Loading...
HomeMy WebLinkAboutC-2197 - Resurface Jamboree from Ford Road to 900 ft South of EastbluffOctober 21, 1981 r All American Asphalt 932 Town & Country Road Orange, CA 92668 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Fremont Indemnity Company Bonds No.: B077047 Project: Jamboree Rd. Resurfacing Contract No.: C -2197 The City Council on September 28, 1981, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on October 8, 1981 in Book No. 14250, Page 327. Please notify your surety company that the bonds may be released 35 days after this recording date. Wanda E. Andersen City Clerk WEA:lr cc: Public Works File City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Y RECORDING REMFC ='_ 11581 ! BK 14250Po EXEMPT C8 1 RECORDED IN OFFICIAL RECORD NOTICE OF COMPLETION 2__ N PM OCT8 X81 PUBLIC WORKS LEE A. BRANCH, County Record 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 28, 1981 the Public Works project consisting of Jamboree Road (Northbound) resu Ford Rnnd to 4nn Foot cnnth m$ Foc +M„ff n..;,,- (C -21971 on which All P was the contrac was the surety,, t, 932 Town bQnt Indemni c ornal eIed:, RE�E, RK . cj"Z tV�E — CI Y OF NEWPORT BEACH Rf Pub is Works Director ' S VERIFICATION 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 1, 1981. at Newport Beach, California. 4v++-- / Public Vorks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 28, 1981 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 1, 1981 at Newport Beach, California. I // 1 City Clerk 327 October 1, 1981 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion of Public Works project consisting of Jamboree Road resurfacing from Ford Road to 900 feet south of Eastbluff Drive, Contract No. C -2197 on which All American Asphalt was the Contractor and Fremont Indemnity Co. was the surety. Please record and return to us. Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 NOTICF. OF COMPT,ETION ,no cON3$BEIATiON PUBLIC WORKS 10 All Laborers and Material Men and to Every Other Person Interested YOU WILL PLEASE TAKE NOTICE that on September 28, 1981 the Public Works project consisting of Jamboree Road (Northbound) resurfacing from on which All American Asphalt, 932 was the contractor, and Fremont I was the surety, was completed. I, the undersigned, say: i VERIFICATION aF L ORT BFACH a VL Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 1, 1981, at Newport Beach, California. 4:;g KeL Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 28, 1981 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 1, 1981 at Newport Beach, California. J City Clerk QL September 28, 1981 CITY COUNCILAGENDA SEP 281981 ITEM NO. TO: CITY COUNCIL !y two GTY COUNT C11Y OF siom FROM: Public Works Department SUBJECT: ACCEPTANCE OF JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE (C -2197) 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 Jamboree Road northerly of Ford Road has been completed to the satisfaction of the Public Works Department. The bid price was $86,568.98 Amouit of unit price items constructed 69,820.08 Amount of change orders None Total contract cost 69,820.08 Funds were budgeted in the General Fund. The actual amount constructed was less than the bid amount due to an error in the estimate. Under the terms of an agreement approved by the Council on July 27, 1981, J. M. Peters'share of the project is $26,179.36. The design engineering was performed by the Public Works Department. The contractor is All American Asphalt of Orange, California. The work was completed on September 22, 1981. Benjamin B. Nolan Public Works Director GPD:em 0 M CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 DATE Sept.15y 1981 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2197 Description of Contract Jamboree Rd (Northbound) resurfacing from Ford. Rd to 900 ft south of Raathltlff ilr_ Effective date of Contract September 15, 1981 Authorized by Resolution No. 11019 adopted on Aug. 24, 1981 Contract with All American Asphalt Address 932 Town & Country Road Orange, CA 92668 Amount of Contract$ 86,568.98 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk WEA:lr cc: file City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 • AUGaq 1981 TO: CITY COUNCIL By " CITY COUNCIL FROM: Publ i c Works DeparMnOF 11UNl1W KAGFi August 24, 1981 vgeast -46 , -498} CITY COUNCIL AGENDA ITEM NO. F -2(f) c3g� c -a(a7 SUBJECT: JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD RDA 900 T �� SOUTH OF EASTBLUFF DRIVE (C -2197) RECOMMENDATION: AUG10 1981 Adopt a resolution awarding Alternate "B" of Contract [CCUNGL to All American Asphalt for $86,568.98, and authorizinjj�Ttt fEACN and the City Clerk to execute the contract. DISCUSSION: The following bids were opened and read in the office of the City Clerk at 2:30 P.M. on July 28, 1981: The low bid for Alternate "B" is 17.6% lower than the Engineer's estimate of $105,000. This project provides for an asphaltic concrete overlay on the north- bound roadway of Jamboree Road as shown on the attached exhibit. Alternate "A" provides paving only for the City's portion of the roadway. Alternate "B" combines the City's portion with the paving of the widened portion adjacent to the J. M. Peters Co., Inc..development. The com- bined efforts through Alternate "B" would result in (1) less inconvenience to the public, (2) a better overall street surface, and (3) less total cost to the City. J. M. Peters Co. has agreed to deposit with the City the estimated cost of their share of the contract prior to the start of work. Sufficient funds are available in Account No. 02- 3397 -209 for the City's portion of the project. All American Asphalt is a well - qualified paving contractor who has successfully completed recent contracts for the City. Bidder Amount Bid Alternate A Alternate B 1. All American Asphalt $50,553.98 $ 86,568.98 2. Sully - Miller Contracting Co. 50,748.00 87,988.00 3. R. J. Noble 52,664.00 89,946.00 4. Vernon Paving Co. 54,741.50 92,121.50 5. Griffith Co. 58,739.20 100,823.20 6. Robert Escudero Inc. 59,856.80 104,086.30 7. Hardy and Harper Inc. 68,611.00 114,058.50 The low bid for Alternate "B" is 17.6% lower than the Engineer's estimate of $105,000. This project provides for an asphaltic concrete overlay on the north- bound roadway of Jamboree Road as shown on the attached exhibit. Alternate "A" provides paving only for the City's portion of the roadway. Alternate "B" combines the City's portion with the paving of the widened portion adjacent to the J. M. Peters Co., Inc..development. The com- bined efforts through Alternate "B" would result in (1) less inconvenience to the public, (2) a better overall street surface, and (3) less total cost to the City. J. M. Peters Co. has agreed to deposit with the City the estimated cost of their share of the contract prior to the start of work. Sufficient funds are available in Account No. 02- 3397 -209 for the City's portion of the project. All American Asphalt is a well - qualified paving contractor who has successfully completed recent contracts for the City. August 24, 1981 Aa4qas *- 49-1-19fi4 Subject: Jamboree Road (Northbound) Resurfacing from Ford Road to 900 Feet South of Eastbluff Drive (C -2197) Page 2 The plans and specifications were prepared by the Public Works Department. The estimated date of completion is September 30, 1981, with the exact date depending on coordination of the work with the developer's street widening and median reconstruction. Benjamin B. Nolan Public Works Director GW:jd Att. 0 l4/ +99 /Zb fl7 /8 W m �ND MFG Ph'O 14-i` ✓EC7 LOCAT /ON (431- 74 ± SEE DETAIL "B PER SHEET 3 VICINITY MAP SCALE: l" =1600' BISON AV" — v 48" & VARIABLE 1 DEVELOP WIDENING _ O /5'TNIG� Z 1201-00 T` 1.7:TO3o' Ly6X /ST FVMT— ___ —_ —_L_ JAMBOREE ROV,10 (NORTHBCUND LANES) FORD RD. TO 900" S/0 N. EASTBLUFFCR. /o6faot TYPICAL STREET SECT /0N ALTERNATIVE B .SEE DE7-141 L A " I PER SHEET' Z O PROVIDE A1JD l/,15,TALL 98 3o t REINFOIzCED FASR/C °PETi;zf0MA7-" Fo RO, BEGINNING OF CONSTRUCTION 04- t 50 ± LOCATION MAP NoTL-�: PAVEMENT AREAS 7-0 BE 9E51JRFACEO AZE SCALE: / "-- 800, SHOWN C9055 14ATCNED. CITY OF NEWPURT PEACH DRAWN —fl:14L _ DATE PUBLIC WCRKS DEPART AENT JA MBOREE ROAD ND H U PUBLIC 04 - — LANES). FORD ROAD TO 900 'S /O EASTBLUFFDR/VEC -2197 LnAwlN� r +D.EXNIPSIT JAMBOREE ROAD {NORTHBOUND) RESURFAryw-, (u 2197 ontrjj H— 862 000 Ert9 peer's Estimate / re Approved by the City Council this loth day of j!ly `. 1981. an a ndersen Cfty Clerk . Prospective bidders may obtain one set of bid dot ar Newport Beach, CA 92663. Newp um at no cost at the office of the Public Works Department, tment, 3300 Newport Boulevard, For further information, tail Gilbert W at 640 -2281. ,sect ng:neer CITY CLERK 1 i tr `ff \ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 (ALTERNATIVE B) JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE 2197 Contract No. $105,000 Engineers Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Alt. PR la The undersigned declares that he has carefully examined the location of the work, has read, the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2197 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT T TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3,150 Construct 0.15- foot -thick asphalt Tons concrete overlay, including tack coat @ Twenty -Six Dollars and Thirty -Five Cents $ 26.35 $ 83,002.50 Per Ton 1 Adjust manhole frame to finished Each grade Two Hundred Twenty -Five Dollars and No Cents $ 225.00 $ 225.00 Per Each 3. 16 Adjust water valve and survey monu- Each ment frames to finished grade One Hundred Fifty -Two Dollars and Cents $ 152.00 $ 2,432.00 er ac S 4. 572 Provide and install reinforcing Square Yards fabric "Petromat" 0 Alt. PR lb @ One Dollars and Fiftv-Nine Cents $ 1.59 $ 909.48 Per Square Yard TOTAL PRICE BID WRITTEN IN WORDS (ALTERNATIVE B): Eighty -Six Thousand Five Hundred Sixty -Eight Dollars and Ninety -Eight Cents $ 86 568.98 ternAT� ative B 267073A All American Asphalt Contractor's License No. & Classification Bidder 'uly 28 1981 ate (714) 973 -1484 Bidder's Telephone No. S /Dan Sisemore President Authorized Signature /Title 932 Town & Country Rd., Orange, CA 92668 Bidder's Address +T V } I 1564' / OPPER - UNIVE GGNSr (Ncw�Q/ 0 ENO of PROJECT oL 48 "00' LOCATION &t ANN. c o P 40 14.3t70t 141 *99 � 1 sea cerA1L "B" PER SHEET 9 T VICINITY TY MAP I 126,'/7/8 W IZO+OOf SCALE./ 1600 48'& VARIABLE a LiFX /3T. JAMBOREE ROAD. (NORTHBaIND LANES) FORD RO. TO 900'S /O N. EASTBLUFFCR. 1o6fsot TYP ICAL STREET SECT /01'11 t ALTERNATIVE B E oErA /L A " PER syc-Er 2 lO PROVIDE AND INSTALL 98,' Sot fzE/NFORCEP FAaR /c "PErIzoMA Foev �, BEGINNING OF CONSTRUCTION )CATION MAP NOrC-: PAVEMENT AREAS TO Be RESURFACED ARE CA /_E: /" =BOO' SHOWN CR055 NATCNED. CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED 1 wen niuvl ICL. 11 vrsL✓ ( IY[/I I 1 i /U VV /vu PUBIC WORKS DIRECTOR LAIIIESI. FORD ROAD TO 9001 S/O R.E. NO./29M EASTBLUFF DRIVE. c -21971 DRAWING NO. R— 5425- / SHEET / OF 3 t .; (SEE SHEET 3) MATCH UNE /0/f00t MATCH LINE //9f50f Tq- � II I I _ 1 9/9 +7001- 99+20± � I II I I I I i II I�I I I I I I I I * ' - i I 1/00610&4-.90t 4Oo f t \/ "= /00 105i-50t /04 +70t 104It /0 7't 102{ ! -� mot 00,0./ I L I l0/{ -70t F� MATCH LINE /0/ +OOt 'QO �O © PROVIDE AND INSTAL..[.- 9EIMFOXCE42 'QO FABR/C °PETROMAT" CITY OF NEWPORT BEACH DRAW" DATE PUBLIC WORKS DEPARTMENT APPROVED JAMBOREE ROAD NORTHBOUN PUBLIC WORKS DIRE �� R.E. N0. /2Fi0� DE-wL ,4 DRAWING NO. R- 5425-L SHEET 2 OF 3 i is MAM4 LINE 127-1-471- I ' BISON AVF II IF 4LE.Y�1Gt� � i� I I it I. I � . r6�t I lzo +sot —1 l2ofoot II MATCHLINE / /9f-!FO± (SEE SHAT Z) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD AORMBOUND DETA /L "B" 143 +70± 142440± /314-90 t MATCH UNE 1274-471- DRAWN APPROVED PUBLIC WORKS DIRECTOR R.E. ND.! -Z&04 DRAWING NO. R-5425-1 . SHEET 5 OF 5 • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For so a ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 267073A All American Asphalt Contr's Lic. No. & Classification Bidder July 28, 1981 S /Dan Sisemore President Date Authorized Signature /Title i 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. Manhole Manhole Adjustors P.O. Box 7161, L.A. 90022 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. All American Asphalt Bidder SJDan Sisemore President Authorized Signature/Title •FOR ORIGINAL SEE CITY CLERK'S OE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, ALL AMERICAN ASPHALT , as bidder, and FREMONT INDEMNITY 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 bicQ, lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE 2197 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 23rd day of July , 1981. ALL AMERICAN ASPHALT Btd Uer (Attach acknowledgement of Attorney -in- Fact) S /Dan D. Sisemore, President Barbara J. Bender, Notary Public Authorized Signature /Title Commission expires June 15, 1984 FREMONT INDEMNITY COMPANY Surety By _ S /Owen M. Brown Title Attorney -in -Fact NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person.whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 28th day of July , My commission expires: December 16, 1983 All American Asphalt Bidder S /Dan D. Sisemore, President Authorized Signature /Title S /Annette B. Armstrong Notary Public FOF&IGINAL SEE CITY CLERK'S FILE * Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. All American Asphalt Bidder S /Dan D. Sisemore, President Authorized Signature Title • • 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._ 3/81 City of Garden Grove Mr. Van Bruggen (714) 638 -6886 5/81 City of Corona Mr. John Hogard (714) 736 -2201 6/81 City of Newport Beach Mr. Wong (714) 640 -2281 All American As halt BI er S /Dan D. Sisemore, President uthorized Signature /Title - Page 8 1' i. ... N 0 T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a - letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 16) 1. FAITHFUL PERFORMANCE BOND (pages 11 & 12) i CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15) �. CONTRACT (pages 16 &.17) Since the City of Newport Beach will not permit a substitute format for.these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission.of bid. All costs associated with the specifications of these contract documents shall be absorbed in the bid.. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works- Construction (latest edition adopted for use in the.City of ewport Bea-c , except as supplemented or modified by the Special Provisions for this project. t 0 motion adopted August 24,1981. ...has awarded to All American Asphalt . hereinafter designated 'as-the "Principal ", a contract for Jamboree Road (Northbound) ' Resurfacing from Ford Road to.900.Feet South of Eastbluff .Drive C -2197 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 AMBRICBN ASPHALT as Principal, and FMONT INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of EIGHTY SIX THOUSAND, FIVE HUNDRED SI$TY'EIGHT 6 98 1100THSDollars.($ 86.568.98 )� 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 of 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 . .. i • � � ,,, �: __ � _ `.�.' "J.�.�eF -s� `s�+e?tev�$:< - L. .$1S �:.w'' ��. 2." ?" a1ys._....:, .:: +N- .i�Nl�r 'aa`�ilmga_.. ..., i ut oar zed Signature an itle FRBMONT INDEMNITY COMPAMY (Seal:- ..Name :of Surety r :'t709 W. aA Gt= t'. i}beiBaaelea. CA 90017 BY:. OWEN M. BROWN,'.Attorney -in -Fact 1717.'S:.Lincoln.AVe., Anaheim, CA 92805 Address of gent (7141 956-4603 e ep one Mo. of Agent, y 1 1 �: t I A�� STATE OF CALIFORNIA 1 } C ORANGE } ss. County of 1 On this 18TH day of BARBARA J. BENDER AUGUST , 19-81 , before me a Notary Public, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared OREN M. BROWN known to me to be the Attorney -in -Fact of Fremont Indemnity Company the :BARBARA J. BENDER Corporation that executed the within instrument and also known to me to be the NPUBLIC- CALIFORNIA person who execut the within instrument on behalf of the Corporation therein ANGE COUNTY named and ackn dged 0 me that such oration executed the same. Ny FxDira lace L5,1984 Vb K9 i Notary Public in and for the State oYCalifornia, County of ORANGE SUR G50 BOND NO. E209338 Executed in Four Parts Page 11 Premium: $779.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City. Council of the City of Newport Beach, State of California, by motion adopted August 24, 1981 has awarded to All American Asphalt hereinafter designated as the "Principal ", a contract for Jamboree Road (Northbound) Resurfacing from Ford Road to 900 Feet South of Eastbluff Drive in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, ALL AMERICAN ASPHALT as Principal, and FREMONT INDEMNITY COMPANY I as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EIGHTY SIX THOUSAND, FIVE HUNDRED SIXTY EIGHT AND 98 /100TH@ollars ($ 86,568.98 ), 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 j 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 I �D . '�.SA.< � #AFC y:L++�n � � s.... .+_t.. xRU4?_Ya�S ��.�n 5u."�' a Page 12 Faithful 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. Ire 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 18TH day of AMUST , 19 81 ALL AMERICAN ASPHALT Name of Contractor Principal - -- BY: f nesidelst Authorized Signature and Title r v Sec/ Treas. Authorized Signature and Title FREMONT INDEMNITY COMPANY - (S`eal _ Name of Surety W. 8tb-St.. Ia47Ancieles, CA 900172 I re and 41tie OREN M. BROWN, 1717 E. Lincoln Ave., Anaheim, CA 92805 Address of Agent (714) 956 -4603 Telephone No. of Agent m lom I P W. � p« \=e 0 \ }�\ :§Ez \ }(\ k ƒ�( \ } \\ }\ )/� \ \\ \ OlQ §: z) ) $ a{ ) \ § } \ } / ) \f\ (�\ §9 2( � 2 ) & f ® ) � I ( CERTIFICATE OF INSURANCE • Page 13 Kiiriu„ic nVLVLR INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A WESTERN EMPLOYERS INSURANCE CO. Newport Beach, CA 92663 Comp any NAME AND ADDRESS OF INSURED Letter B WESTERN EMPLOYERS INSURANCE co. ALL AMERICAN ASPHALT Company C Letter ORANGE, CA 92668 Company This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aggregate GENERAL LIABILITY I] Comprehensive Form Bodily Injury $ $ $] Premises- Operations 10 Explosion & Collapse Hazard fl Underground Hazard Property Damge $ $ J3 Products /Completed - Operations *(REFER TO EXCESS CE R IFICATE FOR iIGHER LIM Hazard GL 01— Bodily Injury A 2] Contractual Insurance 0461— —1 -82 and Property $500* $Soo* » Broad Form Property Damage gi Independent Contractors 15211 Damage Combined J1 Personal Injury Personal Injury $ 0 Marine ❑ Aviation AUTOMOTIVE LIABILITY T] Comprehensive Form Bodily Injury Each Person $ A] Owned j Hired. E] Non -owned BA 01— 0481— 15211 4 -1 -82 Bodily Injury Each Occurrence $ \\ Pro ert ma Da e $ Bo 1 y Injury and Property Damage Combined $500 EXCESS LIABILITY ❑ Unbrella Form Cl Other than Umbrella Form Bodily Injury and Property Damage Combined $ $ WORKERS COMPE—N37TWN Statutory and ac EMPLOYER'S LIABILITY Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, By: %wCn mil -�' ,-,ri Agency: 8 -18 -81 Aut Authorized Representative Date ssue OWEN M. BROWN INSURANCE Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JAMBOREE ROAD(NORTHBOUND)RESURFACING FROM FORD RD. TO 900 FT SO. OF EASTBLUFF DR. C-2 197 Project title and contract number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. ITS) 9 Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability *K) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 500,000* each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS) Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. JAMBOREE ROAD(NORTHBOUND)RESURFACING FROM FORD RD. TO 5. Designated Contract: goo FT, So EASTBLUFF DR. C -2197 Project Title and Contract No.). This endorsement is effective B -18-81 at 12:01 A.M. and forms a part of Policy No. BA 01- 0481 -15x11 Named Insured Name of Insura OWEN M. BROWN INSURANCE CITY OF NEWPORT BEACH 0 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT Page 15 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (x)FSingle Limit $ each occurrence each occurrence Bodily Injury Liability $ 500,000* each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS) Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department JAMBOREE ROAD(NORTHBOUND) RESURFACING FROM FORD RD. TO 7. Designated Contract: 900 FT. SO. OF EASTBLUFF DR. C -2197 Project Title and Contract No. This endorsement is effective 8 -18 -81 at 12:01 A.M. and forms a part of Policy No. GL -01 -0481 -15211 . Named Insured ALL AMERICAN ASPHALT EndorseWntNo. WESTERN EMPLOYERS _14 . Name of Insurance Company INSURANCE COMPANY B kutnorizea Kepresentative OWEN M. BROWN INSURANCE • CERTIFICATE OF INSURANCE • Page 13 CERTIFICATE HOLDER INSURANCE City of Newport Beach,: Company 3300 Newport Boulevard Letter A Newport Beach, CA 92663 ME AND ompany B NA ADDRESS OF INSURED Letter ALL AMERICAN ASPHALT Comnanv _ This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. ac Date A Occurrence re ate GENERAL LIABILITY ❑ Comprehensive Form Bodily Injury $ $ ❑ Premises - Operations ❑ Explosion & Collapse Hazard Property Damge $ $ ❑ Underground Hazard ❑ Products /Completed - Operations Hazard Bodily Injury ❑ Contractual Insurance and Property $ $ ❑ Broad Form Property Damage Damage Combined ❑ Independent Contractors ❑ Personal Injury Personal Injury $ ❑ Marine ❑ Aviation AUTOMOTIVE LIABILITY ❑ Comprehensive Form Bodily Injury Each Person $ _. ❑ Owned $ o dily Injury Each Occurrence' ❑ Hired \ Pro ert Dama e $ o y n ury an Property Damage Combined $ p Non -owned EXCESS LIABILITY ❑ Unbrella Form ❑ Other than Umbrella Form Bodily Injury and Property Dama a Combined $ $ WORKERS' N cR - tatutor C and . EMPLOYER'S LIABILITY 0481- 10741 4 -1 -82 ac Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, �� By: n • ,,wry J)1 Agency: 8-18 -81 - Authorized Representat ve at�6 teTssueU- OWEN M. BROWN INSURANCE Description of operations/locations/vehicles: All operations performed or the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JAMBOREE ROAD(NORTHBOUND)RESURFACING FROM FORD RD. TO 90OFT. SO. OF EASTBLUFF DR. C -2197 (Project title and contract number) this certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 ALL AMERICAN ASPHALT • CERTIFICATE OF INSURANCE • INSURANCE COMPANIES Company A Letter Company B Letter - Company C Page 13 roc i �� a �wwiaca n ° ° "•✓•'•'✓ D MISSION INSURANCE COMPANY Letter ORANGE, CA 92668' Ompeny E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. ac Date Occurrence Aggregate GENERAL LIABILITY ❑ Comprehensive Form Bodily Injury $ $ ❑ Premises - Operations ❑ Explosion & Collapse Hazard Property Damge $ $ ❑ Underground Hazard ❑ Products /Completed- Operations Hazard Bodily Injury ❑ Contra ctual Insurance and Property $ $ ❑ Broad Form Property Damage Damage Combined ❑ Independent Contractors ❑ Personal Injury Personal Injury .. $ ❑ Marine ❑ Aviation AUTOMOTIVE LIABILITY ❑ Comprehensive Form Bodily Injur Each Person $ ❑ Owned $ Bodily injury Each Occurrent ❑ Hired Pro art Dame e:.. $ p Non -owned o y n ury end. Property Damage Combined S �� D EXC L gg Unbrella Form ❑ Other than Umbrella Form M 85 52 37R *(REFER 4 -1 -s2 TO PRIMARY CERTIFI Bodily Injury and Property Damage Combined ATE FOR LOWER $ 500* LIMITS) $ 500* WORK N tatutor and ac EMPLOYER'S LIABILITY Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability pol.icy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should ariy df the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall prdvide 30 days' advance notice to the certificate holder by mail, By: ( Vu.t �onri zi� l �prn tative Agency: OW EN M. BROWN INSURANCE Description of operations /locations /vehicles: Beach by or on behalf of the named insured in B -18 -81 - Date ion with the following designated contract: JAMBOREE ROAD(NORTHBOUND)RESURFACING FROM FORD RD. TO 900 FT. SO. OF EASTBLUFF DR. C -2197 (Project title and contract number) , NOTICE: This certificate or verification of nsurance is not a- nsurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is s—Zlect to all the terms, exclusions and conditions of such policies, including attached endorsements. THIS AGREEMENT, entered this Xy of , 19 by and between the CITY OF NEWPORT, hereinafter "City, n liereinafter "Contractor, "is made with reference to the-following facts: (a) 'City has heretofore advertised for bids for the following described public.work. Jamboree Road (Northbound) Resurfacing From Ford Road to 900 Feet South of-Eastbluff Drive 2197 Title of Project Contract No. M. Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation.set forth in this contract, is based upon a careful examination of all plans and. specifications by Contractor, NOW,.THEREFORE, the parties hereto agree as follows: r. 1. Contractor shall furnish all materials and.perform all ..of the work for the construction of the following described public work: Jamboree Road (Northboundj.Resurfacipg From Ford.Road to 900 Feet South of Eastbluff Drive 2197 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Eighty -six Thousand Five Hundred Sixty-Eight Dollars & Ninety Eight Cents ($ 86,568.98 . This compensation includes i any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc tions in the performance of the .work; '(3) any.expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which.,loss,or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are forth in the contract documents. The contract documents are incorporated herein by.reference as though set out in full and include the following:. r � • t " :- � _ _�_ _ r �...,� ,, ._ ,_.. . . � Page 17 i (f) Plans and Special Provisions for Jamboree Road (Northbound) Resurfacing from Ford Road to 900 Feet South of Eastbluff Drive C-2197 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. AS TO FORM: CITY OF NEWPORT BEACH VybF Pro em I CITY All American Asahalt Contractw By Its Dan D..Sisemore, Presia'ent By �- Its Thomas Toscas. Secretar /Triiasurer CONTRACTOR ,� i o� e. �� .. -:. _�. „ �-�- t' i i ^4- — ^� 1� �r� •_f _ J' �. �� r ..\ / % � .... v � i i X i.�..' ... .�. . uexi�:r .��... ' .u: "m..4Y�. n.r.''.W -.+.'i sc�i�_..�ssiw ear 's_ _._ •.. __.. _. �� :. ..r �.. ... .. �.. :....11+� ` . • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT. SPECIAL PROVISIONS FOR JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE CONTRACT 2197 I. SCOPE OF WORK The work to be done under this contract consists of constructing an asphaltic con- crete overlay and "Petromat" portions of the roadway on Jamboree Road (northbound) as shown on the attached plan (R- 5425 -L), adjusting to finished grade existing utility frames within the limits of the resurfacing, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the Plan; the City's Standard S ecial Provisions and Standard Drawin for Public Works Construction, 1980 Edit on; and the Stan and Specifications for Public Works Construction, 979 Edition and Supplements to date. Copies of the Standard Specifications 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 estimated date of completion is September 30, 1981; however, the Contractor shall complete his work concurrent with and in coordination with the street widening and median reconstruction being done by the adjacent developer. No work shall begin until a schedule of work has been approved by the Engineer. III. GUARANTEE The Contractor shall guarantee and repair at his sole expense, for a period of one year after acceptance of the work by the City, any and all defects in materials and workmanship. IV. 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, Inc. The Contractor is advised that Jamboree Road is a high speed major arterial street carrying approximately 25,000 vehicles per day through the project area. The Contractor shall submit a written traffic control plan to the Engineer for his approval a minimum of two working days prior to the pre- construction meeting. The plan shall incorporate the following requirements: . ' • SP 2 of 3 1. A complete and separate drawing for each stage of construction proposed by the Contractor or required herein, showing the locations, directions, and durations of the work. 2. The location and signing of all signs, barricades, delineators, lights, warn- ing devices, temporary parking restrictions and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. 3. A minimum of two travel lanes shall be provided at all times, except that one eleven -foot (11'). delineated travel lane may be provided between 8:00 A.M. and 3:30 P.M. only. All intersections shall remain open. 4. Contractor shall cooperate and coordinate his work with the work and traffic control for J. M. Peters Development located at Jamboree Road and Ford Road; and for Jamboree Road widening. V. DEFINITION OF PROPOSAL ITEMS The unit prices to be paid for the items listed in the proposals shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work in place. 1. Asphalt Concrete Overlay This item shall include the furnishing and placing of 0.15- foot -thick asphalt concrete over the existing roadway surface. The overlay shall be done in accordance with Sections 203 -6, and 400 -4, of the Standard Speci- fications, except as modified and supplemented below: The asphalt concrete shall be Type III -C3 with 5.8 percent AR 4000 paving asphalt as the binder. A two -axle steel wheel roller of not less than eight (8) tons shall be used for compaction of the asphalt concrete. Prior to placing the A.C. overlay, a tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to the existing pavement. The Contractor shall fill and level all depressions, swales, and any other existing pavement distortions to form a smooth riding surface. Payment for asphalt concrete will be made at the unit price bid per ton of the actual quantity placed, complete in place. 2. Utility Adjustments This item shall be done in accordance with subsection 301 -1.6 "Adjustment of Manhole Frame and Cover Sets to Grade" and subsection 302 -5.7 "Manholes (and other structures)" of the Standard Specifications, except as modified below: Replace the second sentence in subsection 301 -1.6 "Adjustment of Manhole Frame and Cover Sets to Grade" with the following: Sewer, storm drain, water, and survey monument covers within the area to be paved shall be set to finished grade by the Contractor. r� LJ 3. Provide and Install Reinforcing Fabric " Petromat" SP3of3 This item of work shall include placement of " Petromat" reinforcing fabric prior to placement of asphalt concrete overlay as shown on the Plans, as directed by the Engineer and in accordance with the manufacturer's recom- mendations except as modified and /or supplemented below- The surface to be covered with fabric shall be free of dirt, dust, water and vegetation. Existing cracks between 1/8 inch and 1/4 inch shall be thoroughly cleaned and filled with crack filler. Large cracks or holes shall be repaired with cold mix or hot mix asphalt concrete. The asphalt binder shall be AR -4000 type paving asphalt conforming to the provisions of Section 203, "Bituminous Materials" of the Standard Specifi- cations. Asphalt binder shall be sprayed uniformly over the area to be covered with fabric at a rate of 0.20 to 0.30 gallons per square yard as . adjusted by the Engineer. Asphalt cutbacks shall not be used. Binder ap- plication should be accomplished with an asphalt distributor for all sur- faces and shall be applied at a temperature of not less than 2500 F. nor more than 3750 F. The Contractor shall place asphalt concrete overlay immediately following placement of the Petromat. The temperature of the asphalt overlay shall not exceed 2750 F. in order to prevent shrinkage and /or subsequent damage to the fabric. Payment for this item, including asphalt binder, sweeping, patching and preparing the existing surface shall be made at the price bid, per square yard of the actual quantity of Petromat fabric installed complete and in place. 2 ht� of GONSt EN t PRO✓ECT j¢B +CO LOCAT/ON- i i 149 ---70 t /4/f99 � � cK SEECVAIL„B„ PER SHEET 9 126 fV7 /8 .Qj unrR �ewgra ft"Y V /C /NPTY MAP SCALE: I' -*X' v 6'40 YAR /A9LE 4 FUTURE IV/Gt= N6 _ 0.I5 TN/CK MATCH /,¢QDABC� HWEXr _ 120f00_* Tl f�rEAM AS ✓AMBOREE ROAO. (NORTHBOUND LANES) FORD RD. TO 900'5 /O N. EASTBLUFFDR. lo6faot T rP /CAL STREET SECT /ON (NO SCALE) SEE DETAIL A " ' PER SHEET 2 O PROVICAE ANP INSTALL 1 98 +30 f REINFORCED FA13RIC "F;FTRo/✓1A o Co. BEGINNING OF CONSTRUC770N CITY OF LANES). 94+50 NOTL : PAVEMENT AREAS TO BE RESURFACED ARE SHOWN C9055 14ATCNED. DY10T QZA/+u I MA1/N DATE APPROVED Fi i i r rw%o�a rw PUBLIC WM WREC TO r SIO R.E. NO. DRI VE. C-21971 DRAWING No. R- 5425 - L SHEET / OF 3 (SEE SHEETS) MATCH LINE /0/ *00 MATCH L/HE 119*50f Irr-- I� l r I III III 1 99 *701 I s -14-1 I I I lob 4-80:t i I I /05t'0t- I 104170 ± /04 4-40{ 1 104 'Plot �� I 117. I 1/ 1 Zt I I 1 / 10/+70t I llc�p �\ MATCH LINE /0/ ,Ioot APO lO PROVIC;E AND INSTALL REINFORCED '40 FABRIC "PErROMAr" CITY OF NEWPORT BEACH 01"""'" °"TZ - - PUBLIC WORKS DEPARTMENT MrRmo DETA /L ":4" DRMNO NO. R- 5425 -L SHEET 2 OF 3 C MA�TCH� L!P ;Ifs fl !E 1 I �I BISON AW. /Z7 +¢7± O/ PROVIDE AND INSTALL RE /NFOMMD FABRIC "PEFROMAFO EM II I (I I i /23 +5bt I �1 I 1 I II I' II I I I �" I lzo +8ot II � II �I --1 Ito +oo t If � MATCHLINE //9+50± (9EE T 2 ) 1314- 90 t MATCH LINE 127 *47* s CHEPAIMMENT 1 Y ' ROAD AORTMB000ND PUBLIC WON aREc DETAIL "B" R.E. NO. A DRAWING NO. R - 5425- L SHEET 3 OF 3 0. ORIGINAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT is PR la JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE 2197 Contract No. $62,000 Engineer s Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 21:97 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 1. 1,750 Construct 0.15- foot -thick asphalt Tons concrete overlay, including tack coat @ Twenty -Six Dollars and Eighty -Five Cents $ 26.85 $ 46.98 ?.50 Per on 2. 1 Adjust manhole frame to finished Each grade @ Two Hundred Twenty-Five Dollars and Nn Cents $225.00 $ 225.00 Per Each 3. 16 Adjust water valve and survey monu- Each ment frames to finished grade @ One Hundred Fifty -Two Dollars and No Cents $152.00 $ 2,432.00 Per Each 0 JAMIT90 'o W 0 PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRI(E 4. 1 572 Provide and install reinforcing Square Yards fabric "Petromat" @ One Dollars and Fift -Nine Cents $ 1.59 $ 909.4B Per quare ar TOTAL PRICE BID WRITTEN IN WORDS: Fifty Thousand Five Hundred Fifty,-Thr� Dollars and Ninety -Eight Cents 267073A Contractor's License No. & Classification Rua; xqwj-�LGAZ (714 )973 -1484 Bidder's Telephone No. All American Asphalt Bidder P Authorized Signature/Ti le •TCY�1 ... :. • ... . ..: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 (ALTERNATIVE B) JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE. 2197 Contract No. $105,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Alt. PR la The undersigned declares that he has carefully examined the location of the work, has read, the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2197 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3,150 Construct 0.15- foot -thick asphalt Tons concrete overlay, including tack coat @ Twenty-:S.ix Dollars and Thirty —Five Cents $ 26,35 $ 83,00 ?,50 Per Ton 2. 1 Adjust manhole frame to finished Each grade @ Two Hundred Twenty -Five Dollars and No Cents $ 225.00 $ 225.00 er Each 3. 16 Adjust water valve and survey monu- Each ment frames to finished grade @ One Hundred Fifty -Two Dollars and Cents $ 15p n n _ $ 2gin„ er ac 0 0 • • Alt. PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 572 Provide and install reinforcing Square Yards fabric "Petromat" @ One Dollars and Fifty -Nine Cents $ 1.59 $ 909.4g Per Square Yard TOTAL PRICE BID WRITTEN IN WORDS (ALTERNATIVE B): Eighty -Six Th'husand Five H:undred-Sixty- Ei'ght":0ollars NiP&ty-Eight and Cents $ A ternative B 267073A All American Asphalt Contractors License No. Classification Bidder e (71 41 Telephone No Q7:?_1484 Bidder s . scK� Fresi -Aent Au horized Signature /T le M2 Tow[ & re Country Rd. Orange, CA 92668 Bidder's Ad ss wf' w J ..Y.'S +•'.� aK A ..�. �n.rndlN.. -ice . . �...... :' :��. �.. ♦ .r.y '.. • . 1 • . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 267073A Contr's Lic. No. & Classification July 28, 1987 Date All American Asphalt Bidder %4� Fresident Authorized Signature /Title • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following.listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1.Manhole Manhole Adjustors P.O. Box 7161, L.A. 90022 2. 3. 4. 5. 6. 7. 8. 9. 1M 11. 12. All American Asnhalt Bides i n ut orized Signature Tit e • BID BO [3D NO. B077047 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, ALL AMERICAN ASPHALT FREMONT INDEMNITY COMPANY Page 4 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 ($ 1o% 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 JAMBOREE ROAD NORTHBOUND RESURFACING 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 23RD day of 19 81 Corporate Seal (If Corporation) , (Attach acknowledgement of Attorney -in -Fact , BID OPENING: JULY 28, 1981 (2:30PM) ALL AMERICAN ASPHALT Principal BYy��yX�� ; .i President FREMO NDE C ANY Sure By OWEN M. BROWN, - Title Attorney -in -Fact ; s \ | f §_ { § \/\ {§k \` (� }! \� $/ � \\ }\ }/ \ \ } 0 C/) \ $ 2 �c \o} r �2} / { § I § 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given.or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 28th day of July , 1981 . My commission expires: December 16, 1983 All American Asnhatt Bidder President Authorized Signature7Title Notary Public OFFICIAL SEAL ANNETTE B. ARMSTRONG r Notary Public-Calitornia PRINCIPAL OFFICE IN ORANGE COUNTY My commission expires Dec. 16, 1 983 S�... Page 6' STATEMENT OF FINANCIAL RESPONSIBILITY. The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. B fdadae r P e idect Authors ed Signature itle 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 3/81 City of Garden Grove Mr. Van Bruggen (714) 638 -6886 5/81 City of Corona Mr. John'.Hogard (714) 736 -2201 6/81 City of Newport Beach Mr. Wong (714) 640 -2281 All American As halt BB%i der -� &��- ®�Presid,en -t_ uuthorized Signature it e RESOLUTION NO. 1'10 1 9.. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (NO. C -2197) TO ALL AMERICAN ASPHALT IN CONNECTION WITH RESURFACING JAMBOREE ROAD WHEREAS, pursuant to the notice inviting bids for work in connection with Jamboree Road (northbound) resurfacing from Ford Road to 900 feet south of Eastbluff Drive, and the plans and specifications heretofore adopted, bids were received on the 28th day of July, 1981 at 2:30 p.m., and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is ALL AMERICAN ASPHALT. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of ALL AMERICAN ASPHALT in the amount of $86,568.98 be accepted, and that the contract for the described work (Contract No. C -2197) be awarded to said bidder; and 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 day of AUG Z4 , 1981. ATTEST: City Clerk Mayor HRC /pr 8/10/81 63 r T0: CITY COUNCIL FROM: Public Works Department July 27, 1981 CITY COUNCIL AGENDA ITEM N0. -11 SUBJECT: JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE (C -2197) RECOMMENDATION: Confirm Public Work Department's Issuance of Addendum No. 1 to the subject contract. DISCUSSION: Subsequent to the preparation of the plans and specifications for the resurfacing of Jamboree Road northerly of Ford Road, it became apparent that combining this project with the paving of the widened por- tion adjacent to the J. M. Peters development would result in a lesser • public inconvenience and a better overall street surface. To accomplish this, J. M. Peters deleted the top 1 -3/4 inches of paving from their construction contract and agreed to reimburse the City for this work to be performed in conjunction with the City's contract. The Public Works Department issued Addendum No. 1, adding approximately 1,400 tons of asphalt paving to the originally estimated quantity. Bidders are required to bid both the original contract -- Alternate "A" and the re- vised amounts -- Alternate "B ". The Peters Company will deposit with the City the estimated cost of their share of the work prior to the start of the resurfacing. Benjamin B. Nolan Public Works Director • GPD:jd 1 � • E • C --1*q? #. 46,0 JUL 14 1991 By the C:i i Y CGUIVC:IL CITY OF t 4WPORT 6EACH TO: CITY COUNCIL FROM: Public Works Department July 14, 1981 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: JAMBOREE ROAD (NORTHBOUND) RESURFACING FROM FORD ROAD TO 900 FEET SOUTH OF EASTBLUFF DRIVE, C -2197. RECOMMENDATIONS: 1. Approve the plans and special provisions for this project. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m. on July 28, 1981. DISCUSSION: This project provides for an asphaltic concrete overlay on the northbound roadway of Jamboree Road as shown on the attached exhibit. The work is part of a continuing street maintenance program and will provide a smooth- riding surface with an adequate structural section for present and future traffic demands. The southbound lanes of Jamboree Road were overlaid in 1979. However, because of anticipated private development at the Ford Aeronutronics site, the resurfacing of northbound lanes was delayed so that the developer could install his utility connections and reconstruct medians prior to overlay. The Engineer's estimate for the work is $62,000. Funds in the amount of $60,000 were budgeted in Account No. 02- 3397 -209 for the subject project. If needed for award, additional funds will be taken from Account No. 02- 3381 -015, the Local Street and Alley Resurfacing and Reconstruction Program. The plans and special provisions were prepared by the Public Works Department. The estimated date of completion is September 30, 1981, depend- ing on coordination of the work with the street widening and median recon- struction being done by the adjacent developer. Ben amin B. Nolan Public Works Director &M u J- l4 /f< IZa -07/8 u� �3? 43 F0l�t. LOCATION 43 -70 t V/C/IAl/TY_ MAP SCALE: I " =I6OO' EYSgN Avg. � - --- - - - - -- 2'-�' l/AR/i4iiLE � FUTLIRc !VlGE,N BUG _ O /5'7 TGHFOKDAchavEU/T �I 1.7iTpr Ile MA 0 / F�ATl.2A5k_ ?wTj_`_ -- ._/20_-00_ L.. j� I JAMBOREE ROAD (NORTHBIXIND LANES) FORi7 RD. TO 9O0'S 10 N. EASTBLUFFDR /OS,:.iot TYPICAL STREET 6F0T ;0AI (NO SCALE) Q) PROVIOe ANv INSTALL 984 -30 f��IN�oRC�p�SIZ /c „P�T�oMA BEGINNING OF CONSTRUCTION LOCAl -,O/1) MAP No; �: Pil'. M -`NT AReA5 rO 8c fZE,50RFACEG� ASE SCA %.f l "-600' S140WN CfZO -153 NAT614EU. W Y` `• ( 1 ^ � :1 'J Y� . �� � ` aE�' ( ✓�'� FWiUC "ORKS DFPAR -rm1 zd1' PUBLIC .OW�i:+ .. - -- — 1,141E-S) FORD 70A D T(9 9(X9'S10 iii.? T3LUF F DR/ VF. c 1197 1)T2A;vIN(i NO. EXH /B /T p SHEET /