Loading...
HomeMy WebLinkAboutC-2751 - 1989-90 Street and Alley Reconstruction and ResurfacingCIT?OF NEWPORT BEACH December 21, 1989 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Sully - Miller Contracting Company 6145 Santiago Canyon Road Orange, CA 92669 Subject: Surety: Seaboard Surety Company Bonds No.: 172023 -89 Contract No.: C -2751 Project: 1989 -90 Street and Alley Reconstruction and Resurfacing Program The City Council of Newport Beach on November 27, 1989, 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 portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 6, 1989, Reference No. 89- 661832. Sincerely, A� S4 0 Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach '\ 89= 66 1 832 ,CORDING REQUESTED BY AND aIIEN RECORDED RETURN To: EXEMPT RECORDING REQUEST PER RECORDEOIN OFFICIAL RECO" OFORANGECOUNTY,CAUFORNI� City Clerk /���� GOVERNMENTCC[103 City of Newport Beach Newport Boulevard �- g'� 1 �Jt;�r 1 1 �6 12W ) DEC 6 1989 Newport Newport Beach, CA 92663 L C14 J NOTICF. OF COMPLETION � a � RECORDER Pr PUBLIC WORKS _. ?;1 OEC lg 199 l o Al; *abor °fefi& Material Men and to Every Other Person Interel d: RP. v i' DE YO,U -WILL PLEASE TAKE NOTICE that on October 13, 1989 the Public Works project consisting of 1989 -90 Street and Alley Recodsttruettlbn and Resurfacing Program (C -2751) !% _ on which ; Sully- Miller Contracting Company, 6145 Santiago Canyon _Road Q ranoe CA 9 669 was the contractor, and Seaboard Surety Company, 19700 Fairchild, Suite 130, was the surety, was completed. Irvine, CA, 92715 VERIFICATION I, the undersigned, say: Cl Y 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 November 30, 1989 at Newport Beach, California. Publi 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 November 27, 1989 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 November 30, 1989 at Newport $each, California. City Clerk/ :;:.;. ,. t1: i'. .'ua,' ''�' 't. �, ... .� . `., r, .', j `,Y y 0 0 November 27, 1989 CITY COUNCIL AGENDA Y -F'... '.ITY iOUNCI[TEM NO. F -12 SI �" :ali 03T u`iT • TO: CITY COUNCIL NOV 2 7 1989 A PIM W ED FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1989 -90 STREET RESURFACING PROGRAM CONTRACT NO. 2751 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil 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 $485,290.00 Amount of unit price items constructed 513,681.66 Amount of change orders 17,081.30 Total contract cost $530,762.96 The increase in the amount of the unit price items constructed was due to additional areas of pavement reconstruction and an error in the estimated quantity. One Change Order was issued in the amount of $17,081.30, it provided for the removal of wet soil and replacement with aggregate base in Tradewinds Lane. Funds for the project were budgeted in the General Fund, Account Nos. 02- 3389 -015, 02- 3397 -402, 02- 3397 -462, 02- 3397 -404 and the Water Fund, Account No. 50- 9297 -156. The contractor is Sully Miller Contracting Co., Inc. of Orange. •The contract date of completion was October 20, 1989. The work was completed by October 13, 1989. aa 94 Benjamin B. Nolan Public Works Director PD:so 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 j�` C ,t � B yt TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: September 8, 1989 SUBJECT: Contract No. C -2751 Description of Contract 1989 -90 Street and Alley Reconstruction and Resurfacing Program Effective date of Contract September 6, 1989 Authorized by Minute Action, approved on August 14, 1989 Contract with Sully- Miller Contracting Company Address 6145 Santiago Canyon Road Orange, CA 92669. Amount of Contract $485,290.00 k" 6e 4e Wanda E. Raggio p City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach u NOTICE INVITING BIDS CITY CLERK: 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 -M- on the � day of August _, 1989, at whic th ime such bids shall be opened and read for 1989 -90 Street and Alley Reconstruction and Res lj�—_ _rte. V 2751 ontract No. Ors- rg Weer s sFinate a . • lstl %z, FO RN/ Approved by the City Council this loth day of July , 198%. &L.& e. an a E. Raggio City Clerk ram 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 W at 644 -3311. ro ect Manager 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2751 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. 2751 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 5,300 Square Yards 2. 1,300 Square Yards 3. 1,200 Tons Remove existing street section 2" P.M.S. /31" U.R.B. @ Three-------- --------------- - - - - -- Dollars and Fifty-- ------ --------------- - - - - -- -Cents Per Square ar Remove existing alley section 2" A.C. and 1" dirt $3.50 $18,550.00 @ Five--- ----- ------ ---------- - -- - -- Dollars and Thirty---------------------- - - - - -- -Cents $5.30 $6,890.00 Per Square ar Construct 4" A.C. base course (streets) @ Twenty- Seven---------------- - - - - -- Dollars and Eighty---------------------- - - - - -- -Cents $27.80 $33,360.00 Per Ton PR 1.2 ITEM QUANTITY M DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 200 Construct A.C. base course (alleys) Tons @ Forty - One--- ------- --------- - - - - -- -collars and No---------- ---------------------- - -cents $ 41.00 $ 8,200.00 Per Ton 5. 21,000 Provide and install reinforced Square Yards pavement fabric @ No ---------- ---- ------------------ Dollars and Eighty ---------------------- - -- - -- - Cents $0.80 $16,800.00 Per Square Yard 6. 45,000 Cold plane existing pavement Square Yards @ One ------------------------- - -- - -- Dollars and Six------------------------- - -- - -- --cents $ 1.06 $ 47,700.00 Per Square ar 7. 10,500 Construct 1#" thickness asphalt 0,7 Tons concrete overlay (streets) a/� @ Twenty- Eight ---------------- - - - - -- Dollars LA 28 and Eighty---------------------- - - - - -- --Cents $ 28:89 $ 302,400.00 Per Ton 8. 200 Construct var. thickness asphalt Tons concrete overlay (alleys) @ Forty - One------------------- - - - - -- Dollars and No -------------------------- - - - - -- - Cents $ 41.00 $ 8,200.00 Per Ton 9. 120 Adjust existing sewer and storm Each drain manhole frames and covers to finished grade @ Two Hundred----------------- - - - - -- Dollars and No --------------------------------- Eents $ 200.00 $ 24,000.00 Per Each • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 75 Adjust existing water valve, survey Each monument and sewer cleanout frames and covers to finish grade @ One Hundred Seventy--------- - - - - -- Dollars and No------------- ------------ - - - -- -- -Cents er Each 11. Lump Sum Apply traffic striping, pavement markings, and raised pavement markers @ Fifty -None Hundred---------- - - - - -- Dollars and No------------- ------------- ------ -Cents Per Lump Sum 12. 60 Apply fire hydrant markers Each Nine------------------------ - - - - -- Dollars 170.00 $ 12,750.00 $ 5,900.00 and No-------------------------------- -Cents $ 9.00 $ 540.00 Per Each Four Hundred Eighty -Five Thousand Two Hundred Ninety -- Dollars and No----------------------------------------- ----- - - - - -- -Cents $ 485,290.00 TOTAL W TOTAL BID PRICE FIGURES) Au ust 3 1989 Sully- Miller Contracting Company ate Bidder (714) 639 -1400 lii�er's Telephone Number #1538 - A ontractor's License No. & Classification s/ J.D. Blair, Assistant Secretary Authorize Signature/Title 6145 Santiago Canyon Road, Orange, CA 92669 0 • Page 2 INSTRUCTIONS TO BIDDERS The following 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 SUBCONTRACTORS 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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. 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. All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. #1538 - A ontr's Lic. No. & C asst ication August 3, 1989 Date Sully - Miller Contracting Company s /J.D. Blair, Assistant Secretary Authorized Signature /Title • DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1. Striping General Pavement Marking Upland 2. Utility Adjustment Manhole Adjusting Monterey Park 3. Cold Plane Payne Whitney Santa Ana 4. 5. 6. 7. 8. 9. 10. 11. 12. Sully- Miller Contracting Company Bidder s /J.D. Blair Assistant Secretary Authorized Signature /Title r E Page 4 BIDDER'S BOND BOND NO: 766046 (15689) KNOW ALL MEN BY THESE PRESENTS, 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 (S 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 1989 -90 Street and Alle Reconstruction & Resurfacing Program C -2751 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 18th day of July 19 89 . (Attach acknowledgment of Attorney -in -Fact) s /Connie J. Ruzicha Notary Public Commission Expires: 6-23-91 Sully- Miller Contracting Company Bidder s /John A. Berton, Vice President Authorized Signature /Title Seaboard Surety Company Surety BY: s /Irene Lau Title: Attorney -in -Fact • 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement 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 considering 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 suggested, 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 whomsoever 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 Bi dyer s /J.D. Blair. Assistant Secretary Authorized Signature /Title Subscribed and sworn to before me this 3rd day of August 19 -a. My commission expires: October 21. 1992 s /Alice M. Enqlish Notary Public 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) er Authorized Signature Title 0 0 NOTICE Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: 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. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of 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 Rating� Guide: Property-Casualty. Coverages shall be pro— vided as speci ied in the Standard peci ications for Public Works Construction, except as moairiea Dy the :)peciai Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Page 8 PAYMENT BOND BOND NO: 172023 -89 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 August 14, 1989 has awarded to Sully- Miller Contracting Company hereinafter designated as the "Principal ", a contract for 1989 -90 Street and Alley Reconstruction and Resurfacing Program C -2751 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 Four Hundred Eighty -Five Thousand Two Hundred Ninety and 00 /100 -------------- - - - - -- Dollars (S 485,290.00 - - - -), 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 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 tob 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. Page 9 Payment Bond (Continued) 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 to them or their assigns in any suit brought upon 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 22nd day of August , 19 89. iULLY- MILLER CONTRACTING COMPANY-JS",)) Nam of Contractor (Princip\ak): - -•:_ - Au ri ignatur an )e — )ohn rton, Vie resiclen�• - .�FABOARO SURETY COMPANY (Seal) Name o Surety 19700 Fairchild, Suite 130 Address Addresslof Sur ty i i na re Tit a uthorized Agent re�e au> �i orney -in- act 200 Otte PPG_P1ace. P_ittsburah-. PA. _ _15222 Address of Agent (412) 391 -5350 Telephone No. of Agent __._ �.- .�..- --y. �`t�✓�..- _�c+* -� »c,�..- >."..s��`aic a+:= s= m�.s'�` n�i'seli'��_ =� »r,..� -..tea _.:.,.,.�..�._�_�.c. �..- �..v:cFS+ra.'�" -. 9 STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 22nd day of August , in the year 1989 before me the undersigned. a Notary Public in and for said State, personally appeared John A. Berton ------------------------------------- aRe su ----------------------- and George M.Lubanko - - - -- ,personally known to me L�sdounrr la7{ aDVed( t0�1CNDARt�tl 7e6Xpb(s0k91i¢A7C➢C90EGf21(oe) to be the persons who executed the cxp.uuc2a.anet within instrument as Vice President and Acsic ant 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. AC ANDWLEDGMENI— Corp. —Pros. B Sec.— Worcons Form 222CA —Pe, 11 -B3 ©1983 WDLCDTTS. INC. (Price Vass 8-2) Notary Publi and for sai Slate. CALIFORNIA ACKNOWLEDGEMENT BY SURETY SINI L 01: (ALWORNIA r C OL :N F)'01 ORANGE 01 tl i August 22, 1989 , belore me Kathy R. Mair personally appeared Irene Lau , per,onalk f.nottn to me lot prokcd to me on the basis of satielacwn e%idencO to be the portion echo executed the within mslnunent .t. of Seaboard Surety Company and acAnotkledecd to me that the corporation executed it. OFFICIAL SEAL KATHY R HAIR - Notary Publio-California ORANGE COUNTY My Comm. Eep. May 22, 1993 Noun Public Page 10 BOND NO: 172023 -89 FAITHFUL PERFORMANCE BOND PREMIUM: $3,494.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Au has awarded to Sully- Miller Contracting Company hereinafter designated as the "Principal ", a contract for 1989 -90 Street and Alley Reconstruction and Resurfacing Program C -2751 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 firmly bound unto the City of Newport Beach, in the sum of Four Hundred Eight -Five Thousand Two Hundred Ninety and 00 /100 -------------- - - - - -- Dollars ($485,290.00 - - -- ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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 keep truly and perform the covenants, conditions, 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 0 0 Y e • Faithful Performance Bond (Continued) n u Page 11 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that the 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 22nd day of August , 19 89. SULLY - MILLER CONTRACTING COMPANY (Seal) Na of Contractor (Principal)-.., Y _ _ A rize Signature t e; _ John ton, Vic P s�en� — �— _ u on a Si n tur aq Y fi eorge A.�ubankao, �ssis an gecretary SEABOARD SURETY COMPANY (Seal) Name of Surety 19700 Fairchild, Suite 130 Irvine CA. 92715 Address f S urNty Signature and Ti le of-Authorized Agent Irene Lau, Attorney-in -Fact 2600 One PPG Place, Pittsburgh, PA. 15222 Address of Agent (412) 391 -5350 Telephone No. of Agent ;.v_ry ar..': �"s�r•- <'RLT �'s.r. s.EA %:'��.YsV3'�'t' •_ � ^.' -Ili„ 'v ��. _� `' i i STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES ' 6FKIAl7Ehl CeK1eF J.Ii111CxA tND M551CM Elm. JUK Z3. 1991 On this 22nd day of August , in the year 19B-9. before me, the undersigned, a Notary Public in and for said State, personally appeared JohnA. Berton ----------------- --------------- - - - - -- -and George M. Lubanko - - - - -- ---- - ---- -------------- ----- ------ --- , personally known to me ( apcptp( VeNAmlc ec otD Ofa9CpaeiexlkAa tpitaDteo�lx9d(A90 cei to be the persons who executed the within instrument as ViVi�_ President and Accis -ant 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. ACKNDWLEDGMENT— Corp.—Fres. 6 Sec.— Wolcolls Form 222CA —Rev. 11-83 V983 WOLCDTTS. INC. (price class 8 2) Notary Publ' m and for sai State. CALIFORNIA ACKNONI'LEDGEMENT BY SURETY Sl:ATEOI C\1.11ORNI:A COL N I-Y OF ORANGE } �� On thi, August 22, 1989 , belore me Kathy R. Mair personally appeared Irene Lau . Ixn„nall% 6m „tin to me for plMCd to me on the ba,i, of ,alklti gory Cidenee) fu tic the person who executed the 0,ilhin in.iru;neni a, allot nc, -in -tact ut Seaboard Surety Company and ael.no„ledced to me ih,u the Corporation Crceutcd it. w SEAL AIR am UNTYla UNTY ay 2& 1993 Nuiary Public Ir .'alltl1w copy �btAl?UAFIIJ5UKETY-GQMPANNT- "ThisCerfifil argued . . ..... C13te-may be and sealed by taminiiie�nderitndl>yaiAhoritvoflhe fO116,wing-reseleti I theZoaW of Direclorsof SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th dayof OnVf the Execut -RESOLVED: (2) That the use of a printed facsimile Of the corporate seal Of the JCOmpany and of the signature Of an Assist-ant Sec . ret ary on any certification of the correctness of a copy Olen instrument executed by the President ore Vice - President pursuant to Article Vill, Section 1, of the By Laws appointing and authorizing an attorney-in-tact to sign in the name and on behalf of the Company surety bonds underwriting undertakings or other nt .instrumes described in-said Article VII, Section 1, with like effect as if such seal and such signature had been m' uanuafly 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 . .... . ............. MIld ...... ........ day of ......... ... _AjAgust-1 .. . ... ... . ................ ........ I 19-89L.... t. Is n ary OrM 95 ev. 84) For verification of the authenticity of this Power of Attorney you may call, collect, 201-6563500 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to which the power is attached, In New York, Dial 212-627-5444. Paoe 12 CE IFICi 'TE y F Std ANA , W •' x tfi,.+;m ,.:'! <�... .£., ., :; k ,1• _> m0..o- .e4. y PRODUCER COMPANIES AFFORDING COVERAGE Arthur ,T: Gallagher & Co.- Dallas 12221 Merit Drive, Suite 670 LETTER Y A Dallas, Texas 75251 Zurich Insurance Company COMPANY B LETTER INSURED Sully- Miller Contracting Company COMPANY C 3000 F. South Street Long Beach, California 90805 LETTER COV ERAGS� � . dc ` .. V 4 § ;sUI$ SO CFAV HOLCS OSlANC �l Y 'SD TO THE INSUflEDTNAAIEU ABOVE FOfl E wro�. ERIOD "`#"" INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TEAM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN• THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSION$ AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE 00 LTF TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY CGL 1423786 7 -1 -89 4 -1 -90 GENERAL AGGREGATE $ 5,000, (OOCUTANCE BASIS ONLY) A COMMERCIAL PRODUCTS/COMPLETED $ 5,000, x COMPRBIENSFVE OPERATIONS AGGREGATE OWNERS ECONTRACTORS PERSONAL INJURY $ 5,000, © CONTRACTUAL FOR SPECIFIC CONTRACT ❑X PRODUCTS I COMPL OPER EACH OCCURANCE f 5,000, O XCU HAZARDS (2 BROAD FORM PROP. DAMAGE ® SE480SUM OF INTEREST FIRE DAMAGE $ 50, CLAUSE (ANY ONE FIRE) ® PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES f 5 RFMOVm (ANY ONE PERSON) ' MARINE AUTOMOBILE LABILITY COOGI�mIT s 2,000, ' A COMPREHENSIVE BAP 1423785 7 -1 -89 4 -1 -90 BODILY INJURY a''NED (PER PERSON BODILYLNJURY (PER ACCIDENT),,. �ss, HIRED ®NON -OWNED PROPERTY DAMAGE EXCESS LIABILITY` : v�u'.s EACH OCCURRENCE AGGREGATE UMBRELLA FORM ;I , OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION $ EACH ACCIDENT AND $ DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY f DISEASE -EACH EMPLOYEE LONGSHOREMEN'S ANO HARBOR STATUTORY €a; w„ k"L im s... E WORKERS COMPENSATION DESCRIPTION OF OPERATIONSILOCATKMI SNEHICLESIRESTRICnONSISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT. 1989 -90 Street A Alley Reconstruction & Resurfacing Program C -2751 PROJECT TITLE AND CONTRACT NUMBER `CERTIFICATE HOLDER `;' {CANCELLATION " SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX COMP AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE OR 3300 NEWPORT BLVD. T T OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA. 92658-8915 I 8 -23 -89 AllTFHOftl7FD REPflESENTATN ISSUE DATE Mf•L6 1}/W d 0 • Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ Pq Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 2.000.000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: _ r m - 51 roject Title and ontract No.) This endorsement is effective 7 -1 -89 at 12:01 A.M. and forms a part of Policy No. BAP 1423785 Of Zurich ompany A or Ong overage Insured Sully - Miller Contracting Coygary Endorsement No. 1 Producer Arthur J. Gallagher & Co.- Dallas Authorized epresentative CITY OF NEWPORT BEACH Page 14 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 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(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial (x) Comprehensive General Liability $ 5,000,000 each occurrence $ 5.000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the - additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in ;:ALtss of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: l -9 tre t & Alle Reconruction & Resurfacin Program C -2751 Project Tit st a an Contract No. This endorsement is effective 7 -1 -89 at 12:01 A.M. and forms a part of Policy No. CGL 1423786 of Zurich Insurance Company (Company Atfording overage Insured Sully- Miller Contracting Company Endorsement-Ro. 1 Producer Arthur J. Gallagher & Co.- Dallas By(/ � f �/15d_e� Aut*rized Representative/ • 0 8 a' 0 e d x 0 LL O° Wa, > gym cv E c+t ° L S md a O r{ G' w Z w momm'o Z Ld y U. el H W ro o _ � =u $ S Q H L` J z q . 1'0 z U °mE O .0 W s$ ; ;'�� Ji p p Y O >° a y 0 Qs� a ;� �� 2 C � W r (jj .Oi t'n c0 '� m= c o: O LL Ir Lil w o 0Z a p N 'y .`�E° E O F0 U V) L c IL Em$o'o d Z p >'' O y cOC o yE?E� =d00 W O Y E $4 °,a U -ri , C +� 4 +' w yj it ai p ° E m -- - ° y mm ) O O O b > =0 es$ E p pq Q H x w> > d o -� E v a Q E (1 : u Y u� v'E W O U P w rs�t m p m==0 0 ao��sE =co o °s�wm"dq r U� M G O u'D °udcao� ri M -p W O b C w t mcEdm ) V ti a �' ut�EN �� M 0 cd �{ '0 U F cd E °.E�°° p Z .c cn U snao OCk • 0 8 a' 0 e d x 0 LL Page 15 CONTRACT THIS AGREEMENT, entered into th75 day of 19 by and between the CITY OF NEWPORT after ll ," and hereinaf. ntractor," is made with reference to the ollowing acts: (a) City has heretofore advertised for bids for the following described public work: 1989 -90 Street & Alley Reconstruction & Resurfacing Program C -2751 Title of Project Contract No. (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: 1989 -90 Street & Alley Reconstruction & Resurfacing Program C -2751 Title of Project Contract No. which project is more fully described in the contract documnts. 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 Four Hundred Eighty Five Thousand Two Hundred Ninety & No/100($485.290.00 ). 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 obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) ::�- T ?Y. _ k� ":.h v.._... .( s� ..:a Page 16 (f) Plans and Special Provisions for 4. Contractor shall assume the defense of, and indemnity and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH By 4600AA44--- Mayor ATTEST: blame ot&ontrector Principal CITY �. ��x;�:; �;;... _... t l ,� ;�itijaF3.�_ .. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2751 SECTION PAGE 1. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . 1 III. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . 2 V. WATER . . . . . . . . . . . . ... . . . . . . . 3 VI. PUBLIC CONVENIENCE AND SAFETY. . . . . . . . . 3 A. Traffic Control. Plans. . . . . . 3 B. "NO PARKING, TOW- AWAY" Signs . 3 C. Notification to Residents. . . 4 VII. CONSTRUCTION SURVEYING STAKING . . . . . . . . 4 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . 4 A. Cold Plane Existing Pavement . . . . . . . 4 B. Removals . . . . . . . . . . 5 C. Pavement Reinforcing Fabric. . . . . . . . 6 D. Asphalt Concrete . . . . . . . . . . . . 6 E. Utility Adjustment . . . . . . . . . . . . 6 F. Traffic Striping, Pavement Markings, Raised Pavement Markers and Fire Hydrant Markers . . . . . . . . . . . . . 7 • SP 1 of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2751 I. SCOPE OF WORK The work to be done under this contract consists of (1) cold planing along edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) reconstructing A.C. alley and street pavement; (4) installing reinforced pavement fabric; (5) adjusting existing utility frames and covers to finished grade; and (6) restriping and performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5601 -L, R- 5602 -L, R- 5603 -L, R- 5604 -L, and R- 5606 -5, T- 5281 -5, T- 5347 -5, T- 5470 -5, and T- 5471 -5 (3) the City's Standard Special Provisions and Standard Drawin s for Public Works Construction, (1988 Edition) an 4 t e tan ar peci ications for PubTic Wor s Construction, (1988 Edition, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department or Five Dollars 5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 0—ve-rTa-n-d Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contract shall be completed by October 20, 1989. B. The Contractor shall provide continuous access for all tracts. C. Traffic access onto streets which intersect streets under construction shall be maintained during all phases of the project. In addition, access to streets and businesses adjacent to streets under construction shall be maintained at all times. D. Work in Mariners Drive, including striping, shall be completed by September 8, 1989. SP 2 of 7 E. All streets and alleys shall be opened to traffic and on- street parking at the end of each work day. F. Concurrently no two adjacent and /or adjoining streets and /or alleys shall be closed to traffic or denied on street parking during construction (e.g., Rutland Road and Alley 135 -A; Cassia Street and Carob Street). G. The A.C. finished course shall be constructed upon completion of A.C. base course. H. The Contractor shall accommodate City's street sweeping and trash collection in Eastbluff Tract every Thursday; in Westcliff- Mariner Tract every Tuesday; and in Harbor Highlands every Wednesday. If the Contractor elects to work on a street during its street sweeping /trash collection days, it shall be his responsibility to make arrangements by contacting the City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. III. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. IV. 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, materials 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 proposal (e.g., excavation, removal, corners, preparing subgrade, utility, prices bid for other items of work. not separately provided for in the sawcutting, protecting property etc.) shall be included in the unit The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402-5. • • SP3of7 V. WATER If the Contractor elects to use City's water, and tender a $500 meter deposit with the City good condition to the City, the deposit will a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND SAFETY he shall arrange for a meter Upon return of the meter in be returned to Contractor, less The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Traffic Control Plans The Contractor shall submit a written traffic control plan for each street to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The traffic control 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 phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. 3. Reopening of all traffic lanes and on- street and off - street parking upon completion of each day's work (see Section II.G.). 4. Lane closures on Francisco Drive, Alta Vista Drive, Aralia Street, Catalpa Street, Mariners Drive, and Sanitago Drive will be permitted only between 9:00 a.m. and 3:30 p.m. B. "NO PARKING, TOW- AWAY" Signs Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain 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. SP 4 of 7 The signs shall (1) be made of white card stock; (2) have minimum dimen- sions 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. C. Notification to Residents Between 48 and 55 hours before closing a section of street or alley, 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 and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. VII. CONSTRUCTION SURVEYING STAKING Field staking for control of construction will be provided by the Engineer. Limits of removal are field- identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. VIII. CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane 6- foot -wide wedges along existing edges of PCC gutters as dimensioned and designated on the plans (excluding PCC gutter along the alleys). In addition, the Contractor shall cold plane 6- foot -wide wedges along existing edge of PCC cross gutters. The surface of pavement after planing shall be uniformly rough grooved or ridged. The grade shall not deviate from a suitable straight edge by more than 3/8 inch at any point The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 72- inch -wide with carbide -tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of • • SP 5 of 7 operation at speeds of from 0 to 40 FPM. It shall be self - propelled and have a water 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 reconditioned and so designed that the operator thereof can at all times observe the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maximum of 2 inches without producing fumes, smoke or dust. The planing machine shall have previously per- formed satisfactorily on similar work. The Contractor shall exercise caution to protect existing traffic detec- tion loops during cold planing operations. The Contractor, at his own expense, shall repair or replace all damaged traffic detection loops as a result of his cold planing operation. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at utility covers, curb returns, intersections, and around traffic detection loops. The smaller machine shall be equipped with a 12- inch -wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the cold plane operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened material shall be salvaged and taken to a stockpile site at the City's owned oil field near the Santa Ana River and Pacific Coast Highway (see Section VIII.C.) The Contractor shall make delivery arrangements by contacting the City's Utility Department Superintendent, Gil Gomez, (714) 644 -3011. The Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. B. Removals 1. Existing AC improvements shall be sawcut as necessary a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers, shall be approved by the Engineer. Pavement and unsalvagable material that property of the Contractor and shall be Contractor's expense in a manner and at cognizant agencies. All costs for prov shall be included in the unit price bid work. is removed shall become the disposed of at the a location acceptable to iding removal and disposal for the related item of 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. SP 6 of 7 Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. C. Pavement Reinforcing Fabric The work shall be done in accordance with Sections 213 -1 and 302 -7 of the Standard Specifications. On Mariners Drive and Santiago Drive the pavement reinforcing fabric shall be placed on the entire roadway to be resurfaced prior to placement of the A.C. overlay. D. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS -1h asphalitic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The sur- face shall be free of all loose material or dust when the tack coat is applied. 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 vegetation prior to overlay. 2. The Contractor shall apply tack coat to existing pavement prior to all AC work. 3. The asphalt concrete finish course shall be III -D -AR -4000 with approximately 5.8 percent paving asphalt. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. 4. The asphalt concrete base course reconstruction shall be with Type III -B -AR -4000 asphalt concrete. E. Utility Adjustment The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, and survey monu- ments. 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 manhole frames and covers damaged or damaged during adjustment operations shall be replaced by the Contractor at his expense. Traffic Strioi This item of work "Paint for Traffic Section 310 -65.6, Curb Markings" of modified below: 4) sed SP7of7 shall be done in accordance with Section 210 -1.6 Striping, Pavement Marking and Curb Markings," and "Painting Traffic Striping, Pavement Markings, and the Standard Specifications, except as supplemented or Paint for traffic striping and pavement markings shall be White Formula Number 2466 -A9 and Yellow Formula Number 2467 -A9 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 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 1J2 inch in 40 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 or covering of the existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor's sole expense. Traffic stripes and pavement markings shall be applied in two coats. The first coat of paint shall be dry before application of the second coat. All labor and materials related to traffic stripes, pavement markings, and raised pavement markers for removal, painting, and repainting as shown on the plan shall be included in the "Lump Sum" bid. All raised pavement markers shall be removed prior to overlay. New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers or the ocation o ire hydrants shall conform to City of Newport Beach Std.- 902 -L. CITY OF COSTA MESA 7.—. SEE R- 5602 -L mrnr au . a SEE R- 5603 -L VICINITY MAP 0 1/2 I MI, GRAPHIC SCALE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM C -2751 I uwrn xeKwnr ear SEE R- 5601 -L s ' <ne n -X DAWN W- BORREGO DATE JUNE 1989 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. ! . AS' DRAWING NO. R- 5604 -L VI. I. LOCATION MAP SCALE 1% 800' M u cl AND ALLEY RECOW )URFACING PROGRAM C -2751 1 D bb IT CaE•�r,�ur q . .� ac owa _ 7q °� p • s� -ova APPROVED DATE PUBLIC WORK! DIRECTOR R.E. NO. DRAWING NO. R -5601- L m --C _2 3 04 -r--CELrCsP­Lj CHESTNUT _PL, CITRUS PL, ALDER -Pt,-L- CEIBA PL, ALMOND PL, ARBUTUS ST, ARALIA ST, CASSIA ST, CASSA ST, CERCIS PL AND CAROB ST. �D CATALPA ST,ALEPO ST, CAMPHOR ST AND ALTA VISTA DV TYPICAL SECTIONS ( NOT TO SCALE ) CONSTRUCTION NOTES (D___COLD PLANE 61- WEDGE f r.BELOW EG.) CONSTRUCT 1-1 /2" A.C. OVERLAY. ADJUST EXISTING UTILITIES I WATER VALVES. &C.0, SURVEY WAKIMENTS, SEWER AND S.D. MANHOLES I FRAME AND COVER TO FINISHED GRADE. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1989-90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM C-2751 Q_ -APPLY TRAFFIC STRIPING PAVEMENT MARKINGS AND RAISED PAVEMENT MARKINGS. SHEET 2 OF 2 DRAWN - DATE APPROVED &� (2 PUBLIC WORKS DIRECTOR R. E. N0. L7 F-01- DRAWING NO. R-5601-L LOCATION MAP SCALE 1 =600' SEE R- 5606 -5 F ALLEY DETAILS F Y oivz Ni 7 �' o F ,v/�� p' cam\ \cam I� O J INDICATES AREA OF OVERLAY 'CITY OF NEWPORT BED PUBLIC WORKS DEPARTMENT 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACINC PROGRAM C -2751 DATE APPROVED C PUBLIC WORKS DIRECTOR R.E. NO. /Z141 DRAWING NO. R- 5602 -L li I ?- 16' 16' I 3f I__ _ _j EXIST. 2" P.M.S. /4 "U,R.B. PEMBROKE LN n e 'MARINER DR 6� �l Z 3, 41 i oRLr 'T- t-- EXIST, 2 "PAtS,/4 0UR.S_ HARROW PL,KENT LN,ETON LN,SUSS EX LN, CUMBERLAND LN,CORNWALL LN,RUTLAND RD,BEDFORD LN,BUCKINGHAM LN.WAARINER DRIVE TYPICAL f.T.5. SECTIONS - '6 CONSTRUCTION NOTES (D- - _ COLD PLANE 6t WEDGE ( r BELOW E.G. I 2 CONSTRUCT 1 -1 /2" A.C. OVERLAY. ADJUST EXISTING UTILITIES ( WATER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM C -27'51 Q__APPLY TRAFFIC STRIPING PAVEMENT MARKINGS AND RAISED PAVEMENT MARKINGS. INSTALL REINFORLED PAVEMFNT FABRIC. CONSTRUCT VARIABLE THICKNESS A.C. OVERLAY, SHEET 2 OF 2 DRAWN W BORREGO DATE JUNE 1989 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. / Zd& DRAWING NO. R- 5602 -L SEE DRAWING R- 5606 -5 FOR TRADEWINDS LANE- STREET RECONSTRUCTION DETAILS. 13 LOCATION MAP SCALE I" =800' QC Ole S/ ST a� _ INDICATES AREA OF OVERLAY OR RECONSTRUCTION. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM C -2751 APPROVED A r rj I , 1, DATE L PUBLIC WORKS DIRECTOI R.E. NO- W DRAWING NO. R 5603 -L. 11 14 0 .� `CX13T, z- r,M,3, /v° uxz, SANTIAGO DRIVE AND FRANCISCO DRIVE 16.5' I .._Pl�"r L �„ 1--' _ �_ EXIST. 2" P,M,S. /4" U.R.B, LEEWARD LANE, WINDWARD LANE, TOYON LANE, NAUTILUS LANE AND BUTTONSHELL LANE TYPICAL SECTIONS I NOT TO SCALE) CONSTRUCTION NOTES 0— _ COLD PLANE s, WEDGE (r BELOW E.G.) O2 _— CONSTRUCT 1 -1 /2" A-C. OVERLAY, (D-- _ ADJUST EXISTING UTILITIES ( WATER VALVES, S.0 O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT I 1989-90 STREET AND ALLEY RECONSTRUCTION + AND RESURFACING PROGRAM C -2751 1/2" LIP ( TYPICAL ) / —I— - -J I rr 1/2" LIP ( TYPICAL ) rrr --` O- -APPLY TRAFFIC STRIPING PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. D5_ _ INSTALL REINFORCED PAVEMENT FABRIC, DRAWN W BORREGO APPROVED JULY 1989__ PUBLIC WORKS DIRECTOR R.E. NO. I?AWY DRAWING NO. R- 5603 -L Ll • • • TO: CITY COUNCIL FROM: Public Works Department *gust 14, 1989 CITY COUNCIL AGENDA ITEM NO. F -3( e) BY 77 PITY COUNCIL CITY OF NEWPORT 3EACII AUG 141W . _. =.AFF. 1L-- SUBJECT: 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2751 RECOMMENDATIONS: 1. Award Contract No. 2751 to Sully- Miller Contracting Co. for the total price of $485,290 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on August 3, 1989, the City Clerk opened and read the following bids for this project: Bidder Low Sully- Miller Contracting Co. 2 Best Western Paving Co. 3 Industrial Asphalt 4 Vernon Paving Co. 5 Excel Paving Co. 6 Griffith Co. 7 R.J. Noble Co. * Corrected total bid price is $510,640. Total Bid Price $485,290 498,134 506,540 508,575 511,700 523,040 545,410 The low bid is 19% below the Engineer's estimate of $600,000. The low bidder, Sully- Miller Contracting Co., is a well - qualified general engineering contractor who has successfully completed previous contract work for the City. Funds for award are proposed from the following accounts: Description Street, Alley, and Bikeway Resurfacing and Reconstruction Program Street, Bikeway, and Parking Lot Striping and Pavement Marking Program Valve Covers Raised to Grade Eastbluff Tract Resurfacing, Phase II Westcliff- Harbor Highlands Resurfacing, Phase I Account No. Amount 02- 3389 -015 $160,290 02- 3397 -402 30,000 50- 9297 -156 20,000 02- 3397 -462 125,000 02- 3397 -494 150,000 Subject: 1989 -90 Stref August 14, 1989 Page 2 and Alley Reconstruction and R• rfacing Program (C -2751) This project provides for pavement reconstruction and resurfacing on various alleys and streets in Eastbluff, Harbor Highlands, and Westcliff (see attached Exhibit "A "). The improvements are part of a continuing street maintenance program to provide a smooth riding surface with adequate structural section for present and future traffic demands. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 20, 1989. Benjamin B. Nolan' Public Works Director GW:so Attachment • IMPROVEMENT AREAS LOCATION MAP CITY OF NEWPORT BEACH DRAWN W-SORREGO DATE JUNE 1989 PUBLIC WORKS DEPARTMENT APPROVED 19994990 PUBLIC WORKS DIRECTOR STREET RESWACM PROGRAM R.E. NO. C•ns) DRAWING NO.EXHIBIT-A 0 m Authorized to publish Advert,seenls of all kinds mtludirq public notices by Decree of the Superior Court of Orange County, California. Number A -6214, dated 29 September. 1961. and A- 241131, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange Pv ew,o. Ao..nsw AMYM�+Na�w /ppYM .11„ t0 pV [dYrn ,wau I am a Citizen of the United States and a resident of the County aforesaid. 1 am over the age of eighteen years, and not a party to or interested in the below entitled matter. 1 am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange. State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for 1 time consecutive weeks to will the issue(s) of July 20 , 1982 198_ 198— 198_ , 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed On July 20 198 9 at Costa Mesa, California. Signature V (C � PROOF OF PUBLICATION 0 L RAO=, C" qag h;.. _ CA (ng, Project ttxxgg Project. F33�11,_ If —10 ILI • TO: CITY COUNCIL FROM: Public Works Department • July 10, 1989 CITY COUNCIL AGENDA ITEM N0. F -12 LY TP- ITY COUNCIL CITY !)I 'i2WPORT 5LACV: JUL 1 0 1989 APPROVED SUBJECT: 1989 -90 STREET AND ALLEY RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2751 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bSds -ie-bo apeae� -at 11 .nn 0 M n..... r♦ 7 1-909 DISCUSSION: This project provides for pavement reconstruction and resurfacing on •various alleys and streets in Eastbluff, Harbor Highlands and Westcliff (see attached Exhibit). The improvements will improve the riding surface with adequate structural section for present and future traffic demands. The estimated cost of the work is $600,000. Sufficient funds to award this amount are available in the appropriations for Street, Alley and Bikeway Resurfacing and Reconstruction Program; Eastbluff Tract Resurfacing, Phase 2; Westcliff- Harbor Highlands Resurfacing, Phase I; Street, Bikeway and Parking Lot Striping and Pavement Marking Program; and Valve Covers Raised to Grade. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 20, 1989. Benjamin B. Nolan Public Works Director GW:so • Attachment (3s) • IMPROVEMENT AREAS LOCATION MAP CITY OF NEWPORT BEACH DRAWN W- SORREGO DATE JUNE 1989 PUBLIC WORKS DEPARTMENT APPROVED IN94NO PUBLIC WORKS DIRECTOR STREET RESWACM PROSPAM R.E. NO. _ DRAWING NO. EXHIBIT -A