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