Loading...
HomeMy WebLinkAboutC-1930 - Street resurfacing - Newport Heights & Cliff HavenOctober 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -10 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF STREET RESURFACING -- NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 (C -1930) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the resurfacing of certain streets in Newport Heights and Cliff Haven has been completed to the satisfaction of the Public Works Department. ment. The bid price was $43,221.00 Amount of unit price items constructed 41,192.50 Amount of change orders None Total contract cost 41,192.50 Funds were budgeted in the General Fund, Street and Alley Account The design engineering was performed by the Public Works Depart- The contractor is All American Asphalt of Orange, California. The contract date of completion was August 26, 1977. The con- tractor was delayed one week due to rain. All work was completed on September 2, 1977. vlin Director CITY OF NEWPORT BEACH DRAWN-All:-� DATE -1- PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WO,7tK", DIRECTOR .UL 111977 By the Ci "(Y COUNQi CITY OF NEWPORT BZACh RESOLUTION N0. f� A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO ALL AMERICAN ASPHALT FOR STREET RESURFACING IN NEWPORT HEIGHTS AND CLIFF HAVEN, CONTRACT NO. 1930 WHEREAS, pursuant to the notice inviting bids for work in connection with street resurfacing in Newport Heights and Cliff Haven, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of June, 1977 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is ALL AMERICAN ASPHALT: NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of American Asphalt for the work in the amount of $43,221.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th ATTEST: City Clerk day of July , 1977. Mayor DDO /bc 7/7/77 r • • l �F :Z JUL 11 1977 By the CITY COUNCIL C".. OF WTh MT WE Ch TO: CITY COUNCIL FROM: Public Works Department July 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -2 (k) SUBJECT: STREET RESURFACING: NEWPORT HEIGHTS AND CLIFF HAVEN, 1977 -78 (C -1930) RECOMMENDATION: Adopt a resolution awarding Contract No. 1930 to All American Asphalt for $43,221 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 10:30 a.m. on June 28, 1977: Bidder Amount Bid 1. All American Asphalt, Orange $43,221 2. Vernon Paving Co., Cerritos 46,775 3. Sully- Miller Contracting Co., Orange 48,275 4. Industrial Asphalt, Van Nuys 49,225 The low bid is 10% lower than the Engineer's estimate of $47,900. This project provides for an asphaltic concrete overlay on Kings Road and portions of Riverside Avenue and Cliff Drive. The work is part of the continuing street maintenance program and will provide adequate structural sections for present and future traffic demands. Attached is a sketch showing the limits of the project. Funds for this project have been provided in the current Annual Street and Alley Maintenance Program (Acc't. No. 02- 3377 -015). All American Asphalt has satisfactorily performed similar work for the City in the past. The Plans and Specifications were prepared by the Public Works Department. The estimated date of completion is August 25, 1977. �o s e ph ev ublic s Director AB:hh Att. C -1930 • � 1 o � 3 ; c I IzI //� T" f � \ Z IVAIIt w I v/d !V. IY/L CV, Li .�DJ ac,• Q I A.. m � Yid t n (V it I Y/d C." a � 7 I V/d Et-, v and 3�k' ( � r ism.: o ' _ 5TrmzwrS TO / ' / J� CITY OF N BEACH STQEET rPES1-1A4t=,401 A9 d/EWP0.2T HE /B!/T9 .O�IJO CL /F.� NOI�E.t/ /977 - 720 APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. .EX H I BST eel TO: CITY COUNCIL &I-le FROM: Public Works Department June 13, 1977 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: STREET RESURFACING: NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, C -1930 RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on June 28, 1977. DISCUSSION: This project provides for an asphaltic concrete overlay on Kings Road and portions of Riverside Avenue and Cliff Drive. The work is part of the continuing street maintenance program and will provide adequate struc- tural sections for present and future traffic demands. Attached is a sketch showing the limits of the project. Due to the location of this project, it is desirable to complete the work prior to the beginning of the fall school term. In order to pro- vide sufficient scheduling and construction time, it is proposed that bids be obtained prior to the new fiscal year. Funds for the work have been included in the Annual Street and Alley Maintenance Program of the proposed 1977 -78 budget. The estimated cost of the work is $47,900. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is August 25, 1977. Att. in )irector J t 1 �- I !. y y � O 7d r. C -1c)50 - 5T2HETS TO DE OVEfLLAIa._' CITY f L V ZIACU lz ! T In r �J Sri p �n J'o.4p---Z-�j Q�—& � G � iyp O Nv Li v r STQEET .PESUQF.QC //V6 itJE:V.oOE'Th/EYB.4rT8 �O,lJO CL /FF ,ycll�GjL/ 14977— 749 APPROVED u L A�j a DATE rill i y/0. } ✓� : Q� Pyllila kC. i � tYlQ �C � j tyre cs, N � t YIJ 1 Yid i' t YG11. %, 1~ YrJ�.T t Y/e C. Y/e.:;, I tnd3��' t 11 2 i y !I � I PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. 'EX H I BIT eat labile wedge Dowtoom RFCO PLEASE 177rU71`4 To RFDUFSR�D BY CITY CLERK CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT PEACH, CALIF. 92663 16®64 EXEMPT C4 NOTICE OF COMPLETION PUBLIC WO {S 9- BK 12413P61939 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. OCT 3 3 1977 J. NYIIE C KnE, Cmty Remdu J All Laborers and Material Men and to Every Other Person Interested: YOU WII.,L PLEASE TAKE. NOTICE that on September 2, 1977 the Public Works project consisting of Newport Heights & Cliff Haven Street Resurfacing 1977 -78 on which All American Asphalt Co. was the contractor, and United Pacific Insurance Company was the surety, was completed. CITY OF NEWPORT BEACH I, the undersigned, say: 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 October 12, 1977 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 11, 1977 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 October 12. 1977 at Newpoft Beach, California. C/ , L rz �Cr ryCi 'FQ e � 1 � ya f C] CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: October 12, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of NowPort gslot• 8 Cl ff xwmn Street Resurfacing-1977-78 Contract No. 193p on which All AMrSo -n Aapbalt Co was the Contractor and was the surety. Please record and return to us. Very trul, yours, Doris George City Clerk City of Newport Beach Encl. CITY OF NEWPORT BEACH Date July 27, 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1930 Project Street Resurfacing - Newport Heights & Cliff Haven - 1977 -78 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: All American Asphalt Address: 932 Town & Country Rd., Orange, CA 92668 Amount: $43,221 Effective Date: July 2.7, 1977 Resolution No. 9148 A-,-�Di Geo e Att. cc: Finance Department C] City Mall • 3300 Newport Boulevard, Newport Beach, California 92663 sores ; � _.: r........ x w gy t x w r of XT Ana ZYA: Gy� "n. t 46-§ Z l S _ t ' Ton 2` v TS - l Z� x w gy t x w r of XT Ana ZYA: Gy� "n. t 46-§ Z l S t ' Ton d'r qty zoom W 3 t Alp v ! i Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 1 :3p A.M. on the 28th day of June , 1977 , at which time they wil be opened and rea- for performing work as foll ows: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary e �ary or Assistant Secretary are required an t CCorpora� ar te Seal sha be of fixed to all documents requiring signatures. In the case of a Ts tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard ;, ecifications for Public Works Construction (1976 Edition) as prepared by the outhern Ca i orn a Chapters o the mer can Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work" for City form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8950 adopted December 13, 1976. A copy of said resolution 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 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. ..Ro�icori 6 -.7 -1977 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 267073 Classification C12 Accompanying this proposal is B'dd r' Bond Cas , Certifie C ec , Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714/973 -1484 Phone Number June 28, 1977 Date ALL.AMER.ICAN ASPHALT Bidder's Name S /.Dan.D. Sisemore, President (SEAL) Authorized Signature S/ Thomas Toscas, Secretary Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Dan D Sisemore President Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Item #2 and #3 Autrey Stafford Contr. Arleta 2. 3. 4. 5. 6. 7. B. 9. 10. 11. U. ALL AMERICAN ASPHALT Bidder's Name S/ Dan.D. Sisemore, President Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 932 Town & Country Rd. Orange, CA 92668 Address FOR uRIGINAL SEE CITY CLERK'S FILE COef BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, BOND NO. U 78 10 22 Page 4 That we, ALL AMERICAN ASPHALT , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Bid in---- - - - - -- Dollars ($ 10% of Bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Street Resurfacing Newport Heights and Cliff Haven, 1977 -78 (Contract No. 1930) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall" become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 28th day of June 19 77 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact June 28, 1977 Barbara.J. Bender, Notary Public Commission expires May 23, 1980 ALL AMERICAN ASPHALT Principal Dan D. Sisemore, President UNITED PACIFIC INSURANCE COMPANY Surety By SJ Owen.M. Brown Title Attorney -in- Fact . Page 5 NON- COLLUSION AFFIDAVIT The bidders, 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 agree- ment 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 agree- ment 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 contractor 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 bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or 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 this 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. ALL AMERICAN ASPHALT S/ DwD. Sisemore, President S/ Thomas Toscas, Secretary Subscribed and sworn to before me this 28 day of June , 19 77 . My commission expires: December 16, 1979 S/ Annette B. Armstrong Notary Public Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY TEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On File with City Clerk. ALL AMERICAN ASPHALT S/ Dan.D. Sisemore, President Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 City of Stanton Victor 714/893 -2471 1977 City of Cypress Curt Wheaton. 714/828 -2200 1976 City of Newport Beach.. John Wolter 714/640 -2281 S/ Dan D. Sisemore, President Signed Page 8 Bond No. U 95 39 31 LABOR AND MATERIAL BOND Executed. in Three Parts Premium charge for this bond included in charge for KNOW ALL MEN BY THESE PRESENTS, That Performance Bond. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 11, 1977 has awarded to ALL AMERICAN ASPHALT hereinafter designated as the "Principal ", a contract for Street Resurfacing - Newport Heights and Cliff Haven. 1977 -78 (Contract No. 1930) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We -ALL A zg1cAN ASPHALT as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWENTY ONE THOUSAND,SIX HUNDRED TEN AND 50 /100ths ------ --- Dollars ($ 21,610.50 ) , said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that .if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond 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 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14th day of July , 19 77 Approved as to form: r iC�n'f� 1 City Attorhe ALL AMERICAN ASPHALT (Seal) Name of Contractor Principal Authorized Signature and Title Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 South Shatto Place bpynature ana /i.,ir e-or Hutnorizea Agent OWEN M. BROWN, Attorney -in -Fact 1 San Antonio Dr-, Suite G Norwalk CA.90650 ss of Mgent 213 -864 -2581 Telephone No. of Agent t I 1 State of California ) SS: County of Td1S AMrF.T.F.0 ) On July 14th 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared OWEN M. BROWN known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h i own name as Attorney -in -Fact. OFFICIAL SEAL A.t q;%ARA J. BENDER NOTARY PUBLIC • CALIFORNIA V. 5 ANGELES COUNTY 7I� roOMM expires MAY 23. 3981 My Commission expires '19 _ otary ublic in or said ou my BDU -1818 ED. 3/72 (CALIF.) Page 10 Bond No. U 95 39 31 PERFORMANCE BOND Executed in Three Parts Premium:. $162.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 11, 1977 has awarded to ALL AMERICAN ASPHALT hereinafter designated as the "Principal ", a contract for Street Resurfacing - Newport.Heights and Cliff Haven (Contract No. 1930) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, ALL AMERICAN ASPHALT as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FORTY THREE THOUSAND,TWO HUNDRED TWENTY ONE AND NO /100ths - -- Dollars ($ 43.221.00 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 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 Page 11 (Performance Bond - Continued) 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 it is agreed that the death of any such principal its obligations under this bond. IN WITNESS WHEREOF, this instrument has been Surety above named, on the 14th day of Approved a to form: City Attorney executed this bond as an individual, shall not exonerate the Surety from duly executed by the Principal and July , 19 77 ALL AMRICAN (Seal) Name of Contractor (Principal) ;;AWLS Authorized Signature and.Title Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 South Shatto Place ,ess o Signature afid'TiVe of Authorized Agent 'OWEN M. BROWN, Attorney -in -Fact .13505 San Antonio Dr., Suite G Address of Agent 213- 864 -2581 Telephone No. of Agent State of California ss: County of Lr1S A=R1 -RS On July 14th 19 72 , before me, the undersigned, a Notary Public in and for said County, personally appeared ()WEN M_ RROW known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h� own name as Attorney -in -Fact. OFFICIAL SEAL AARWA J. BENDER m NOTARY PUBLIC - CALIFORNIA L :S ANGELES COUNTY ror.Im. expires MAY 23, 1980 My Commission ex ODU -1818 ED. 3172 (CALIF.) FF ►�� /�� /� ce �IR� W f" Page 12 CONTRACT THIS AGREEMENT, made and entered into this, ay of 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and ALL AMERICAN ASPHALT hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: I. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Street Resurfacing - Newport Heights and Cliff Haven, 1977 -78 (Contract No. 1930) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications.are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated.in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be causei,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA I Mayor ATTEST: City Clerk Contractor (SEAL) By: Title By: Title Approved as to form— City Attorney CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT N0. 1930 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR1of2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids;.has examined the Plans and Special Provisions, and here- by proposes to furnish all materials and do all the work required to complete Contract No. 1930 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 2900 Construct Type III- C3- AR4000 asphaltic Tons concrete overlay, including tack coat. @ Thirteen Dollars and Ninety =Nine.. -Cents $ 13:99 $ 40,571.00 Per Ton 2. 20 Adjust sewer and storm drain Each manholes to finished grade. @ Eighty Dollars and No Cents Per Each 3. 14 Adjust water valve, water meter, sewer Each cleanout, and survey monument boxes to finished grade. @ Seventy -five Dollars and No Cents Per Each $ 80.00 $_ 1,600.00 $ 75.00 $ 1,050.00 TOTAL PRICE WRITTEN IN WORDS: Forty -Three Thousand Two Hundred .Twenty -One No PR2of2 Ilars and nts $ 43.,221.00 ALL.AMERICAN ASPHALT Bidder's Name June 28,,1977 Date S/ Dan,D. Sisemore, President Authorized Signature CONTRACTOR'S LICENSE NO. 267073 TELEPHONE NUMBER 714/973 -1484 CONTRACTOR'S ADDRESS 932.-Town & Country Rd., Orange, CA 92668 I II III IV V VI VII VIII CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 INDEX TO SPECIAL PROVISIONS Page SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 1 TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . 1 NOTICES TO RESIDENTS AND BUSINESSES . . . . . . . . . . . 2 WATER ..........................2 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 2 A. Asphaltic Concrete Overlay B. Utility Adjustment to Grade CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 SCOPE OF WORK SP of The work to be done under this contract consists of constructing an asphaltic concrete overlay on various City streets as shown on the plan, adjusting to finished grade City -owned manholes and boxes within the limits of the resurfac- ing, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5347 -L), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Constructions 1976 Edition), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. II. TIME OF COMPLETION The contractor shall complete all work on this contract within 45 consecutive calendar days after award of the contract by the City Council. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and incidentals neces- sary to complete the work in place, and no additional allowance will be made therefor. IV. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. TRAFFIC CONTROL AND ACCESS 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, nc. SP 3 of 3 grade of the asphaltic concrete surfacing as described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facilities. Although these facilities are to be adjusted to finished grade by the respec- tive utility, the contractor shall be required to mark their location on the finished pavement surface. !a P� :f l r !n .ice /w/S -DP \ N. �a E v >d 1d id v U UC+ D 57. 0 .7d 1 0 70 e / yJ/( 1 ^dMV V / \..\ Y/n k[. I IV /Li �G Y/n G, I r7i. Q I Yin 6' oIro I vie .: I wv, v/G i Y /,a II X11 I �II tz �4 L E&eA/O C. OdBBL4Y, T,4,ve f FPOM e "41' 5 A cAV01W !!,1/71',2 G /"v TO Ze " TO T4G 4 T G /,'=, . G. G!i rTE� L /P� T.4PE',2 727 � " TOTilL DT L /P GS�f/DLT /C CO!/CQ6TE 9/iGLG BC TYOd.77L -C3 .4?- 4000• /+ _ /a M/ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET A74S&RfAC /N6' .t14ffWPl7,QT R& 1&9/.'78 .41-10 CG /F,,= t d vC.t/ /077-7,0 DRAWN DATE APPROVED / �( ASC'T. PUBLIC WOA S DIRECIO$ R.E. NO. IR494 DRAWING NO. A2-534 7 - Z. i f CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. /?Z0 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. LIMITS IN EXCESS OF $500,000 COMBINED SINGLE LIMIT ARE PROVIDED BY INTERSTATE NATIONAL CORPORATION UNDER POLICY 0183- 130454. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective Authorized Representative of and when issued to City shall 7 -14 -77 when signed by an HIGHLANDS INSURANCE COMPANY Name of Insurance Company be valid and form part of Policy No. GA 53 01 02 insuring ALL AMERICAN ASPHALT Named Insured expiring June 15, 1978 THIS CERTIFICATE APPLIES TO THE FOLLOWING JOB ONLY: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, CONTRACT NO. 1930 NAME OF AGENT OR BROKER OWEN M. BROWN 13505 San Antonio Dr., Suite G ADDRESS - AGENT /BROKER Norwalk, CA. 90650 Owen M. Brown IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company M. BROWN INSURANCE WL MATE G. NAME AND ADDRESS OF INSURED ALL AMERICAN ASPHALT 932 TOWN & COUNTRY ROAD ORANGE, CA. 92668 COMPANIES AFFORDING COVERAGES L Y LETTER A . INTERSTATE NATIONAL CORPORATION LETTER lJ COMPANY D LETTER COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. IIJLbCmI`IIVN Ur VY[HAHUNS /LOCATIONSNEHK.LES JOB: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, CONTRACT NO. 1930 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will §(XbtXxgrApp mail _34 days written notice to the below named certificate holder,)iiiIXXXD MXM XRMQfX94XX7S4St] P£7 434AkMMAA36tX7 f4kSYL4XMkliklR7FifMMXk9i�X4Pe4XXl�4 Ci&QGAMRIXVCX BY REGISTERED MAIL. ME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 DATE ISSUED: �u E LIRIitso Liabillt In Thounan 8 I COMPANY LETTER TYPEOFINSURANCE ,- POLICY NUMBER POLICY EXPIRATION DATE AUTHOR D REPRESENTATIIV.E EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ $ ❑ COMPREHENSIVE FORM E] PREMISES—OPERATIONS PROPERTY DAMAGE E $ ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ - $ ❑ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS 'Applies to Products/Completed S ❑ PERSONAL INJURY Operations HWa rdf 'PERSONAL INJUM1 AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) ❑ COMPREHENSIVE FORM BODILY INJURY (EACHOCCURRENCE) OWNED PROPERTY DAMAGE HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE 000,0 ..SS (5A$1, 000 a ® OTHER THAN UMBRELLA 153- 130454 5 -9 -7$ COMBINED FORM WORKERS' COMPENSATION STATUTORY and EMPLOYERS' LIABILITY S (EACH ACCIDENT) OTHER IIJLbCmI`IIVN Ur VY[HAHUNS /LOCATIONSNEHK.LES JOB: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, CONTRACT NO. 1930 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will §(XbtXxgrApp mail _34 days written notice to the below named certificate holder,)iiiIXXXD MXM XRMQfX94XX7S4St] P£7 434AkMMAA36tX7 f4kSYL4XMkliklR7FifMMXk9i�X4Pe4XXl�4 Ci&QGAMRIXVCX BY REGISTERED MAIL. ME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 DATE ISSUED: �u E lop- eT AUTHOR D REPRESENTATIIV.E Y ..:a_<�.;..,..... ... ...:: 7/76 r 2 , : ss .. N ,a._. _ a ... .. �, OWEN M. BROWN INSURANCE 13505 SAN ANTONIO DR., SUITE G NORWALK, CA. 90650 1 NAME AND ADDRESS OF INSURED ALL AMERICAN ASPHALT 932 TOWN & COUNTRY ROAD ORANGE, CA. 92668 COMPANIES AFFORDING COVERAGES OMPA LEn ERNY A HIGHLANDS INSURANCE COMPANY COMPANY O LETTER v COMPANY LETTER COMPANY D LETTER COMPANY LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. I DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES JOB: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, CONTRACT NO. 1930 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will =SQ2 06XM mail . in days written notice to the below named certificate hoIderXhKVJ30=XX X7F} 1; �7S8R�" i�PFR�iRkif7�JFiCRR 'XXRRR3l�C�4TX BY REGISTERED MAIL. NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 Owen M. Brown r t;` vng S(000) Limits Of Llabillty In Eh COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE HUsan AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ $ ❑ COMPREHENSIVE FORM ❑PREMISES—OPERATIONS PROPERTY DAMAGE $ $ ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILYINJURYAND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ ❑ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS 'Applies to Prod ucts/Completed $ ❑ PERSONAL INJURY Operations Hd321Q (PERSONAL INJURYI AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) $ E] COMPREHENSIVE FORM BODILY INJURY $ ❑ (EACH OCCURRENCE) OWNED PROPERTY DAMAGE $ ❑ HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION STATUTORY A and UWC 90 90 02 6 -15 -78 EMPLOYERS'LIABILITY $ (EACH ACCIDENT) MAR THIS IS TO CERTIFY THAT WE HAVE ESSUED A VAL D WORKER'S COMPENSATION OLICY IN A FORM APPROVED BY THE CALIFORNIA IN URANCE COMM SSION TO THE EMPLOYER F POLICY PERIOD INDICATED. I DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES JOB: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78, CONTRACT NO. 1930 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will =SQ2 06XM mail . in days written notice to the below named certificate hoIderXhKVJ30=XX X7F} 1; �7S8R�" i�PFR�iRkif7�JFiCRR 'XXRRR3l�C�4TX BY REGISTERED MAIL. NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 Owen M. Brown r t;` vng RESOLUTION NO. 9148 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO ALL AMERICAN ASPHALT FOR STREET RESURFACING IN NEWPORT HEIGHTS AND CLIFF HAVEN, CONTRACT NO. 1930 WHEREAS,'pursuant to the notice inviting bids for work in connection with street resurfacing in Newport Heights and Cliff Haven, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of June, 1977 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is ALL AMERICAN ASPHALT: NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of American Asphalt for the work in the amount of $43,221.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of July , 1977. ATTEST: City Clerk Mayor DDO /bc 7/7/77 ALL AMERICAN .ASPI!A.LT STATEMENT OF FINANCIAL CONDITION AS OF MAY 31, 1977 &PRE,T ASSETS CASH IN BANKS TRADE PECEIVABLES PPOVISION FOR DOUBFUL RECEIVABLES DUE FROM AFFILIATE. DUE FROM EMPLOYEES INVENTORIES PREPAID EXPENSES AND DEPOSITS CURRENT LIABILITIES ACCOUNTS PAYABLE LOAN PAYABLE ROYALTY PAYABLE ACCRUED PAYROLL EMPLOYEE BENEFITS PAYABLE TAXES PAYABLE WORKING CAPITAL EQUIPMENT OPEPATINn EQUIPMENT LESS: ACCUMULATED DEPRECIATION SHAREHOLDERS' EQUITY SHAREHOLOERS' EOUITY COMMON STOCK LESS: TREASURY STOCK RETAINED EARNINGS MAY 31, 1977 SHAREHOLDERS' EQUITY (439.20) 1,632,912.01 (25,000.00) 25,000.00 12,476.02 53,474.00 37,421.84 1,735,54 .67 73S,15S.20 427,045.31 19,301.56 54,458.23 57,396.57 26,124.44 413,330.06 13,905.00 13.341.00 47,7 413,301.7 5n 000.; ,C_ '7. All 907 Approved by the City Council this 13th day of June 1977. oris George, City C rk CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 SUBMITTED BY: ALL AMERICAN .ASPHALT Contractor 932 TOWN & COUNTRY RD. Address ORANGE, CA. 92668 City Zip 714/973 -1484 Phone $43,221.00 Total Bid Price Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until •30 A.M. on the 28th day of June , 1977 , at which time they will be opened and read for performing work as follows: STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an3 —tiie Comer orate Seal shal be of fixed to all documents requiring signatures. In the case of a ais rtnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard S ecifications for Public Works Construction (1976 Edition) as prepared by the Southern Ca i orn a Chapters o the mer can Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work" for City form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide.(Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8950 adopted December 13, 1976. A copy of said resolution 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 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Ravi,wi .64-1977:_ Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 267073 Classification C12 Accompanying this proposal is BIDDERS BOND (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714/973 -1484 Phone Number JUNE 28, 1977 Date ALL AMERICAN ASPHALT B i d e Z7 (SEAL) PRESIDENT AutAut rized Signature SECRETARY Authorized Signature CORPORATION Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: DAN D. SISEMOP,E, PRESIDENT THOMAS TOSCAS, SECRETARY ROBERT BRADLEY, SALES MANAGER Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. ITEM #2 & #3 AUTREY STAFFORD CONTR. ARLETA 2. 4. 5. 6. 7. 8. 9. 10. 11. 12. ALL AMERICAN ASPHALT Bidd s Name PRESIDENT Authorized Signature CORPORATION Type of Organization (Individual, Cc- partnership or Corp.) 932 TOWN & COUNTRY RD. ORANGE, CA.. 92668 Address Bond No. BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, ALL AMERICAN ASPHALT and UNITED PACIFIC INSURANCE COMPANY Page 4 U 78 10 22 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the Sum of TEN PERCENT OF THE TOTAL BID IN-------------- Dollars ($lo% 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 principal for the construction of STREET RESURFACING (CONTR. #1930) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 28th day of June 19 77 Corporate Seal (If Corporation) ALL AMERICAN ASPHALT Principal ,Z zz. (Attach acknowledgement of Attorney -in -Fact UNITED PACT NSU _ CO 4$ANY Surety By f' BROWN Title Attorney -in -Fact .I State of California ss: County of Tnc AWr_FT.FG On Jxnae 9Arh 19 -7-7 , before me, the undersigned, a Notary Public in and for said County, personally appeared OWEM M RPOW * known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _ Attorney -in -Fact My Commission expires BDU -1818 ED. 3/72 (CALIF.) name oT UINI I [U rAt-ir IL OFFICIAL SEAL r-A"A. A .I. BENDER NOTARY PUBLIC CALIFORNIA C S ANGELES COUNTY .-.nam. erp!r ^s MAY 23, 1990 19 INSURANCE COMPANY, as Surety, and hi . own name as aV--A4,1 4 X A (///� Page 5 NON- COLLUSION AFFIDAVIT The bidders, 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. agree- went 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 agree- ment 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 contractor 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 bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or 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 this 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. ALL AMERICAN AS PH T PRESIDENT -moo T - SECRETARY Subscribed and sworn to before me this 28TH day of JUNE , 19 77 . My commission expires: DECEMBER 16, 1979 Notary Public ♦ OFFICIAL SEAL • ANNETTE B. ARMSTRONG NOTARY PUBLIC -CALIFORNIA � PRINCIPAL OFFICE IN j ORANGE COUNTY • My Dolnnission Expires December 16, 1979 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. ALL AMERICAN ASP ALT Ve.G— PRESIDENT Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 CITY OF STANTON VICTOR 714/893 -2471 1977 CITY OF CYPRESS CURT WHEATON 714/829-2200 1976 CITY OF NEWPORT BEACH JOHN WOLTFR 71x/640 -2281 PRESIDENT Signed PR1of2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West_Newport Boulevard. Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special. Provisions, and here- by proposes to furnish all materials and do_all the work required to complete Contract No. 1930 in accordance with the..Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: TEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 1. 2900 Construct Type III- C3- AR4000 asphaltic Tons concrete overlay, including tack coat. @ THIRTEEN Dollars and NINTY- NINE Cents $ 13.99 $�0,5Z7_nn Per Ton 2. 20 Adjust sewer and storm drain Each manholes to finished grade. @ EIGHTY Dollars and NO Cents '$ 80.00 $_ 1 ,600.00 Per Each 3. 14 Adjust water valve, water meter, sewer Each cleanout, and survey monument boxes to finished grade: @ SEVENTY -FIVE Dollars and NO Cents $_75.00 $ 1,050.00 Per Each PR2of2 TOTAL PRICE WRITTEN IN WORDS: FORTY -THREE THOUSAND TWO HUNDRED TWENTY -ONE Dollars and NO Cents $ 43,221.00 ALL AMERICAN ASPHALT Bidder's Name JUNE 28, 1971 Date i LL - --� PRESIDENT Au horized gnature 3, CONTRACTOR'S LICENSE NO. 267073 TELEPHONE NUMBER 714/973 -1484 CONTRACTOR'S ADDRESS 932 TOWN & COUNTRY RD., ORANGE; CA. 92668 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 INDEX TO SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 1 IV. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . 1 VI. NOTICES TO RESIDENTS AND BUSINESSES . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 2 A. Asphaltic Concrete Overlay B. Utility Adjustment to Grade II CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET RESURFACING NEWPORT HEIGHTS AND CLIFF HAVEN 1977 -78 CONTRACT NO. 1930 SCOPE OF WORK SP of The work to be done under this contract consists of constructing an asphaltic concrete overlay on various City streets as shown on the plan, adjusting to finished grade City -owned manholes and boxes within the limits of the resurfac- ing, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5347 -L), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction, 1976 Edition), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. TIME OF COMPLETION The contractor shall complete all work on this contract within 45 consecutive calendar days after award of the contract by the City Council. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and incidentals neces- sary to complete the work in place, and no additional allowance will be made therefor. IV. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. TRAFFIC CONTROL AND ACCESS 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, nc. SP3of3 grade of the asphaltic concrete surfacing as described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facilities. Although these facilities are to be adjusted to finished grade by the respec- tive utility, the contractor shall be required to mark their location on the finished pavement surface. I� r r I� �2 r CIS z m m A Fn g m O Cv C. 3 3 J �ry Fume n ia�ne�n � �II�I�YIII�111��I5 �uani�nn�it'm gu ii n �u� �2 r CIS z m m A Fn g m O Cv C. 3 3 J