HomeMy WebLinkAboutC-2232 - Dover Drive Reconstruction and Resurfacing from Cliff Drive to Irvine Avenue� SEW P °Rr
° e CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
October 21, 1981
All American Asphalt
932 Town & Country Road
Orange, CA 92668
Subject: Surety: Fremont Indemnity Company
Bonds No.: B209299
Project: Dover Drive reconstruction
Contract No.: C -2232
The City Council on September 28, 19.81, accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has been
filed.
Notice of Completion was filed with the Orange County Recorder on
October 8, 1981 in Book No. 14254 Page 325. Please notify your surety
company that the bonds may be released 35 days after this recording date.
//v I
Wanda E. Andersen
City Clerk
WEA:lr
cc: Public Works
File
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
PLEASE Rt IURN TO
CITY CLEicK
CITY OF MUNPORT BEACH
.=: D
300 N IPCFJ BOULEVARD
NcWPOPT rTACH. CALIF. 92663
CS
m
Z
zo
w
W NOtrti�:���: �a'I
�W
Ix
1157'9
EXEMPT
C8
NOTICE OF COMPLETION
PUBLIC WORKS
BK 1 4250p 325
R OFFICIAL RECORDS
OUNTY. CALIFORNIA
OCT 8 '81
BRANCH.
'I o All Laborers and Material Men and to Every Other Person Interested:
YOLT WILL PLEASE TAKE NOTICE that on September 28, 1981 _
the Public Works project consisting of Dover Drive reconstruction from Cliff Drive
to Irvine Avenue (C -22321 _
on which A11 Ame halt, 932 Town $ Country Road, Orange, CA 92668
was the contrac t !..,,e t Indemnity Company _
was the curet f/ a���c,R glet.c a.
01 1g19aw _`` CIT OF NEWPORT FACH
6 fI Rt gEPCN,
l PO Publi Works Director
E'Pl CA�14. r
VERIFICATION
I
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Fxecuted on October 1, 1981 at Newport Beach, California.
Publi 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
October 1, 1981
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Lee A. Branch
County Recorder
P.O, Box 238
Santa Ana, CA 92702
Dear Mr, Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Dover Drive reconstruction from Cliff Drive
to Irvine Avenue, Contract No. C -2232 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:lr
attach.
I
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
CII`i CLi:aK
CITY OF NF1A'PORT HACH
:30n NF.tNPGRT 130ULF:';ARD
N�LVPORT FFACK CALIF. 92663
NO
NOTICI: OF COMPI.ETION
PUBLIC WORKS
"to All Laborers and ;Material tvten and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 28, 1981 _.
the Public Works project consisting of Dover Drive reconstruction from Cliff Drive _
to Irvine Avenue (C -22.32) _
on which All American Asphalt, 932 Town F, Country Road, Orange, CA 92668
was the contractor, and Fremont Indemnity Company
was the. surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
l
Publi 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 Iforks 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
0 • c - '9�
September 28, 1981
CITY COUNCIL AGENDA
ITEM NO.
TO: CITY COUNCIL py the CITY COUNCIL
ClTy OF 1410mT 6604'►
FROM: Public. Works Department
SUBJECT: ACCEPTANCE OF DOVER DRIVE RECONSTRUCTION AND RESURFACING FROM
CLIFF DRIVE TO IRVINE AVENUE (C -2232)
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 and reconstruction of Dover Drive
has been completed to the satisfaction of the Public Works Department.
The bid price was $139,485.00
Amount of unit price items constructed 152,222.61
Amount of change orders None
Total contract cost 152,222.61
Funds were budgeted in the General Fund.
The quantity of the street reconstruction, both in area and depth,
was somewhat more than had been anticipated, resulting in the increase in the
amount of unit price items constructed.
The contractor is All American Asphalt of Orange, California.
The contract date of completion was July 24, 1981. The Air Quality
Management Department would not permit the contractor to start the heater
scarifying until suitable weather conditions existed, thus delaying the project
nearly two months. The work was completed on September 10, 1981.
X4
Benjamin B. Nolan
Public Works Director
GPD:jd
ALL /AmL2�cAvv
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work."
Date
Signature
�G�M4G /C6�r
17OVQ,R 1�2�Ve ��Cor�S'�-2uc,�iC)� w- �e.SvQ�aer(1� �Ow�
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
OFFICE OF THE CITY CLERK
(714) 640 -2251
Date June 19, 1981
SUBJECT: Contract No. 2232
Project Dover Drive Reconstruction From Cliff Drive
to Irvine Ave.
Attached is signed copy of subject contract for transmittal
to the contractor.
Contractor: All American Asphalt Co.
Address: 932 Town and Country Rd.
Orange, CA 92668
Amount: $ 139,485.00
Effective Date:June 8, 1981 authorized by R -10057
Resolution No. 1h057
ZiVA A&��
Wanda Andersen
Attachment
cc: Finance Department
Cite Ilall • 3300 Newport Bonlc%,ard, Newport Beach, California 92663
DATE June 19 i 1981
CITY OF NEWPORT BEACH
TO: FINANCE DIRECTOR
OFFICE OF THE CITY CLERK
(714) 640 -2251
FROM: City Clerk
SUBJECT: Contract No 2232
Description of Contract Dover Drive Reconstruction
from Cliff Drive to Irvine -Ave.
Effective date of Contract June 8, 1981
Authorized by Resolution No. 10060 adopted on June 8,1981
Contract with All American Asphalt Co.
Adress 932 Town and Country Rd.
Orange, CA 92668
Amount of Contract'$ 119,485.00
/s/ Wanda E. Andersen
WANDA E. ANDERSEN
City Clerk
City IIall • 3300 Newport Boulevard, Newport Beach, California 92663
5 -81
i+ f
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:60 A.M.
on the 28th day of May ,1981, at which —Mme suc s
shall be opened and read for
DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE.AVENUE
Title of Project
2232
Contract No.
$142,000
Engineers Estimate
\t/ FORK/
Approved by the City Council
thisy11th day.of May ,1981.
Wanda Andersen
City Clerk
` Prospective 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 Wona at 640 -2281.
Project Engineer
j
. • PR la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE AVENUE
CONTRACT NO. 2232
PROPOSAL
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 2232
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. 1,400 Reconstruct existing pavement with asphalt
Tons concrete (includes excavation and subgrade
preparation).
@ Forty -Five Dollars
and
No Cents $ 45.00 $ 63,000.00
Per Ton
2. 17,000 Heater scarify and rejuvenate existing
Square Yard A.C. Surface.
@ No Dollars
and
Fifty - Nine Cents $ .59 $ 10,030.00
Per Square Yard
3. 2,100 Construct asphalt concrete overlay.
Tons
@ Twenty -Seven Dollars
and
Ninety -Five Cents $ 27.95 $ 58,695.00
Per Ton
• 0 PR lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 28 Adjust storm drain and sewer manhole covers
Each to finished grade.
@ One hundred seventy Dollars
and
No Cents $ 170.00 $ 4,760.00
Each
24 Adjust valve and monument covers to
Each finished grade.
@ One hundred twenty -five Dollars
and
No Cents $ 125.00 $ 3,000.00
Each
TOTAL PRICE.WRITTEN IN WORDS:
One Hundred Thirty -Nine Thousand Four Hundred Do4e4 -�
and -
Eighty -Five Dollars and no /100 Cents $ 139,485.00
267073 A All American Asphalt
Contractor's Lic. No. & Classification Bidder
May 28, 1981 /s/ Tmas Toscas, Secretary /Treasurer
Date Authhoorized Signature /Title
932 Town and Country Road, Orange, CA 92668 (714) 973 -1484
Bidder's Address Bidder's Telephone Number
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.
267073 A
Contr's Lic. No. & Classification
May 28, 1981
Date
All American Asphalt
Bidder
/s/ Thomas Toscas, Secretary /Treasurer
Authorized Signature /Title
u
DESIGNATION OF SUBCONTRACTOR(S)
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 Adjustinq Contr., P.O. Box 7161, Los Anqeles, CA
N
0
4.
5.
6.
7.
8.
9.
10.
11.
12.
All American Asphalt
Bidder
/s/ Thomas Toscas, Secretary /Treasurer
Authorized Signature/Title
M BOND NO. B077CO Page 4
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
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 IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Dover Drive Reconstruction and Resurfacing
from Cliff Drive to Irvine Avenue C -2232
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day
of May , 1981.
(Attach acknowledgement of
Attorney -in -Fact)
/s/ Barbara J. Bender Notary Public
commission expires
June 15. 1984
All American Asphalt
/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 28th day of May
1981 .
My commission expires:
December 16, 1983
All American Asphalt
Bidder
/s/ Thomas Toscas, Secretary /Treasurer
Authorized Signature /Title
/s/ Annette B. Armstrong .
Notary Public
M 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
/sJ Thomas Toscas, Secretary /Treasurer
Aut orized Signature /Title
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed. For Whom Performed (Detail) Person to Contact Telephone No
1981 City of Costa Mesa Craig McConnell 754 -5343
1981 City of Garden Grove Mr. Van Bruggen 638 -6821
1980 Citv of Westminster Jim Stillwell 898 -3311
All American Asphalt
/s/ Thomas Toscas, Secretary /Treasurer
Authorized Signature /Title
11
NOTICE
6 Page 8
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.
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.
KNOW ALL MEN BY THESE PRESENTS., That
6 Page 9
BOND NO. B209299
Executed in Four Parts
PAYMENT BOND Premium for this bond included
in charge for Performance Bond
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 8, 1981
has awarded to All American Asphalt
hereinafter designated as the "Principal ", a contract for Dover Drive Reconstruction
and Resurfacing from Cliff Drive to Irvine Avenue C -2232
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 FR040NT INDEMNITY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
OM wrTNnRRn TNTRTV NINF. THOncAND,, POUR HUNDRED EIGHTY FIVND0llars.($139,485.
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
Payment Bond (Continued)
Page 10
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 11TH day of JUNE 19 e1
I
Approved as to fo
CilFyVttorn6y
ALL AMERICAN ASPHALT .l(Seal)
Name of Contractor Principal
BY:
Authorized Si nature and Title
-Authorized Signature and Title
FREMONT INDEMNITY COMPANY (Seal)
Name.of Surety
1709 W. Stre s geles, CAS 9004'/,'
Addres o Su
BY:
i ire an it e o Authorized gent
OWEN,M. BROWN, Attorney -in -Fact
1717 E. Lincoln, Anaheim, CA 92605
ddress of Agent
714).956 -4603
elep one No. of Agent
STATE OF CALIFORNIA
ORANGE } SS.
County of 1
t On this 11TH day of __ JUNE _ , 19-8-1, before me
BARBARA J. BENDER __, a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
OWEN M. BROWN
known to me to be the Attornev -in -Fact of Fremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
person who executed the w4hin instrument on behalf of the Corporation therein
named and acknowledeurtd me tkat such ComorakiQexecuted the same.
Notary Public in and for the State of California, County of ORANGE ^�
sua G,so
Page 11
BOND NO. B209299
FAITHFUL PERFORMANCE BOND Executed in Four Parts
Premium: $837.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
1981
has awarded to All American Asphalt
hereinafter designated as the "Principal ", a contract for Dover Drive Reconstruction
and Rae„faring frnm [tiff Drive to Irvine Avaniiw_
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
ONE HUNDRED THIRTY NINE THOUSAND, FOUR HUNDRED EIGHTY FIVE -- Dollars ($139,485. ) ,
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
4
Faithful Performance Bond (Continued)
0 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 under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 11TH day of Jun 1981
n
Approved as to form:
A
ty Attorn
r
i -
ALL AMERICAN ASPHALT (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
FREMONT INDEMNITY COMPANY (Seal)
Name of Surety
1709 W. 8tb Street�,yLos Angeles, CA 90017
Address ure
BY:
SigrWe and M& of Authorized Agent -
OWEN M. BROWN, Attorney -in -Fact
1717 E. Lincoln, Anaheim, CA 92805
Address of Agent
(714) 956 -4603
Telephone No. of Agent
w STATE OF CALIFORNIA )
ORANGE } ss.
County of I
On this 11TH day of JorE _— , 19--P!—, before me
BARBARA J. BENDER a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared __ - --
OMEN M. BRCWN
known to me to be the Attorney -in -Fact of Tremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledged toc hat sVh Corporation, exergutq the same.
Notary Public in and for the State of California, (°ounty of ORANGE
Suh 850
9 PR la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE AVENUE
CONTRACT NO. 2232
PROPOSAL
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 2232
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
F
1. 1,400
Tons
17 , 000
Square Yard
Reconstruct existing pavement with asphalt
concrete (includes excavation and subgrade
preparation).
@ Forty Five Dollars
and
No Cents
Per Ton
Heater scarify and rejuvenate existing
A.C. Surface.
45.00 $ 63,000.00
@ No Dollars
and
Fifty Nine Cents $ 0.59 $ 10,030.00
Per Square Yard
3. 2,100 Construct asphalt concrete overlay.
Tons
@ Twenty Seven Dollars
and
Ninety Five Cents $ 27.95 $ 58,695.00
Per Ton
r
•
PR lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
till AMn IUJTT IIKITT DDTrr I.IDTTTCAI TKI 1.1l1DnC DDTPC nnTrr
4. 28
Adjust storm drain and sewer manhole covers
Each
to finished grade.
@ One Hundred Seventy
Dollars
and
No
Cents
Each
5. 24
Adjust valve and monument
covers to
Each
finished grade.
@ One Hundred Twenty
Five Dollars
and
No
Cents
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Thirty Nine Thousand Four
Hundred Eighty Five Dollars and no /100
267073 A
Contractor's Lic. No. & Classification
and
Cents
$ 170.00 $ 4,760.00
$ 125.00
139,485.00
ALL AMERICAN ASPHALT
Bidder
$ 3,000.00
, �— —
May 28 1981
Date Aut orized Signature /Title
Thomas Toscas, Secretary /Treasurer
932 Town and Country Road, Orange, CA 92668 714/973 -1484
Bidder's Address Bidder's Telephone Number
• • 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.
267073 A
Contr's Lic. No. & Classification
May 28, 1981
Date
ALL AMERICAN ASPHALT
Bidder
%— v- �- �--� --
Authorized Signature /Title
Thomas Toscas, Secretary /Treasurer
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 Adjusting Contr., P.O. Box 7161, Los Angeles
2.
3.
4.
5.
6.
FJ
8.
9.
10.
11.
12.
ALL AMERICAN ASPHALT
Bidder
Authorized Signature/Title
Thomas Toscas, Sec. /Treas.
• BOND'NO. B077047
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
and
That we, ALL AMERICAN ASPHALT , as Principal,
FREMONT INDEMNITY
and firmly bound unto the
MONEY EQUAL TO TEN PERCENT
OF THE TOTAL BID IN-- - - - - --
as Surety, are held
City of Newport Beach, California, in the sum of AN AMOUNT OF
- -- -Dollars lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
DOVER DRIVE RECONSTRUCT AND RESURFACE BID OPENING; MAY 28, 1981
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21ST day of
4 W
19 81
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
ALL AMERICAN ASPHALT
Principal
�—
BY-
FREMOPdT NDE
Sur y
i
By
OWtN M. BROWN
Title Attorney -in -Fact
STATE OF CALIFORNIA l
County of
ORANGE } ss.
� 111
On this 21sT day of MAY , 19 $1, before me
�! BARBARA J. BENDER a Notary Public, in and for the County and
J State aforesaid, residing therein duly commissioned and sworn, personally appeared �_ --
OWEN M. BROWN" _
known to me to be the Attorney -in -Fact of Fremont Indemnity Company the
;Corporation that executed the within instrument and also known to me to be the
person who executed the irmn in instrument on behalf of the Corporation therein
-L IN i gamed and acknowled ee t at su ch oratio a ecuted the same.
g P
T
'Notary Public in and for the State of California, County of AN
ORGE ___
SUR G50
NON - COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted.from any subcontractor or materialman through any.bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested., offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 28th day of May >
1981.
My commission expires:
December 16, 1983
OFFICIAL SEAL
ANNETTE B. ARMSTRONG
Notary Pub[ C- CaMornia
10 PRINCIPAL OFFICE IN
ORANGE COUNTY
My commission expires Dec. 16, 1983
ALL AMERICAN ASPHALT
Authorized Signature /Title
Thomas Toscas, Sec. /Treas.
Notary Public
STATEMENT OF FINANCIAL RESPONSIBILITY:
Page 6
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
Authorized Signature /Title
Thomas Toscas, Sec. /Treas.
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
Costa Mesa
Craig McConnell
754 -5343
1981
City
of
Garden Grove
Mr. Van Bruggen
638 -6821
1980
City
of
Westminster
Jim Stillwell
898 -3311
ALL AMERICAN ASPHALT
Bidder
Authorized Signature /Title
Thomas Toscas, Sec. /Treas.
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
CERTIFICATE OF INSURANCE
INSURANCE
Company A
Letter
Company B
Letter
Company C
Letter
Company D
1 _LL _._
• Page 13
COMPANIES AFFORDING
WESTERN EMPLOYERS INSURANCE CO.
WESTERN EMPLOYERS INSURANCE CO.
ORANGE CA 92668 1 company E
Letter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, 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
$
$
it Premises - Operations
fl Explosion & Collapse Hazard
Property Damge
$
$
fl Underground Hazard
J3 Products /Completed - Operations
*(REFER
TO E
CESS CERTIFICATE FOR
HIGHER LIMITS)
A
Hazard
?I Contractual Insurance
GL 01-
4 -1 -82
Bodily Injury
and Property
$ 500*
$500*
?7 Broad Form Property Damage
0461-
Damage Combined
Zi Independent Contractors
15211
fl Personal Injury
Personal Injury
$
L] Marine
❑ Aviation
AUTOMOTIVE LIABILITY
1p Comprehensive Form
Bodily Injury
Each Per son
$
B
Owned
fl Hired
BA 01-
0481-
4 -1 -82
$
\ \
\��
Bodily In jury
Each Occurrence
Pro ert Dan e
$
Bodily Injury and
{�] Non -owned
15211
Property Damage
Combined
$ 500*
EXCESS LIABILITY
❑ Unbrella Form
Cl Other than Umbrella Form
Bodily Injury
and Property
Damage Combined
$
$
WORKERS' C MPENSATION
Statutory
and
ac
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shat rov' a 30 days' advance notice to the certificate holder by mail,
A Public Works Department
By: Agency: — 6 -11 -81
on resentative ate s�
N
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:
DOVER DRIVE RECONSTRUCTION & RESURFACING FROM CLIFF DR. TO IRVINE AVE. - C -2232
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
Ll
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
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
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
each occurrence
$ soo.000• each occurrence
*(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS)
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.
S. Designated Contract: DOVER DR. RECONSTRUCTION & RESURFACING FROM CLIFF DR. TO IRVINE AVE.
Project Title and Contract No. -
This endorsement is effective 6 -11 -81 at 12:01 A.M. and forms a part of
Policy No. BA 01 -0451 -15211
Named Insured ALL AMERICAN ASPHALT E sement
WESTERN EMPLOYERS
Name of Insurance Company INSURANCE COMPANY By
thorized esentative
0 WEN M. BROWN INSURANCE
L%
CITY OF NEWPORT BEACH
�J
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 15
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
kx) 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
%. Designated Contract: DOVER DR. RECONSTRUCTION & RESURFACING FROM CLIFF DR. TO IRVINE AVE.
Project Title and Contract No. c-
This endorsement is effective 6 -11 -81 at 12:61 A.M. and forms a part of
Policy No. GL 01- 0481 - 15211.
Named Insured AT.T. AMF.PTrAN ARPHALT / I Endalrsement No.
WESTERN EMPLOYERS
Name of Insurance Company INSURANCE COMPANY By
OWEN M. BROWN INSURANCE
• 0
CERTIFICATE OF INSURANCE Page 13
CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES
City of Newport Beach Company
3300 Newport Boulevard Letter A
Newport Beach, CA 92663 Company
C WESTERN EMPLOYERS INSURANCE CO.
932 TOWN & COUNTRY ROAD !Company D
Letter E
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 OGO
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence Aggregate
GENERAL LIABILITY
❑ Comprehensive Form
Bodily Injury
$
S
❑ Premises - Operations
❑ Explosion & Collapse Hazard
Property Damge
$
$
❑ Underground Hazard
❑ Products /Completed - Operations
Hazard
Bodily Injury
• Contractual Insurance
and Property
$
E
• Broad Form Property Damage
Damage Combined
• Independent Contractors
❑ Personal Injury
Personal Injury
$
❑ Marine
❑ Aviation
AUTOMOTIVE LIABILITY
❑ Comprehensive Form
Bodily Injury
$
Each Person
Owned
$
\
Bodily Injury
Each Occurrence
❑ Hired
Pro ert Dame e
$
;,
Bo 1 y n ury and
C] Non-owned
Property Damage
$
,,N
Combined
EXCESS LIABILITY
❑ Unbrella Form
Bodily Injury
0 Other than Umbrella Form
and Property
$
$
Dama a Combined
WORKERS'
CR O1-
tatutor
C
and
0481-
4 -1 -82
aC
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
s provide 30 days' advance notice to the certificate holder by mail,
on: Public Works Department
i
By: Agency: 6 -17 -81
ut or z eoresentat ve Date
Uescrtption of operations /locations /vehtclest All operations pertOrmea for the G1ty of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
DOVER DRIVE RECONSTRUCTION & RESURFACING FROM CLIFF DR. TO IRVINE AVE. — C -2232
(Project title an contract number)
NOTICE: T s certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
CERTIFICATE OF INSURANCE
• Page 13
Company A
Letter
Company B
Letter
Company C
Letter
Company
Ipttpr D MISSION INSURANCE COMPANY
Letter E
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
0 Comprehensive Form
0 Premises - Operations
Bodily Injury
$
$
❑ Explosion & Collapse Hazard
❑ Underground Hazard
Property Damge
$
$
0 Products /Completed - Operations
Hazard
Bodily Injury
• Contractual Insurance
and Property
$
$
• Broad Form Property Damage
Damage Combined
❑ Independent Contractors
0 Personal Injury
Personal Injury
$
❑ Marine
❑ Aviation
AUTOMOTIVE LIABILITY
0 Comprehensive Form
Bodily Injury
Each Person
$
Q Owned
$
Bodily Injury
Each Occurrence
❑ Hired
me
$
Bo y nd
0 Non -owned
Property Damage
Combined
$
EXCESS LIABILITY
*(REFER
TO PRIMARY CERTIFICATE
FOR LOWER
LIMITS)
D
XN Unbrella Form
Other than Umbrella Form
M 85
52 37R
4 -1 -52
Bodily Injury
and Property
Damage Combined
$ 500*
$500*
WORKERS' C MPENSATI N
Statutory
and
ac
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
s
t pr vide 30 days' advance notice to the certificate holder by mail,
n: Public Works Department
By: Agency: 6 -11 -51
oriz d TWpresentative ate ssue
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:
DOVER DRIVE RECONSTRUCTION & RESURFACING FROM CLIFF DR. TO IRVINE A
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 atfached endorsements.
Page 17 .
(f). Plans and Special Provisions for Dover Drive Reconstruction
and'Resurfacing from Cliff Drive to"Irvine Avenue -
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 .
By
iayor '
APPROVED AS TO FORM:
City—Attorney
CITY
All American Asphalt
Contractor
By
Its L- ,
By
Its s
CONTRACTOR
Page 16
CONTRACT .
THIS AGREEMENT, entered into this ay of
by and between the CITY OF NEWPORT BEACH, here mafter "C' and
All American As halt hereinafter "Co ractor, "is made with
reference to the following facts:
(a) City has heretofore advertised forbids for the following
described public work:
Dover Drive Reconstruction and Resurfacing
from Cliff Drive to Irvine Avenue C- 2232
Title of 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:
Dover Drive Reconstruction and Resurfacing
from Cliff Drive to Irvine Avenue C -2232
Tit e of Project Contract o.
which project is more fully described in the contract.documents. Contractor
shall perform and complete this work in a good and workmanlike manher, 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
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,
f 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)
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE AVENUE
CONTRACT NO. 2232
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
V.
DISPOSAL PERMIT. . . . . . . . . . . . . . . . . . . . .
. . . 2
VI.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . .
. . . 2
A. Traffic Control Plans. . . . .
2
B. "NO PARKING" Signs . . . . . . . . . . ... . . .
. . . 2
VII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . .
. . . 3
A. Excavation and Subgrade Preparation. . .
3
B. Heater Scarify and Rejuvenate Existing A. C. Surface . .
. . . 3
C. Asphalt Concrete . . . . . . . . . . . . . . . . . . . .
. . . 5
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
. SPIof5
DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE AVENUE
CONTRACT NO. 2232
I. SCOPE OF WORK
The work to be done under this contract consists of (1) heater scarifying and
reconstructing existing pavement, (2) constructing asphalt concrete overlay,
(3) adjusting utility boxes and manholes, and (4) performing other incidental
items of work within the limits as shown on plans.
All work necessary for the proper completion of the contemplated improvements
shall be done in accordance with (1) these Special Provisions, (2) the Plans
(Drawing No. R- 5417 -S), (3) the City's Standard S ecial Provisions and Standard
Drawings for Public Works Construction 1980 Edition and 4 the Standard
Specifications for Public Works Construction (1979 Edition), including supple-
ments to date. Copies of the City's Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Vepartment tor Pive Dollars ).
II. TIME OF COMPLETION
The Contractor shall complete all work by July 24,1981, or within thirty (30)
consecutive calendar days following commencement of the specified work. No
work shall begin until a schedule of work has been approved by the Engineer.
III. PAYMENT
The unit price bid for each item of work shown on the proposal shall be con-
sidered as full compensation for all labor, equipment, materials, and all other
things necessary to complete the work in place, and no additional allowance
will be made therefor.
Payment for all items of work not separately provided for in the proposal shall
be included in the prices bid for other items of work.
IV. WATER
The Contractor shall make provisions for obtaining and applying water necessary
to perform his work. If the Contractor elects to use City water free of charge,
it shall be his responsibility to make arrangements by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
J
V. DISPOSAL PERMIT
• SP2of 5
Prior to dumping any excess or waste material from the job site at any County
sanitary landfill site in the County of Orange, the Contractor may obtain a
"Permit to Dispose of Demolition" from the City's Public Works Department at
(714) 640 -2281. There is no charge for this permit.
VI. TRAFFIC CONTROL AND ACCESS
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also published by Building News, Inc.
The Contractor is advised that Dover Drive from Cliff Drive to Westcliff
Drive is a major arterial street carrying approximately 20,000 vehicles per
day and from Westcliff Drive to Irvine Avenue is a primary street carrying
approximately 8,000 vehicles per day through the project area.
A. Traffic Control Plans
The Contractor shall submit written traffic control plans to the Engineer
for his approval a minimum of two (2) working days prior to commencing
any work.
The plans shall incorporate the following:
1. The location and wording 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.
2. A complete and separate plan for each stage of construction proposed
by the Contractor showing all items listed under 1, above.
3. Reopening of all traffic lanes upon completion of each day's work.
4. Daily reconstruction areas which will be excavated, subgrade com-
pacted and A.C. base course placed flush with the existing pavement
grade within one work day.
B. "NO PARKING" Siqns
The Contractor shall furnish, install, and maintain in place "NO PARKING"
signs (even if streets have posted "NO PARKING" signs) which he shall
post at least 48 hours in advance of the need for enforcement.
The signs shall (1) be made of white or buff card stock; (2) have
minimum dimensions of 15 inches wide and 18 inches high; (3) be
lettered in red except for the day and date of work; and (4) conform
to the dimensions shown as follows:
0
I
TEMPORARY '
0
NO PARKING
TOW AWAY
6 A.M TO
ZONE _+�1%i
6 PM. i
_l..' is :•: •, � ,
C.V.C. 22652 B-��%`
NEWPORT BEACH POLICE DEPT. AN
673 - 2211._ - ,
VII. CONSTRUCTION DETAILS
/1
0
Excavation and Subgrade Preparation
SP3of5
This item of work shall be done in accordance with Section 300 -2 "Unclassi-
fied Excavation" and Section 301 -1 "Subgrade Preparation" of the Standard
Specifications, except as supplemented below.
Excavation and Subgrade preparation shall be included in the item for
"Reconstruct Existing Pavement...."
The Contractor shall not be allowed to reconstruct an area greater than
can be excavated, subgrade compacted, and A.C. base course placed flush with
the existing pavement surface within one work day.
Heater Scarify and Rejuvenate Existing A.C. Surface
This item of work shall consist of heating and remixing the existing asphalt
surfacing, complete, followed by an.application of asphalt primer in ad-
vance of placing the asphalt concrete overlay.
The existing A.C. pavement shall be free of dirt, dust, water, vegetation,
and all other objectionable materials within the limits of construction
prior to beginning the remix process.
The asphalt scarifier - remixer shall be a self- contained machine specifi-
cally designed to reprocess upper layers of bituminous pavements. The
machine shall be self - propelled, capable of operating at speeds of 5 to 70 fpm
• SP4of5
and consist of an insulated combustion chamber adjustable in width from
6 feet to 13 feet with ports permitting fuel and forced air injection for
proper combustion without excessive smoke. The heater shall have a minimum
heat output of 12,000,000 BTU per hour as determined by fuel consumption.
The scarifier attachment shall provide satisfactory protective devices to
insure that no damage will be done to manholes, water valves or other exist-
ing structures. The scarifier shall be hydraulically controlled and consist
of two rows of spring - loaded rakes.
Existing pavement shall be completely heated and scarified to a measurably
loose depth of from 0.05 to 0.07 foot by one or more continuously moving
surface remixers. Multiple units shall be required if the pavement re-
sists scarification to required depth without damaging the existing material.
Surface shall be scarified a minimum of 6 inches wider than each subsequent
pass of the paving machine width chosen. The Contractor shall reconstruct
existing pavement as shown on the plan prior to beginning heater scarifica-
tion operations. The Contractor shall heater scarify a minimum of 1 -foot
overlapping adjoining reconstructed area as shown on plans. Surface shall
be left in an evenly spread condition and aggregate shall not be pulverized,
spalled or broken. Minimum temperature of the remixed material shall not
be less than 2250 F when heaped and measured three minutes following re-
processing. The hourly machine capacity shall consist of 1200 sq. yds. of
treated pavement. Following the mixing operation, an asphaltic primer shall
be applied at the rate of .13 gallon per sq. yd. by a pressure distributor
while the remixed material is still warm enough go cause demulsification.
Overlapping applications of asphalt rejuvenating agent or leaking of the
distributor spray bar will not be allowed. Additionally, within that por-
tion of the roadway where the heater remix operation is required, the
Contractor shall not be allowed to scarify and remix an area greater than
can be scarified, remixed, rejuvenated, A.C. overlaid and compacted within
one work day.
The asphalt rejuvenating primer "Reclamite" shall be composed of a petroleum
resin oil base uniformly emulsified with water and shall conform to the
applicable provisions of Section 203, "Bituminous Materials," of the
Standard Specifications except as the asphalt rejuvenating primer shall
conform to the following requirements:
Specifications Test Require -
Designation Method ments
Viscosity, S.F. at 770 F, AASHP T59 15 -40
Seconds
Sieve Test % ASTM D244 -60 60
Max. (a) (Mod)
Particle Charge Calif. 343A Positive
Test
Tests on Residue from ASTM
D244 -60 (mod):
Viscosity, cs., 1400 F ASTM D445 100 -200
Asphaltenes, % Max. ASTM D2006 -65 -T 0.75
Ratio N +AI ASTM D2006 -65 -T 0.3 - 0.5
P +A2
• SP5of5
The Contractor shall exercise care against possible injury or damage to
existing improvements. The Contractor shall protect all existing curbs,
gutters, trees, shrubbery and other improvements from damage. No machine
with an open flame exhaust will be permitted. Existing improvements dam-
aged by the Contractor shall be repaired or replaced to the satisfaction
of the Engineer at no additional cost to the City.
The Contractor shall minimize the escaping of solids into the air by either
the machine or burning of pavement during the heater -remix operation. The
machine shall be operated under a permit or a variance of the Air Pollution
Control District and shall not be in violation of the standards established.
In the event that a smoke problem develops and becomes excessive, it may be
necessary to add additional blower systems or other devices to reduce the
problem. No additional compensation will be allowed for any necessary steps
required to reduce emissions.
The cost of pretreatment, including cleaning, heater - remixing, and priming,
shall be paid for in square yards of surface area covered regardless of the
number of operations involved to obtain the Engineer's approval.
C. Asphalt Concrete
The work shall be done in accordance with Section 302 -5 and 400 -4 of the
Standard Specifications except as modified and supplemented below:
The City shall require individual tests for gradation, sand equivalent and
asphalt content at no cost to the Contractor. The tests shall be conducted
through the Orange County Environmental Management Agency Material Laboratory.
1. Base Course - -A base course of 6 -inch and 10 -inch thickness of Type III -B2
with 5.4 percent AR 4000 paving asphalt shall be used for pavement re-
construction.
Excavation and subgrade preparation shall be included in the item for
"Reconstruct Existing Pavement...."
2. Finish Course - -A finish course of 1 -inch and 2 -inch thickness of
Type III -C3 with 5.8 percent AR 4000 paving asphalt shall have a
5 -foot feather along existing edge of gutter.
Prior to placing the finish course, a tack coat of Type SS -lh
asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a
gallon per square yard shall be uniformly applied. The surface shall
be free of all loose material or dust when the tack coat is applied.
LA
TO: CITY CLERK
FROM: Public Works Department
0-
June 17, 1981
SUBJECT: DOVER DRIVE RECONSTRUCTION AND RESURFACING
FROM CLIFF DRIVE TO IRVINE AVENUE, C -2232
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.
.rsw�
Gilbert
Project Engineer
GW:em
Att.
0
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
ss.
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:
. ...........Fay 13, 1981
I certify (or declare) under penalty of perjury that the
foregoi true and correct Dated at _Newport
Beach, Calif nia, this 13day of May 1 -di
..... s�"/[.0 �/�/ .. .. :�i:�✓ %� 1.
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
0
This space is for the County Clerk's Filing Stamp
Notice
Proof of Publication of
Bid #2232
PROOF OF PUBLICATION
n
PUBLIC NOnCE
NOMMUVM02ms
Seald blde may b rcalvd al 1M
ofhw of the City CMd, 3300 Newport
Blvd., Newport Beach, CA.92663 m01
11 a.m.. the 28th day of WY. 1983,
at which ft. meh bi& "I b opm
edaod.dlu
DOVER DRM RECONSTRUCTION
AND R86URPACUG
IROMCLI"DRIVR
TODIVURAVOM
C�tmct No. 3233
RnPtua e. Ealmeb$142,000
Appmead by the Ctty Co-oil thb
11th day of tday,. 1961. Wauda E.
Ad ., City Cod.
Pt Uye bWd m obtain cue
.N of bid dommm4 at m boat et 1
ofbe of the Pubhe Work.
3300 Newport Bld.. Nawpod B.&.
CA 93883.
Par furtbr iolorma0m, c.9 Gilbert
Wm9, Pmleet m9ivaer at 6404281.
PuhWhv ldpy 13, 1987 1p Th.
Newport Eoat9 NRTBT
J4
7- 409SNG -0
June 8, 1981
005 CITY COUNCIL AGENDA
�CW By the CiiY COUNCIL ITEM N0.F- +�Ca.l
Clri OF NgWM9T ILACti t:- - a4--
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: DOVER DRIVE RECONSTRUCTION AND RESURFACING FROM CLIFF DRIVE TO
IRVINE AVENUE, C -2232
RECOMMENDATION:
Adopt a resolution awarding the contract to All- American Asphalt for
$135,485 and authorizing the Mayor and the City Clerk to execute the
contract.
DISCUSSION:
The following four (4) bids were opened and read in the Office of the
City Clerk at 11:00 A.M. on May 28, 1981:
BIDDER AMOUNT BID
1. All- American Asphalt $139,485.00
2. Griffith Company 139,922.00
3. R. J. Noble 143,420.00
4. Sully- Miller Contracting Company 146,120.00
The low bid is 1.8% lower than the Engineer's estimate of $142,000.
Funding for award is proposed from the following accounts:
$44,600 from 02.3397.210
$50,965 from 02.3380.014
(Resurface Dover Drive)
(Sealcoating Program)
Remainder from 02.3380.015 (Resurfacing Program)
A budget amendment has been prepared for Council consideration to transfer
the $50,965 balance of the Sealcoating Program account into the Dover Drive resurfacing
account. If the transfer is approved, adequate funds are contained in the Resurfacing
Program account to fund the remainder of the award amount.
This project provides for heater scarifying (recycling) and reconstructing
existing pavement, plus placing an asphaltic concrete overlay finish surface on
Dover Drive from Cliff Drive to Irvine Avenue (see 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 demands.
The plans and specifications were prepared by the Public Works Department.
The project is scheduled to be completed July 24; 1981._
j) Q
err. )
Benjamin B. Nolan L
Public Works Director
LRD:jO
Att.
n �
falls
G
l \' \J-�J 3 wF.rfC�i
FF
i
`rcyocY Qop
� oc,4rio
SC4LE� /
- v
sr
EOA ; ..
/ ��
BOO
E �/ •'fie
.a• ��?
S f ? ��
j
♦O .
• /i
A
p�QOdECT
O
GOCAT /O.V `�
C. F q
VICIII17 -Y A-W,,=7
PG VEME,V T d AVE41 TO Se
pESU p�Gc� p /S SHOW v
Cleo S✓^ -N4Cf/UQ�O.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
00l,E.P O.P/VE PEBUPFAC/NG
r,r,ev /.[/E 4 Ve
c9/
c -zz3z
VOL
DRAWN W a.. DATE
APPROVED
PUBLIC WORKt
H
DRAWING NO. JTXy /B /% Q
l<
s A 0
RESOLUTION NO. 110 0 JET°/
A RESOLUTION OF
CITY OF NEWPORT
(NO. 2232) TO A
CONNECTION WITH
AND RESURFACING
AVENUE
L]
THE CITY COUNCIL OF THE
BEACH AWARDING A CONTRACT
�L AMERICAN ASPHALT IN
DOVER DRIVE RECONSTRUCTION
FROM CLIFF DRIVE TO IRVINE
WHEREAS, pursuant to the notice inviting bids for work
in connection with Dover Drive reconstruction in connection with
the plans and specifications heretofore adopted, bids were
received on the 28th day of May 1981 at 11.00 a.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 $139,485.00 be accepted, and that the contract for
the described work (Contract No. 2232) 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:
City Clerk
ADOPTED this day of JUN 8 e , 1981.
Mayor
HRC /pr
5/11/81
.l
a
j
n7
1�.
�.
CD
(v
U
z
v7
a
1 U W
Q
Oc M
v �C) U
M U W
min
j
n7
(v
U
1 U W
Q
Oc M
v �C) U
M U W
min
J
l
J
S:
C
�
D
!
z
C
a
-
i
CD
M
CL
["
LI,
V,
LIJ
LJ
J
l
J
A
I
Z to
-j�- m
0 LjA
uj
rt�
i�
�. lj I
i_�
ii
1
�;
ii;i.;
�~
I
IT
iT
1
co
LO
0
V Ay
TO: CITY COUNCIL
FROM: Public Works.Department
May 11, 1981
CITY COUNCIL AGENDA
ITEM NO. 'F- t+
SUBJECT: DOVER DRIVE RECONSTRUCTION AND RESURFACING FROM CLIFF DRIVE TO
IRVINE AVENUE, C -2232
RECOMMENDATIONS:
Approve the plans and specifications for the subject
project.
2. Authorise the City Clerk to advertise for bids to be
opened at 11:00 A.M. on May 28, 1981.
DISCUSSION:
This project provides for pavement rehabilitation consisting
of heater scarifying (recycling) and reconstruction of existing pavement,
plus an asphaltic concrete overlay as a finish surface on Dover Drive
from Cliff Drive to Irvine Avenue (see attached exhibit). The work is
part of a continuing street maintenance program and will provide a smooth -
riding surface.with an adequate structural section for present and future
traffic demands.
The Engineer's estimate for the work is $142,000: Funds in the
amount of $45,000 were budgeted in Account No. 02- 3397 -210 for the Westcliff-
to- Irvine section only. Additional funds will be transferred from the Local
Street and Alley Resurfacing and Reconstruction Program, the Street and
Alley Sealcoating Program, and other accounts, if needed,.to award the project.
Plans and specifications were prepared by the Public Works Depart-
ment. The estimated date of completion is July 24, 1981.
Benjamin B. Nolan
Public Works Director
GW:jo
Att.
/q .
l�
Dpi
v
I6-
a
S / J
T. . —
f
0ola T %o /iiG v
1' " 1
si
U
Q
a
� O
GpCIl T /01V \
l 'Y
ro BE
/2�.SC /,P,�'L10E"O /S SND!'vit(
coo SS - N4 GHC /0'EO .
CITY 0, ',,iVPOPT BEACH
PUBUC 4 C; =MKS DEPARTMENT
Cr v /,v E 4 v.5�
/96C -
�ES' c /,4/G
TO cL
C- 22 32
DRAWN _ 4l!_O.__ - -. DATE _/C- -_.7
.APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. - --
DRAWING NO. EiY/S�IBIT IiQ „
sr
P
�D
t
rV
C
_
Q
� O
GpCIl T /01V \
l 'Y
ro BE
/2�.SC /,P,�'L10E"O /S SND!'vit(
coo SS - N4 GHC /0'EO .
CITY 0, ',,iVPOPT BEACH
PUBUC 4 C; =MKS DEPARTMENT
Cr v /,v E 4 v.5�
/96C -
�ES' c /,4/G
TO cL
C- 22 32
DRAWN _ 4l!_O.__ - -. DATE _/C- -_.7
.APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. - --
DRAWING NO. EiY/S�IBIT IiQ „
C -,22,32-
•
CP Apri1 27, 1981
Arw
By Ya- �jiY CITY COUNCIL AGENDA
CITY Q- 3=== '- '°PORT LvAChi ITEM NO. F -13
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: DOVER DRIVE RECONSTRUCTION AND RESURFACING, C -2232
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject
project.
2. Authorize the City Clerk to advertise for bids to be
opened at 11:00 P.M. on May 13, 1981.
DISCUSSION:
This project provides for pavement.rehabilitation consisting
of heater scarifying (recycling) and two alternatives for reconstruction
of existing pavement, plus a one -inch asphaltic concrete overlay as a
finish surface on Dover Drive from Cliff Drive to Irvine Avenue (see
attached exhibit). The work is part of a continuing street maintenance
program and will provide a smooth - riding surface with an adequate struc-
tural section for present and future traffic demands.
The Engineer's estimate for the work is $183,000 for Alterna=
tive No. 1 (full depth asphalt reconstruction) and $177,000 for
Alternate No. 2 (42 -inch asphalt over 10 -inch aggregate base).. Funds
in the amount of $45,000 were budgeted in Account No. 02- 3397 -210 for
the Westcliff -to- Irvine section only. Additional funds will be trans-
ferred from the Local Street and Alley Resurfacing and Reconstruction
Program, the Street and Alley Sealcoating Program, and other accounts,
if needed, to award the project.
Plans and specifications were prepared by the Public Works
Department. The estimated date of completion is June 30, 1981.
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
ifs �
1 f`�' 'O-i•` ^�''�r.� poi \, ��,
c'.
CZ
............... .............
ti
1z,
146 Zw
A
T
I<
COA
0 01W A/
CITY 0,- :,,''-V--jP0RT BEACH
PUBLIC Y? O-RKS DEPARTMENT
4 V,:5- 7-0 OZ -
rZ
7'V 65
DRAWN DATE
APPROVED
PLOILIC WOr?XS DIRECTOr?
R.E. NO.
DRAWING NO. 4
,-�z
7.4f ST
Al
P6
I<
COA
0 01W A/
CITY 0,- :,,''-V--jP0RT BEACH
PUBLIC Y? O-RKS DEPARTMENT
4 V,:5- 7-0 OZ -
rZ
7'V 65
DRAWN DATE
APPROVED
PLOILIC WOr?XS DIRECTOr?
R.E. NO.
DRAWING NO. 4
,-�z