HomeMy WebLinkAboutC-2226 - Jamboree & Bayside Drive, Local Street & Alley Resurfacing & Resurfacing Program, 1980-1981...... ....
October 21, 1981
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 Co.
Bonds No.: B209294
Project: Jamboree Rd. & Bayside Dr. Resurfacing
Contract No.: C -2226
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 the 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 326. 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
,rp�; I' PFT!IR,N TO
CITY (,'U P.K
i Ci'r( or NFWPORT EFACH
w 0 ORT GOUI.EVARD
h= fd�Q ^T BEACH. CALIF. 92663
NO COMMENTS
11580 r
E EMPT
NO'T'ICE OF COMPLETION
PUBLIC WORKS
BK 14250Po 326
.225 PM BCT 8 '81
I 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 and Bayside Drive Resurfacing
on which All American Asphalt, 932 fn F, ('n„nrSy Rd. Orange CA 92668
was the contractor, and Fremont Indemnity Company _
was the s t ^was completed.
>' /'T CITY OF NEWPORT BFACH
111 C E - �-
C1iV CLERK
OCT 191ga}� r_ . Publ ci Works Director
CIlY BEA,
NCWFORI CH VERIFICATION
CAllf. �
Vr
i signed, say:
\r'
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.
J .-, i �.' J - A, /.'
Public llorRs 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.
City Clerk
October 1, 1981
# 9
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 and Bayside Drive resurfacing,
Contract. No, C -2226 on which All American Asphalt was the Contractor
and Fremont Indemnity Company was the surety.
Please record and return to us.
}
Wanda E. Andersen
City Clerk
WEA:Ir
attach.
Cit}- IIall • 3300 Neu,port Bouleaard, NeNk-port Beach. California 92663
TO
C_ F
� . P r;K
rrry n,: N;,VjPn ^T BFA-H
- ;� r.ri�n�T ,3001_ =bAR0
P; _ •:nn ^I' nFA,CFI. CALIF. 92668
^line -mrrj %Ag
tiS{`i�u -firs F �U
NOTICE OF CO: PI,E -LION
PUBLIC WORKS
9
to All I.aborcrs and Material Men and to Every Other Person Interested
YOU Wll.,L PLEASE TAKE NOTICE that on September 28, 1981
the Public Works project consisting of Jamboree Road and Bayside Drive Resurfacing
(C -2226) _
on which All American Aq h� alt 9'S Tnw a ('n nr y Rd Orange CA 92669
was the contractor, and Fremont Indemnity Company
was the surety, was completed.
VERIFICATION
I. the undersigned, say:
CITY OF NEWPORT�JBFFACH
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.
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.
City Clerk
• i G - JCPOIC�
September 28, 1981
CITY COUNCIL AGENDA
ITEM NO. F -14
S E P 2 8 7991
TO: CITY COUNCIL By +h� CITY CoUt4M
FROM: Public Works Department011Y 14"'"T {EA2i
SUBJECT: ACCEPTANCE OF JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING (C -2226)
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 Bayside Drive and Jamboree Road
has been completed to the satisfaction of the Public Works Department.
The bid price was $50,642.40
Amount of unit price items constructed 52,199.34
Amount of change orders None
Total contract cost $52,199.34
Funds were budgeted in the General Fund.
The design engineering was performed by the Public Works Department
The contractor is All American Asphalt of Orange, California.
The work was completed on August 12, 1981, Exhibit attached.
Senj in B. Nolan
Public Works Director
GPD: jd
Att.
L*
�J SAN JOAQUIN
HILLS RD,
SAN PROJECT
N Tq LOCATION -
I 6
NOTE PAVEMENT AREA
RESURFACED AS
CROSS HATCHED
w yL PG
C
o ¢
CD �.
LOCATION MAP
SCALE I= 800'
VICINITY MAP
L
I THICK
77 --i �1
EXIST PVMT. — _ _ — _ _
_ _ y J
JAMBOREE ROAD - P.C.H. TO BAYSIDE DR,
BAYSIDE DR. - 850' W'LY JAMBOREE RD
TO 3C' E'LY JAMBOREE RD.
V
z 26' Z VARIABLE
0
1' THICK � MATCH EX. PVMT.
1
-� I.To tD 3°/ d FEATHER AS REOD{ --
JAMBOREE ROAD(NORTHBOUND LANES)
O SANTA BARBARA TO 315•N. PC.H.
— j1�'� ----- 46' I" THICK 5'
Lam— _EXIST. PVMT. J I
— -- —L_J
JAMBOREE ROAD (NORTHBOUND LANES)
P.C.H. TO 315' N. P.C.H.
TYPICAL CROSS SECTIONS
(NO SCALE)
CITY OF NEWPORT BEACH I DRAW" KA3. DATE
PUBLIC WORKS DEPARTMENT APPROVED /fj Al
JAMBOREE ROAD AND BAYSIDE DRIVE PUBLIC WORKS DIRECTOR
RESURFACING R.E.NO..?Ahm
C -2226 DRAWING No. R- 5413 -L
0 0
DATEjune 19 r 1981
CITY OF NEWPORT BEACH I
TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. 2226
OFFICE OF THE CITY CLERK
(714) 640-2251
Description of Contract-jambornp Road and Bayside Drive
Resurfacing
Effective date of Contract
Authorized by Resolution No. 10035 adopted on MY 11, 1981
Contract with All American Asphalt
Adress 932 Town & Country Rd.
Orange, CA 92668
Amount of Contract $ 50,642.40
WANDAi.9, l �,ANDERSEN
City Cl 'k
V,
4k
City flail 3300 Newport B(itlevard, Newport Beach, California 92663
5-81
TO:
FROM:
i 0
CITY OF NEWPORT BEACH
Public Works Department
City Clerk
OFFICE OF THE CITY CLERK
(714) 640 -2251
Date June 12 1981
SUBJECT: Contract No. 2226
Project Jamboree Road and Bayside Drive Resurfacing
Attached is signed copy of subject contract for transmittal
to the contractor.
F °h
Contractor: All American Asphalt
Address: 932 Town and Country Rd,
Orange, CA 92668
Amount: $ 50,642.40
Effective Date:
Resolution No. 10035 adopted on May 11, 1981
Wanda Andersen
Attachment
cc: Finance Department
1
City 1lall - 3300 Newport Boulevard, Newport Beach, California 92663
0
0
f}�
kr
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 p.m.
— -M
on the 29th day of A t me s s
Aril 19 81, at which met
opene and read for
JAMBOREE ROAD
, AN%' �DEDRVE RE'URFAC'
1t Te rro Je c NG
2226
Contract No.
$53,000
(INgLURING aDDEND i'm tQ 1
Engineer's Estimate
\LIPOVL"!A'
CITY CLERK
Approved by the City Council
this 26th day of Jan. 1981.
Andersen
City Clerk
ProspOctive bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach,"CA 92663.
For further,information, call Gilbert WO n at 640
-2281.
Project Engineer
i
.._ _ .... .. _ t
� � � �-
"r
�_... ...__. -- - ..._.r�,�
J , _ - - �.
PROPOSAL
JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING
Title of Project
2226
Contract No.
$53,000
(INCLUDING ADDENDUM N0. 1)
Engineers stimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
Page 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 this Contract 2226
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1,500 Construct 1" -thick asphalt concrete
Tons overlay, including tack coat .
@ Twenty -nine Dollars
and
No Cents $ 29.00 $ 43,500.00
Per Ton
12 Adjust sewer, water, and storm
Each drain manholes to finished grade
@ Two Hundred Fifty -five Dollars
and
No Cents $ 255.00 $ 3,060.00
Per Each
Page lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 10 Adjust water valve and survey monu-
ment covers to finished grade
@ One Hundred Seventy -five Dollars
and
No Cents $ 175.00 $ 1,750.00
Per Each
ADDENDUM NO. 1
4. 1,666 Provide and install reinforcing
Square Yards fabric "Petromat"
@ One Dollars
and
Fort Cents $ 1.40 $ 2,332.40
Per Square Yard
TOTAL PRICE BID WRITTEN IN WORDS:
Fifty Thousand Six Hundred Forty -two Dollars
and
Forty Cents $ 50,642.40
267073A
Contractor's License No. & Classification
April 29, 1981
Date
ALL AMERICAN ASPHALT
Bidder
S /Thomas Toscas, Sec. /Treas.
Authorized Signature /Title
939 Town & Country Rd Orange CA 92668 (714) 973 -1484
Bidder's Address Bidder's Telephone No.
0 a 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
April 29, 1981
Date
ALL.AMERICAN ASPHALT
Bidder
S /Thomas Toscas. Sec. /Treac_=
Authorized.SignaturelTitlee
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. Manholes Manhole Adjusters P.O. Box 7161, Los Angeles, CA 90022
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
All American Asphalt
Bidder
%s/ Thomas Toscas, Secretary /Treasurer
Aut on d Signature Tit e
FORWGINAL SEE CITY CLERK'S FILE A 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 an amount
of money equal to 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 I5 SUCH,
That if the proposal of the above bounden bidder for the construction of
Jamboree Road and Bayside Drive Resurfac
G
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 29th day
Of —April , 1981.
(Attach acknowledgement of
Attorney -in -Fact)
/s/ Barbara J. Bender
Commission Expires
June 15, 1984
All American Asphalt
Bidder
/s/ Thomas Toscas, Secretary /Treasurer
Authorized Signature /Title
Fremont Indemnity Company
Surety
By /s/ Owen M. Brown
Title Attorney -in -Fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any 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 29th day of April
19 81 •
My commission expires:
U• -I
All American Asphalt
Bidder
Thomas T js,, Secreta�yJTreasurer
Authorized Signature /Title
Annette
Notary Pub is
Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
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/ Thomas Toscas, Secretary Treasurer
Authorized Signature Title
• 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
1981
City
of
Newport Beach
1981
City
of
Costa Mesa
1981 City of Corona John Holgard
All American Asphalt
Bidder
Authorized Signature /Tit e
0
NOTICE
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 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
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.
Page 8
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 Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
Page 9
BOND NO. B209294
Executed in Four (4) Parts
PREMIUM FOR THIS BOND INCLUDED PAYMENT BOND
IN CHARGE FOR 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 May 11, 1981
has awarded to All American Asphalt
hereinafter designated as the "Principal ", a contract for
Jamboree Road and Bayside Drive Resurfacing C -2226
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 AMERICAN ASPHALT
as Principal, and FREMONT INDEMNITY COMPANY.
as Surety, are
held
firmly
bound unto the City of Newport Beach,
in
the sum of
FIFTY THOUSAND,
SIX
HUNDRED
FORTY TWO & 40 /100THS-------- -bollars
($
50,642.40
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 10
Payment 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 3RD day of JUNE 19 81
ALL AMERICAN ASPHALT (Seal)
Name of Contractor Principal
BY:�;?�'�,7s't -ai.r
Authorized Signature and Title
ut orize Signature an Title
App ved as to form:
C'ty Attorney
G
FREMONT INDEMNITY COMPANY _ _(Seal)''
Name of Surety
17nQ w_ Qn117
OWEN.M. BROWN, Attorney -in -Fact
1717 E. Lincoln Anaheim CA 92805
Address of
714. 956 -4603
elep one No. of Agent
• s
4 1
»= gg
lzo
; ® &r
\ \�\
!z°�
z\�»
\ \�
� \ \\
\ \/
/10
Lo zi
lam
2�
@ƒ
!§
/\
Cl-
\
/ )
/J)
ƒ�\
I /
\
3
>
)
/
e�
m�
df
w%
\
\�
[}
\ }
\ /
\ (
BOND NO. B209294 Page 11
Executed in Four (4) Parts
Premium: $304.00
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 May 11, 1981
has 'awarded to All American Asphalt
hereinafter designated as the "Principal a contract for
Jamboree Road and Bayside Drive Resurfacing C -2226
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
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FIFTY THOUSAND, SIX HUNDRED FORTY TWO a 40 /100THS---- - - - - -- Dollars ($50,642.40
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
0
Faithful Performance Bond (Continuedj':
Page 12
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 undiilhis bond.
IN WITNESS WHEREOF, this instrument.has been duly executed by the Principal and
Surety above named, on the 3RD day of JDNE 19 81
Approved as to form-
-City Attdrrey
ALL AMERICAN ASPHALT
ame of Contractor (Principal)
BY:., -
Authorized Signature and Title
Authorized Signature and Title
PREMONT INDEMNITY COMPANY _ "(Seal )-:
Name of Surety
MEN M. MUMN, ALLOIney- In -rauL
1717 E. Lincoln Anaheim, CA 92805
ddress 0f Agent
(714) 956 -4 603
Telephone No. of Agent
I
\) \
/ \ \
\ \\
2 \ �
\ {\k
}2
\
®)I \
§ )
§ /
§ )
)�
u
§ % )
/ f �
( )
]
\ \\\
\\�
� \\
\ \ \}
\ \�
:)$\
E\!\
)u k§
CERTIFICATE OF INSURANCE
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Page 13
A WESTERN EMPLOYERS INSURANCE
ny C
F11
ORANGE. CA 92668
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 OOO
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence lAggregate
x GENERAL LIABILITY
Comprehensive Form
Bodily Injury
$
$
Premises - Operations
t
x
Explosion & Collapse Hazard
Property Damge
$
$
x Underground Hazard
A]
Products /Completed - Operations
Hazard GIL
07-
Bodily Injury
xi] Contractual Insurance
481
4 -1 -a2
and Property
boo*
;00*
x&j Broad Form Property Damage
5211
Damage Combined
xK] Independent Contractors
xk] Personal Injury
Personal Injury
$
E] Marine
❑ Aviation
AUTOMOTIVE LIABILITY
xU Comprehensive Form
Bodily Injury
$
Each Person
$
Bodily Injury
x(t] Owned
Each Occurrence
B
Xn Hired
BA 01-
0481-
4 -1 -82
\
Pro ert Dama e
$
Bo ily Injury and
15211
)CE Non -owned
Property Damage
$500*
;N
Combined
EXCESS LIABILITY
❑ Unbrella Form
Bodily Injury
Other than Umbrella Form
and Property
$
$
Damage Combined
WORKERS' COMPENSATION
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
bef a the expiration date thereof, the Insurance Company affording coverage
s ide 30 days' advance notice to the certificate holder by mail,
n: Public Works Department
By: Agency:
thor' ed epresentative ate ssue
EN 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 & BAYSIDE DRIVE RESURFACING - CONTRACT NO. 2226
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.
0 • 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
( XX) Single Limit
each occurrence
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.
5. Designated Contract: JAMBOREE ROAD & BAYSIDE DRIVE RESURFACING- CONTRACT NO. 2226
Project Title and Contract No.).
This endorsement is effective 6 -3 -81
Policy No. BA 01 -0481 -15211
Named Insured ALL AMERICAN ASPHALT
t 12:01 A.M. and forms a part of
WESTERN EMPLOYERS
Name of Insurance Company INSURANCE COMPANY By
OWEN M.
• •
Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf 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
(4 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 applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: JAMBOREE ROAD & BAYSIDE DRIVE RESURFACING - CONTRACT NO. 2226
Project Title and Contract No.
This endorsement is effective 6 -3 -81 at 12:01 A.M. and forms a part of
Policy No-GL m - oaal -is i
Named Insured ALL AMERICAN ASPHALT F,40csemBa;t No.
WESTERN EMPLOYERS
Name of Insurance Company TNGrmnNCF romraNY BY
thorifed Representative
OWEN M. BROWN INSURANCE
CERTIFICATE
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
ALL AMERICAN ASPHALT
OERTIFICATE OF INSURANCE •
Page 13
ANCE COMPANIES AFFORDING COVERAGES
ny A
r
ny 8
r
ny
!r C MISSION INSURANCE COMPANY
ny D
!r
my E
!r
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
❑ 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
Bodily Injury
$
❑ Owned
Each Occurrence
Pro ert Dame e
$
❑ Hired
❑ Non -owned
Property Damage
$
Combined
EXCESS LIABILITY
*(REFER
TO PRIMARY CERTIFICATE
FOR
LOWER
C
In Unbrella Form
M 85
Bodily Injury
LIMITS)
❑ Other than Umbrella Form
52 37R
a -t -8z
and Property
$ 500*
$500*
Dama a Combined
IN EXCESS OF
PRIMARY
WORKERS'
to utor
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
hef a the expiration date thereof, the Insurance Company affording coverage
o0l ,prgvide 30 days' advance notice to the certificate holder by mail,
By
Agency:
6 -3 -81
((HHyy..LLnorizea Hepresentative ate
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 AND BAYSIDE DRIVE RESURFACING - CONTRACT NO. 2226
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.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING
CONTRACT NO. 2226
INDEX
TO
SPECIAL PROVISIONS
SECTION PAGE
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1
II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1
III. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 1
IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 1
V. DEFINITION OF PROPOSAL ITEMS . . . . . . . . . . . . . . . 2
1. Asphalt Concrete Overlay . . . . . . . . . . . . . . . 2
2. Utility Adjustments . . 2
3. Provide and Install Reinforcing Fabric "Petromat"
Addendum No. 1 . . . . . . . . . . . . . . . . . . 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
• SP 1 of 3
JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING
CONTRACT 2226
�
I SCOPE OF WORK
The work to be done under this contract consists of constructing an asphaltic con-
crete overlay on portions of the roadway of Jamboree Road and Bayside Drive, as shown
on the attached plan (R- 5413 -L), adjusting to finished grade utility boxes and manholes
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 Pro-
visions; the Plan; the City's Standard Special Provisions and Standard Drawings for
Public Works Construction 1980 Edition; the Standard Specifications for Public Works
Construction, 1979 Edition and 9 upplement.
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 Depart-
ment at a cost of $5.00.
II TIME OF COMPLETION
The Contractor shall complete all work within thirty (30) consecutive calendar days
following commencement of the specific work, or ninety (90) days after award, which-
ever comes first. 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 Build-
ing 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 Con-
tractor shall submit a written traffic control plan to the Engineer for his approval
a minimum of 2 working days prior.to commencing any work. The plan shall incorporate
the following requirements:
• SP2of3
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, warning
devices, temporary parking restrictions and any other details required to
assure that all traffic will be handled in a safe and efficient manner with a
minimum of inconvenience to the motorists.
3. A minimum of one eleven (11) foot delineated travel lane in each direction
shall be maintained at all times, and all intersections shall remain open.
4. Lane closure for the southbound lanes on Jamboree Road shall not be permitted
after 3:30 P.M.
5. Contractor shall cooperate and coordinate his work, with the work and traffic
control for Balboa Island Bridge Reconstruction, Peter Kiewit Sons' Company,
Contractor;and for Jamboree Road widening, R. J. Noble and All American Asphalt,
Contractors.
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 one inch (1 ") thick
asphalt concrete over the existing roadway surface. The overlay shall be done
in accordance with Section 203 -6 "Asphalt Concrete" and Section 302 -5 "Asphalt
Concrete Pavement ", of the Standard Specifications, except as modified and
supplemented below:
The asphalt concrete shall be Type III -C3 with 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.
The Contractor shall fill and level all depressions, swales, and any other
existing pavement distortions to form a smooth riding surface. Pavement for
asphalt concrete will be made at the unit price bid per ton of the actual
quantity placed, complete in place.
Jamboree Road northbound t 160 feet south of Pacific Coast Highway, the Con-
tractor shall construct a five (5) foot feather joining the existing metal
traffic detector.
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:
• • SP 3 of 3
Sewer, storm drain, water, and survey monument covers within the area to be
paved shall be set to finished grade by the Contractor.
ADDENDUM N0. 1
3. Provide and Install Reinforcing Fabric "Petromat"
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 exact temperature to be determined by the Engineer.
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.
_4
/ SAN JOAQUIN
HILLS D.
M - SANrq PROJECT
OCCAT ON
9
0 9��9
NOTE: PAVEMENT ARE
RESURFACED A
CROSS HATCHE
w
w
LOCATION MAP
SCALE I'- 800
VICINITY MAP
ml
�_— a_----- - - - - --
JAMBOREE ROAD - P.C.H. TO BAYSIDE DR.
BAYSIDE DR. — 850 W LY JAMBOREE RD
TC 3C' E'LY JAMBOREE RD.
2
LL
V
Z I
26' z
VARIABLE
0
_ -
I� THICK
MATCH EX. PVMT.
. 1.7°/ to 3°/
9 FEATHER AS REODf!_
L- XI V
- - -_ --TJ f
-.
- -
- -- ---� -J
JAMBOREE ROAD
(NORTHBOUND LANES)
OI
g
SANTA BARBARA
TO 315'N. PC.H.
—11� -- 46
I
THICK 5
EXIST. PVMT
I
JAMBOREE ROAD
(NORTHBOUND LANES)
P.C.H. TO 315' N.
P.C.H.
TYPICAL CROSS SECTIONS
(NO SCALE)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD AND BAYSIDE DRIVE
RESURFACING
C -2226
DRAWN H•U• DATE NOV,
APPROVED
PUBLIC WORKS DIRE
R.E. NO.
DRAWING No. R- 5413 -L
t
save
NEWPORT w
/NN
33tS0
* 7S
2ota�t
BACK 6wy DR lye
CITY OF NEWPORT
PUBLIC WORKS DEPART
JAMBOREE ROAD AND BAYSIDE
RESURFACING
ADDENDUM NO.I C-
/O P.ea✓ /DE ANO /NS7AL L
.PE /NFORGEMEN7 FA��P /C
(PETROMAT)
?.32 BC. 1 II
III
I
MATCf/ L /NE
DRIVE
226
7
DRAWN K.G. DATE
APPROVED
33 tso
PUBLIC WORKS DIRECTOR
R.E. NO. L260A
DRAWING NO. R- 5413 -L
THIS AGREEMENT, entered into this �y of ' 19 C/ ,
by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and
All American As halt , hereinafter "Contractor, is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
ide Drive Resurfacing C -2226
Project Contract No.
(b). Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Jamboree Road and
e
ide Drive
C -2226
Contract o.
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.Fift
Thousand Six Hundred Forty -Two Dollars and.Forly Cents ($50,642:40-) ,
This compensation includes (1) any_loss or. damage arising from the nature of the
work; (2) any loss or damage arising from.any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work_; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of.the respective rights and obligations.of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced .therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Page 17
M Plans and Special Provisions for Jamboree Road and
Bayside Drive Resurfacing C-2226
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.
CITY Of NEWPORT BEACH
all W� 1A 0
❑nnOnUrn AC 7f% EMU.
CITY
• r�
f
�
�
a
�`�/ �,.
June 10, 1981
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING, C -2226
Attached are four copies of the subject contract documents.
Please have executed on behalf of the city, retain your copy and
the insurance certificates, and return the remaining copies to
our department.
Gilbert Wong
Project Engineer
GW:em
Att.
i r
PROPOSAL
aPage la
JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING
Title of Project
2226
Contract No.
$53,000
(INCLUDING ADDENDUM N0. 1)
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 this Contract 2226
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1,500 Construct 1" -thick asphalt concrete
Tons overlay, including tack coat.
@ Twenty -Mine Dollars
and
No Cents $ 29.00 $ 43..500.00
Per Ton
2. 12 Adjust sewer, water, and storm
Each drain manholes to finished grade
@ Two Hundred Fifty -Five Dollars
and
No Cents $ 255.00 $ 3,060.00
Per Each
• 0
3. 10 Adjust water valve and survey monu-
ment covers to finished grade
Page lb
@ One Hundred Seventy -Five Dollars
and
No Cents $5.00 $ 1.750.00
Per Each
ADDENDUM NO. 1
4. 1,666 Provide and install reinforcing
Square Yards fabric "Petromat"
@ One Dollars
and
Forty Cents $1.40 $ 2,332.40
Per Square Yard
TOTAL PRICE BID WRITTEN IN WORDS:
Fifty Thousand Six Hundred Forty -Two •Dollars
and
Fortv Cents $ 50,642..40
267073A
Contractor's License No. & Classification
All American Asphalt
Bidder
April 29, 1981
Date
Sec /Treas
Authorized Signature /Title
932 Town & Country Rd., Orange, Ca. 92668 714/973 -1484
Bidder's Address Bidder's Telephone No.
0 0 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
April 29, 1981
Date
All American Asphalt
Bidder
Sec /Treas.
Authorized.Signature /Title
•
DESIGNATION OF SUBCONTRACTOR(S)
0 Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1. Manholes Manhole Adjusters P.O. Box 7161. Los Angeles
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
,
Ca. 90022
All Amer 1 n Asphalt
Bidder
7�<<„, „� -_._ Sec Treas.
Authorized Signature 4ti e
•
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.
All American Asphalt
Bidder
Sec /Treas.
Authorized Signature /Title
Subscribed and sworn to before me
this 29th day of April
19,81 .
My commission expires: 12/16/83
December 16, 1983
Notary PuElic
OFFICIAL SEAL
AB.ARMSTRONG
e Notary otary Public-California
PRINCIPAL OFFICE IN
ORANGE COUNTY
My commission expires Dec. 16, 1983
•
• 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
Sec Tr a
Authorized Signature Tit e
0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Colleted For Whom Performed (Detail) Person to Contact Telephone No
1981 City of Newport Beach
1981
City
of
Costa Mesa
1981
City
of
Corona John Holgard
All American Aaphait
Bidder
Sec Tre
uthorized Signature /Title
0
0
FREMONT INDEMNITY COMPANY
HOME OFFICE LOS ANGELES. CALIFOFNIA
BID BOND
Bond No. B077047
KNOW ALL MEN BY THESE PIESENTS,
ALL AMERICAN ASPHALT
That
(hereinafter called the Principal)
as Principal, and she FREMONT INDEMNITY COMPANY, is corporation created and existing under the laws of the Slate of California,
with its principal office in the City of lot Angeles, California (hereinafter called the Surety) as Surety, are held and Brinfy bound unto
CITY OF NEWPORT BEACH
(hereinafter called the Obligee),
In the full and just sum of
AN AMOUNT OF MONEY EQUAL TO TEN PERCENT OF THE TOTAL BID IN -----
--------------- Lellara
($10% OF BID ) good and lawful money of the United Slates of America, to the payment of which sum of money well and truly to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and
sewmlly, Firmly by these presents.
Signed, sealed and doled this ?drru —day of APRIL AD., 1951
THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award to the Principal for
JAMBOREE ROAD AND BAYSIDE DIRVE RESURFACING
BID OPENING: APRIL 29, 1981
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter Into a contract with
the Oblige In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with the
FREMONT INDEMNITY COMPANY, as Surety, or with other suretv or sureties approved by the Obligee; or of the Principal shall. in case of
failure So to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty Of this bond,
then this obligation shall be null and veld; otherwise it shall be and remain in full force and effect.
In Testimony Whereof, the Principal and Surety have caused these Presents to be duly signed and sealed.
WITNESS; ALL AMERICAN ASPHALT (Seal)
(Seat)
RY • // r. - � -..-� /r "a..� � �F_ =` c (Seal)
(If Individual or Firm
ATTEST-
Principal �y—� Ad)
�.i Piil ti
(If Corporation) " Y
by
OWEN BR r Allornq -m.
STATE OF CAtIPORNIA1
COUNTY OF
ORANGE
On this 24TH day of�S3L
19_ B, before me
BARBARA J. BENDER a Notary Public, in and for the County and
Stale aforesaid, residing therein duly commissioned and sworn, personally appeared
OWEN M. BROWN
pFFiD1Al SEJIL ne to me to be the Attorney-in -Fad of FREMONT INDEMNITY COMPANY, the Corporation
e'e�� 1, ewyKS that ecuted the within imhvm a d also known to me to be rM person who executed the within
NDMART �X- �sotr en1 on behalf of the ' a Tian th in named and ackn ged to me that such Corpora.
oa ^ couKrym oslion ecvled the wines
Illy Comm. Expires lure L5, 1984
Notary Public in and for the Slate of California, Coun el ORANGE
SUP 15
0 0
9301138 .1
Kv,�
b
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING, C -2226
RECOMMENDATION:.
May 11, 1981
CITY COUNCIL AGENDA
ITEM NO. F- 2af-�
1. Adopt a resolution awarding Contract No. 2226 to All- American
Asphalt for $50,642.40 and authorizing the Mayor and the City
Clerk to execute the .contract.
DISCUSSION:
The fallowing five (5) bids were opened and read in the Office of the
City Clerk at 2:30 P.M. on April 29, 1981:
Bidder Amount Bid
1. All- American Asphalt $50,642.40
2. Sully- Miller Contracting Co. 51,759.00
3. Robert Escudero Inc. 60,498.70
4. Griffith Co. 61,008.32
5. Vernon Paving Co. 69,023.50
The low bid is 4% lower than the Engineer's estimate of $53,000.
The project provides for an asphaltic concrete overlay on the existing
pavement areas of Jamboree Road and Bayside Drive shown on the attached exhibit.
The work is part of a continuing street maintenance program which will provide a
smooth riding surface with an adequate structural section for present and future
traffic demand.
A portion of the funds from Budget No. 02- 3397 -209, for the resurfacing
of Jamboree Road between Ford Road and Eastbluff Drive and between Campus Drive
and MacArthur Boulevard, will be used for this project. The shift of project
limits will permit the City to overlay northbound Jamboree Road concurrently
with the adjacent Sea Island Tract's widening of northbound Jamboree Road.
The plans and specifications were prepared by the Public Works Depart-
ment. The project is scheduled to be completed by August 7, 1981.
Benja in B. Nolan
Public Works Director
GW:LD:jo
Att.
`-1
SAN JOAQUIN
HILLS RD.
SAN PROJECT
N Tq LOCATION
B
O�
NOTE
0
Sg
WCATIO__ N _MAP
SCALE F= 800
PAVEMENT ARE
RESURFACED A
CROSS HATCHE
i,
L
VICINITY MAP
JAMBOREE ROAD-P.C.H. TO BAYSIDE DR.
BAYSIDE DR. - 850' W'LY JAMBOREE RD
TC 317' E'LY JAMBOREE RD.
CITY OF NEW
PUBLIC WORKS
TYPICAL CROSS SECTIONS
(NO SCALE)
JAMBOREE ROAD. AND BAYSIDE DRIVE
RESURFACING
0-2226
APPROVED
DATE
PUBLIC WORKS DIRECTOR
R.E. NO. 13AWL
DRAWING NO. R- 5413 — L
—T;
.I" THICK °
MATCH EX. PVMT.
'� 1.7 °/ to 3 °/
B FEATHER AS REO'Dr—
L� �_ _
__ __ - - ?J r
I JAMBOREE ROAD (NORTHBOUND LANES)
O
SANTA BARBARA
TO 315'— N.�P.CC..H.
46'
I"
EXIST.
THICK
PVMT.
-i I
-I _J
JAMBOREE ROAD
(NORTHBOUND LANES)
P.C.H. TO 315' N.
P.C.H.
CITY OF NEW
PUBLIC WORKS
TYPICAL CROSS SECTIONS
(NO SCALE)
JAMBOREE ROAD. AND BAYSIDE DRIVE
RESURFACING
0-2226
APPROVED
DATE
PUBLIC WORKS DIRECTOR
R.E. NO. 13AWL
DRAWING NO. R- 5413 — L
RESOLUTION NO. O O3
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
(NO. 2226) TO ALL - AMERICAN ASPHALT IN
CONNECTION WITH THE RESURFACING OF JAMBOREE
ROAD AND BAYSIDE DRIVE PROJECT
WHEREAS, pursuant to the notice inviting bids for work
in connection with the plans and specifications heretofore
adopted, bids were received on the 29th day of April, 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 $50,642.40 be accepted, and that the contract for
the described work (Contract No. 2226) 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.
ATTEST:
ADOPTED this lygrj day of , 1981.
Mayor
City Clerk
HRC /pr
5/11/81
0
RESOLUTION NO. 1.0 0 J
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
(NO. 2226) TO ALL - AMERICAN ASPHALT IN
CONNECTION WITH THE RESURFACING OF JAMBOREE
ROAD AND BAYSIDE DRIVE PROJECT
WHEREAS, pursuant to the notice inviting bids for work
in connection with the plans and specifications heretofore
adopted, bids were received on the 29th day of April, 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 $50,642.40 be accepted, and that the contract for
the described work (Contract No. 2226) 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.
ATTEST:
ADOPTED this MAY ►f day of , 1981.
Mayor
City Clerk
HRC /pr
5/11/81
C
t�
m
m
=l
rl
a
mCl) --i
Zz�
z58 F
m n
Cn z "
�,
Cn
-
�
c
�
II�
�ii�uinium�t
Y�lu��l
,II
w
�
nme
1111111111111111111
!%I
II��N��
mCl) --i
Zz�
z58 F
m n
Cn z "
m p--1_
Pl
�Ilu
l
0
�,
Cn
-
�
c
m p--1_
Pl
�Ilu
l
0
is
S
ri
r�
0 zz —i
z >
m n
uiZV
s
00"
I
Cn
n
D3
�
3
3
.o
c
�
iTl
3
2
O
•v
�
V
n
� 1
� n
r
L
n
J
Ar`
i
t.
f
i
I I
I
I
C
I ;
1
0 zz —i
z >
m n
uiZV
s
00"
�►R
r
a
Cn
n
D3
�
3
3
.o
�►R
r
a
Cr
S
n
m
mr>-4
zo-
c� z -i
z�F,
ma
M
m � �
cn
`n
V
J
7
J
On
INNER
AIYIYI���Y
mr>-4
zo-
c� z -i
z�F,
ma
M
m � �
rA
cn
`n
V
J
7
J
rA
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
April 15, 1981
I certify (or declare) under penalty of perjury that the
foregoingg� e and correct. Dated at Newport
Bea, h life nia thisl5dayof Apr i,11981
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
r
This space is for the County Clerk's Filing Stamp
A
Notice
Proof of Publication of
#2226
PROOF OF PUBLICATION
PUBLIC NOTICE
NOTICE INVITING BUDS
Seeded bide may be rebeived of the
office of the City Clark, 3300 Newport
Bbd.; Newport Bwch, Ca 92663 until
2:30 p.m. on W 29th day of April,
1981, .t whmh time such bidd 6.11 be
opened and read for
JAMBOREE ROAD AND BAYSIDE
DRIVE RESURFACING
CONTRACT NO. 2226
ENGINEER'S ESTIMATE: $53,000
(INCLUDING ADDENDUM NO. 1)
App ned by the City Cmmal this
25th day of laauery,'19j1. Si9aed:
Wanda E. And., City PEerk .
Prospective bidden my obtain one
set of bid documents at no cat at the
.Riff of the Pubbc Work. Department,
3300 Newport Blvd., Newport Beach.
CA 92@63.
For further information, call GUbed
Wong, projeol m9iater, at 640 -2281.
Publish: AprO 15, 1981 is The
Newporl8oaigv. NE664
�A 7- 409SNG -0
0
By tha Ci i Y COUNaiL
CITYFW KWP=UUfaA)C:H
FROM: Public Works Department
January 26, 1981
CITY COUNCIL AGENDA
ITEM NO. fi -1 4
SUBJECT: JAMBOREE ROAD AND BAYSIDE DRIVE RESURFACING, C -2226
RECOMMENDATIONS:
1. Approve the plans and special provisions for this project.
2. Authorize the City Clerk to advertise for bids at a date to
be determined by the Public Works Director in the near
future.
DISCUSSION:
This project provides for an asphaltic concrete overlay of certain
sections of asphalt pavement in Jamboree Road and Bayside Drive shown on the
attached sketch.
The southbound lanes of Jamboree Road were overlaid in July of 1980.
However, due to the pending development of the Sea Island tract, the resur-
facing of northbound lanes was delayed until now so that (1) the developer could
install his utility connections prior to the overlay, and (2) the developer's
paving to widen Jamboree Road northbound could be placed at the same time the
City paves the northbound lanes.
It appears that the Sea Island tract developer may widen Jamboree Road
northbound within the next two months. Since it will be advantageous to overlay
concurrently with the developer's work, staff requests that the date of adver-
tisement for bids be determined by the Public Works Director as the date for
the Sea Island tract widening of Jamboree Road northbound becomes firm.
The Engineer's estimate for the work is $50,000. Sufficient funds
have been provided in the 1980 -81 budget under project number 02- 3397 -209. The
plans and special provisions were prepared by the Public Works Department.
Benjamin B. Nolan
Public Works Director
LD:jd
Att.
SAN JOAQUIN
HILLS RD.
Sq PROJECT
a �Tq LOCATION--- -
� Bo
NOTE: PAVEMENT AREAS TO BE
RESURFACED ARE SHOWN
CROSS HATCHED.
w
w
ir
0
m
S:I
Q
7
LOCATION MAP
SCALE I'= 800
CITY
VICINITY MAP
W
JAMBOREE ROAD - P.C.H. TO BAYSIDE DR.
BAYSIDE DR. - 850' WILY JAMBOREE RD
TO 30' E'LY JAMBOREE RD.
TYPICAL CROSS SECTIONS
(NO SCALE)
11
JAMBOREE ROAD AND BAYSIDE DRIVE
RESURFACING
DRAWN MAX DATE
APPROVED A
PUBLIC WORKS DIRE
R.E. NO.
DRAWING No, R- 5413 -L
OF I
LL
U
0 26' ?
VARIABLE
_
I' THICK
—n
1.7 °/ fo 3 °/
'I
MATCH EX. PVMT
9 FEATHER AS REOD:'_
i
I JAMBOREE ROAD(NORTHBOUND
LANES)
O SANTA BARBARA
TO 315'N. PC.H.
—i,� 461
I'
THICK "5'
r
� = = =jL1—
_EXST.
I PVMT
J I
- - - -- L_J
JAMBOREE ROAD
(NORTHBOUND LANES)
P.C.H. TO 315' N.
P.C.H.
TYPICAL CROSS SECTIONS
(NO SCALE)
11
JAMBOREE ROAD AND BAYSIDE DRIVE
RESURFACING
DRAWN MAX DATE
APPROVED A
PUBLIC WORKS DIRE
R.E. NO.
DRAWING No, R- 5413 -L
OF I