option to have the materials salvaged and placed in a location that is acceptable to him. Pavement and concrete that is removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for the related item of work. r , • SP6of7 B. ASOhdlt Concrete The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vege- tation prior to overlay. 2. The Contractor shall apply tack coat to all A.C. work. 3. The Contractor will be allowed to base the entire project with asphalt (A.C.) and leave the A.C. overlay to be constructed as one operation at the end of each half of the project per Section II herein. 4. A.C. base course shall be Type III -B2 -AR -4000. 5. A.C. overlay shall be Type III -C3 -AR -4000. 6. For patchback between the P.C.C. rolled curb and the property line, the Contractor shall construct the following: When the existing improvements are P.C.C., brick and flagstone, the Contractor shall replace those improvements with 5- inch -thick of P.C.C. minimum; When the existing improvements are A.C. pavement, the Contractor shall replace those improvements with 4" A.C. This is an incidental item of work as part of the construction of P.C.C. rolled curb and gutter and no additional compensation will be allowed therefore. (See Construction Note 5.) 7. The actual width of reconstruction (Construction Note 2), generally 5 to 14 feet from the join line to edge of rolled curb and gutter, shall be per Engineer's markings prior to construction. 8. When constructing the P.C.C. cross - gutters or replacing the existing curb and gutter, the Contractor shall exercise caution not to damage the existing P.C.C. sidewalk. If the Contractor disturbs said sidewalk, the City will allow the Contractor the price of $2.00 per square foot of sidewalk replacement. This shall be considered a stipulated item and no other compensation shall be allowed therefore. 9. The City can provide, free of charge, a limited quantity of 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Gil Gomez at (714) 644 -3011. C. Aggregate Base Because of the presence of beach sand, aggregate base shown in City's standards under gutters and cross gutters may be eliminated. Aggregate base will be required under all asphalt concrete paving except for patchbacks. 0 0 SP7of7 D. Utility Adjustments The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, monu- ments and water meter boxes. Utility adjustments shall conform to City of Newport Beach Standard Drawing Nos. Std.- 111 -L, Std. -116 -L and Std.- 511 -L. All water valves, sewer cleanouts, survey monument and water meter frames and covers damaged or damaged during adjust- ment operations shall be replaced by the Contractor at his expense. The Contractor shall be responsible for any damages to all other existing utilities resulting from his operations. In addition, survey monuments shall be tied -out and reset. E. Traffic Striping and Pavement Marking This item or work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Markings," of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manufactured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of Standard Specifications for Public Works Construction and add the following: The Contractor shall establish control points and 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 112 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or other- wise delineate the new traffic lanes and pavement markings within 24 hours after the removal /covering of the existing striping and markings. No street shall be without the proper striping over a weekend. Raise pavement markers for location of fire hydrants shall conform to C.N.B. Std.- 902 -L. Pavement - -All work, materials labor etc., related to traffic stripes, pavement markings, and raised pavement markers for re- moval, painting, and repainting as shown on the plans, shall be included in the "Lump Sum" bid. September 22, 1986 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NENORT BEACHITEM NO. F-3(T) • BA -029 SEP 22 1996 TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: SEASHORE DRIVE STREET IMPROVEMENT BETWEEN 33RD AND 56TH STREET (C -2538) RECOMMENDATION: Award Contract No. 2583 to Sully - Miller Contracting Co. for the total price bid of $399,004.50 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on September 12, 1986, the City Clerk opened and read the following bids for this project: • Bidders Total Price Bid Low Sully- Miller Contracting Co. $399,004.50 2 FAV Engineering $400,000.00 3 Nobest Inc. $511,350.00 4 Vernon Paving Co. $549,150.00 The low bid is 14% higher than the Engineer's estimate of $350,000. The low bidder, Sully- Miller Contracting Co. is a well - qualified general contractor who has satisfactorily performed previous contracts for the city. The project includes the construction of a longitudinal "rolled" gutter along the south side of Seashore Drive and cross gutters at most inter- sections of Seashore Drive between 33rd and 56th Streets; the reconstruction of certain reaches of Seashore Drive pavement; and the overlay and restriping of all asphalt pavement between 33rd and 56th Streets. The work will provide for better storm and nuisance water drainage, plus improve the structural capacity and ride quality along Seashore Drive between 33rd and 56th Streets. The end • product will be similar to that constructed along Seashore Drive between Orange and Summit Streets during FY 1985 -86. In accordance with the attached Agenda Item No. F -14 dated August 25, 1986, funds for award will be transferred from the Finley Tract Street Improvement, Account No. 02- 03397 -403 ($278,000) into Seashore Drive Street Improvement, Account No. 02- 3397 -365 ($13,250 balance). I .. 0 0 September 22, 1986 Subject: Seashore Drive Street Improvement between 33rd Street and 56th Street (C -2538) Page 2 A budget amendment making this transfer has been prepared for Council consideration. The remaining award amount will be funded from the appropriation for Street and Alley Reconstruction and Resurfacing Program, Account No. 02- 3386 -015 ($107,754.50). Plans and specifications for the Seashore Drive project prepared by aF Engineering. TL/he� estimated date of completion is February 15, 1987. • Benjamin B. Nolan Public Works Director GW:jd Att. August 25, 1986 CITY COUNCIL AGENDA ITEM N0. F -14 • T0: CITY COUNCIL FROM: Public Works Department SUBJECT: SEASHORE DRIVE STREET IMPROVEMENT BETWEEN 33RD STREET AND 56TH STREET (C -2538) 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 September 12, 1986. DISCUSSION: The current budget contains an appropriation of $278,00 for the reconstruction of streets and alleys, plus storm drain construction, in Finley Tract. The budget also indicates that funds will be requested to improve Seashore Drive between 33rd Street and 56th Street during FY 1987 -88. Plans and specifications for both projects have been prepared by con- sultants. However, in order to reconstruct Finley Tract streets and alleys, staff must first spend a substantial amount of time to resolve reconstruction details with many property owners. Those details concern private encroachments, public improvements which have yet to be built by the adjacent property owners, street trees and landscaping. On the other hand, the Seashore Drive project is ready to go to bid. The project includes the construction of a longitudinal "rolled" gutter along * the south side of Seashore Drive and cross gutters at most intersections of Seashore Drive between 33rd and 56th Streets; the reconstruction of certain reaches of Seashore Drive pavement; and the overlay and restriping of all asphalt pavement between 33rd and 56th Streets. The work will provide for better storm and nuisance water drainage, plus improve the structural capacity and ride quality along Seashore Drive between 33rd and 56th Streets. The end product will be similar to that constructed along Seashore Drive between Orange and Summit Streets during FY 1985 -86. Staff requests that the current Seashore Drive project be approved to ! go to bid and that the award, if any, be made with funds intended for Finley Tract Street Improvement, Account No. 02- 3397 -403. The Finley Tract funds could then be considered for appropriation during the FY 1987 -88 budget process. • Plans and specifications for the Seashore Drive project were prepared by FAV Engineering. Their construction estimate is $350,000; therefore, any funds needed above and beyond the $278,000 existing appropriation would be provided from the appropriation for the Street and Alley Reconstruction and ( Resurfacing Program. J 0 Paye 2 Subject: Seashore Drive Street Improvement Between 33rd and 56th Street August 25, 1986 • The contract requires the completion of all work between 33rd and 45th Streets by December 15, 1986, so as to minimize effects on access during the reconstruction of Balboa Boulevard, anticipated to begin during November of 1986. The remainder of the Seashore Drive work is to be completed by February 15, 1987. If the recommendations are approved, the staff will prepare a budget amendment making the transfer of the existing appropriated funds for Council consideration when award of the contract is scheduled. J;t.;� ' / )f &Lc Benjamin B. Nolan Public Works Director LRD:jw i I I it 0 BY THE CITY COUNCIL August 25, 1986 CITY Of NEWPORT BEACH CITY COUNCIL AGENDA AUG 2 5 1986 ITEM NO. F -14 • TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: SEASHORE DRIVE STREET IMPROVEMENT BETWEEN 33RD STREET AND 56TH STREET (C -2538) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise DISCUSSION: The current budget contains an appropriation of $278,000 for the reconstruction of streets and alleys, plus storm drain construction, in Finley Tract. The budget also indicates that funds will be requested to improve Seashore Drive between 33rd Street and 56th Street during FY 1987 -88. • Plans and specifications for both projects have been prepared by con- sultants. However, in order to reconstruct Finley Tract streets and alleys, staff must first spend a substantial amount of time to resolve reconstruction details with many property owners. Those details concern private encroachments, public improvements which have yet to be built by the adjacent property owners, street trees and landscaping. On the other hand, the Seashore Drive project is ready to go to bid. The project includes the construction of a longitudinal "rolled" gutter along the south side of Seashore Drive and cross gutters at most intersections of Seashore Drive between 33rd and 56th Streets; the reconstruction of certain reaches of Seashore Drive pavement; and the overlay and restriping of all asphalt pavement between 33rd and 56th Streets. The work will provide for better storm and nuisance water drainage, plus improve the structural capacity and ride quality along Seashore Drive between 33rd and 56th Streets. The end product will be similar to that constructed along Seashore Drive between Orange and Summit Streets during FY 1985 -86. Staff requests that the current Seashore Drive project be approved to go to bid and that the award, if any, be made with funds intended for Finley Tract Street Improvement, Account No. 02- 3397 -403. The Finley Tract funds could • then be considered for appropriation during the FY 1987 -88 budget process. Plans and specifications for the Seashore Drive project were prepared by FAV Engineering. Their construction estimate is $350,000; therefore, any funds needed above and beyond the $278,000 existing appropriation would be provided from the appropriation for the Street and Alley Reconstruction and Resurfacing Program. (3S) Page 2 Subject: Seashore Drive Street Improvement Between 33rd and 56th Street August 25, 1986 • The contract requires the completion of all work between 33rd and 45th Streets by December 15, 1986, so as to minimize effects on access during the reconstruction of Balboa Boulevard, anticipated to begin during November of 1986. The remainder of the Seashore Drive work is to be completed by February 15, 1987. If the recommendations are approved, the staff will prepare a budget amendment making the transfer of the existing appropriated funds for Council consideration when award of the contract is scheduled. JJV �—' 1 &440�� Benjamin B. Nolan Public Works Director LRD:jw 018a Addre•e: 863 Production Place Newport Beach, CA 92663 17141631 -8120 Me Newp5rt Ei� STATE OF CALIFORNIA ss. County of Orange, PROOF OF PUBLICATION (2015.5 C.C.P.) II------------------------------- II I am a citizen of the United States II and a resident of the Countv afore- 11 said; I am over the age of eighteen ii years, and not a party to or inter- II PUBLIC NOTICE ested in the above - entitled matter.. I I NOTICE INVITING BIDS II sealed bids may be I am the principal clerk of the prin- i i " Cea eof ter of the Newport Ensign newspaper Clerk, 33DO, Newport I I City Clerk, 3300, Newport IIZSS.. of general circulation, printed and II published weekly in the city of New- 1 I tAe12lhdpjYl( . port Beach, County of Orange, and which newspaper has been adjudged a 11 4e•d.F:. . newspaper of general circulation by ii STREELI. T: �.::SE7W EE1l � 83RD � � STRUT: the Superior Court of the County of i i At4t!%BTHSTREEFr. Orange, State of California, under II;' the date of May 14, 1951, CASE NUM- I ,1300,. En�>reels. BER A -20178 that the notice, of 11"'` I I � Apprairs6b the City . which the annexed is a printed copy dq a -: (set in type not smaller than non- YP wen : ;R :.Clli;, pareil) has been published in each i i C!rir«::; < :':;` .'G.: •' regular and entire issue of said g ,- pWGIo.A+FiC' doc•: newspaper and not in any supplement I I. 1 I yak: thereof on the following dates to- °ice'tiiec w°na i i = 390Sf NeirpoA:: wit: I I .......8oulegi'.♦b -box 17687 = I I Newport 8elcll, CA 9265.&:: 8915..: � .tilltie!l:: II NOW 1! I II I certify (or declare) under penalty cf perjury that the foregoing is true and correct. Dated in Newport Beach, II California f 171 (� I I I SIGNATURE MY L. BOLTON LEGAL ADVERTISING DIRECTOR II 11 II A Division of Baker Communications I 1