Loading...
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