Loading...
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