Loading...
HomeMy WebLinkAboutC-1171 - Part III (Slurry Seal) seal coat program 1968-6913 -:ITV CLERK I HV G� BEACH soo 8829 PAu 540 ";, l ,- ',,0-T BOULEVARD ICI WFO! C ZEACH, CALIF. 92660 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 8, 1968 the Public Works project consisting of SPAT Coat Pmgr= 1gRA_Rg art' TTT si„ sa ,..P 1�3� al) C -1171 on which r,hAnlbe � `ll v I G1L1CLigtP� I.A!' was the contractor, and Fireman's FS,nd Tncuranre Cnmhang was the surety, was completed. CITY OF NEWPORT BEACH Director I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 26, 1968 VERIFICATION I, the undersigned, say: at Newport Beach, California. I I am the City Clerk of the City of Newport Beach; the City Council of said City on accepted the above described work as completed and ordered t at a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 26, 1968 �n i �7 FREE C4 at Newport Beach, California. RECORDED AT REQUEST IN OFFICIAL RECORDS OI ORANGU COUNTY, CALIF. 9:05 AM DEC 27 1968 J. WYLIE CARLYLE, Coulq Ruorder 0 a CITY OF NEWPORT BEACH CALIFORNIA City hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: December 26, 1968 0 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Seal Coat Program 1968 -69, Part III (Slurry Seal) Contract No. 1171 on which Omber Mix, Concrete, Inc. was the Contractor and Fireman's Fund Insurance Oo• was the surety. Please record and return to us. LL: ih Encl. rr i/ Very truly yours, Laura Lagios City Clerk City of Newport Beach E 0 F - Y TO: CITY COUNCIL December 23, 1968 FROM: Public Works Department SUBJECT: ACCEPTANCE OF SEAL COAT PROGRAM 1968 -69, PART III (SLURRY SEAL) 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 Seal Coat Program, 1968 -69, Part III, (Slurry Seal) has been completed to the satisfaction of the Public Works Department. The bid price was: $23,960.00 Amount of unit price items constructed: 23,745.00 Amount of change orders: 120.00 Total contract cost: $23,865.00 The change order was issued to cover the cost of additional oil used in the slurry seal for the alleys. This project completes the three -part seal coating program for Fiscal Year 1968 -69. Amount budgeted in Account #02- 3397 -144 $54,000.00 Part I, Fog Seal C -1169 $13,283.06 Part II, Gilsonite C -1170 9,957.92 Part III, Slurry C -1171 23,865.00 47,1!15.98 Balance remaining in account 2 The contractor is Chamber -Mix Concrete, Inc. of Stanton, California. Engineering was by the Public Works Department. The contract date of completion was October 15, 1968. Starting of the work was delayed until after Labor Day. All work was completed by November 8, 1968. J seph evlin Pu 1 W s Director G /ldg _1 v ';�_ /—b y GITION: . z CONTRACT NO. 1171 CITY OF NEWPORT BEACH Contract Documents For The SEAL COAT PROGRAM, 1968 -69 PART III (Slurry Seal) Approved By The City Council on this 24th Day of June, 1968 Eaura - RECEIVED AUG 0 6 1968 PUBLIC wow UA PAGE I -A (SHEET I OF 2) CITY OF NEWPORT BEACHs CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEACH# CALIFORNIAS UNTIL10:30 A.M.. ON THE 12th DAY OF July 'S 196 8, AT WHICH TIME THEY WILL BE OPENED AND READS FOR PERFORMING WORK AS FOLLOWS: Seal CGat Program Part III (Slurry Seal) NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASHO CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACHy FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: I. - PROPOSAL 2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS 3� PAGE 4 - BIDDER'S BOND 4 PAGE 9 - NON- COLLUSION AFFIDAVIT 5. PAGE 10 , - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIPS THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY9 BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9S DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONSO AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALLS NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS SPECIAL PROViSIONSO AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFdRMEO FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEN3 IN RESOLUTION ND. 6519• A COPY OF SAID RESOLUTION 13 AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. Laura Lagios, City Clerk a Page lb The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the information :included in the Resolution No. 6519, this schedule is to be considered.a part of these contract.specifications. Prevailing.W&ge Rates - 1966 -67 Classification (Selective Listing) (5/1/66 5/1/67 Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chase 3.78 3.93 Laying of all-non-metallic pipe 4.01 4.16 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.315 4.4445 0 era�tinr E�n�ineers l (7 1/66) (711167 e signalman (Group 1) 47F .5 Skiploader (Less 4/5 yd.) (Group 2) 4.62 4.77 Rodman and:Chainman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 I Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (group 6) 5.26 5.41 Teamsters (5/1/66) 5/1/67 Dump Truck Driver (Less than 4 yes) Water truck driver (2500 gal.to 4000 gal) 4.53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 775- r TJ Electrician 7/1/66) (711/67 Journeyman Wiremah 6.11 J _(4/28/66 Lather Painters 1711/66). (7/1/67 Journeyman - spray Pipe trades Plumber 5.55 5.64 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. ! CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk I'. r CITY OF NEWPORT BEACH SEAL COAT PROGRAM, 1968 -69 PART III (SLURRY SEAL) . CONTRACT NO. 1171 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1171 in accordance with the City of Newport Beach Drawing No. R- 5124 -S, the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM. QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1,000 EMULSIFIED ASPHALT (SS-1h) TONS AND AGGREGATE .SLURRY SEAL COAT @ Twenty Three Dollars and Ninety Six Cents $ 23.96 $23,960.00 per ton TOTAL PRICE WRITTEN IN WORDS Twenty Three Thousand Nine Hundred Sixty Dollars and No Cents TOTAL $ 23,960.00 0 t. Ll J ' "r 2/7/67 Y. , ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,, AS INDICATED IN THIS PROPOSAL,, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER* IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES,, THE WORDS SHALL PREVAIL* IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT ,PRICEY THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS* THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS* THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IO) DAYS,, NOT INCLUDING SUNDAY,, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE,, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF20�STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS,, LICENSE N0. // CLASSIFICATION C 61 ACCOMPANYING THIS PROPOSAL IS Bond CASH,, CERTIFIED CHECK,, CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE,, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT* (714) 8287633 PHONE NUMBER - July 11, 1968 DATE 11236 Western Avenue Stanton, California Chamber -Mix Concrete, Inc. BIDDER'S NAME (SEAL) (s) D. M. Chambers AUTHORIZED SIGNATURE (s) Fred LaGrande Corporation IZED SIGNATURE BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUAL,, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT,, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: President: Dean M. Chambers Secretary: Fred LaGrande A •. ! PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUBCONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEERO AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS 1. None 2 3. 4. 5• 6. 7 Al B2. Chamber -Mix Concrete, Inc. BIDDER'S NAME (s) D. M. Chambers AUTHORIZED SIGNATURE - Corporation TYPE OF ORGANIZATION (INDIVIOUALp COPARTNERSHIP OR CORPORATION) 11236 Western Ave. Stanton, California 90680 ADDRESS , FOR ORIGINAL COPY SF CITY CLERK'S FILE COPY PAGE Ii BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, CHAMBER -MIX CONCRETE INC. - - - - - - - - - - - - - - - - AS PRINCIPAL, AND FIREMAN'S FUND INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PER CENT OF THE AMOUNT BID -- - - - DOLLARS ($ 10% - - - - ), 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 _ SEAL COAT PROGRAM 1968 -69 PART III (SLURRY SEAL) 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 AND SUNDAY).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 12th DAY OF JULY 19 68 CORPORATE SEAL (IF CORPORATION) CHAMBER -MIX CONCRETE INC. PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) (s) BY: D. M. Chambers FIREMAN'S FUND INSURANCE COMPANY SURETY BY (s) W. E. Smith TITLE W. E. Smith - ATTORNEY -IN -FACT Bond No. SCR 7102193 Piw ium included'in • 3WOrmance Bond. PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED July 22,1968 HAS AWARDED TO Chamber -Mix Concrete, Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR 1968 -69, PART III (SLURRY SEAL), CONTRACT 1171 SEAL COAT PROGRAM, IN THE CITY OF NEWPORT BEACH) IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACTS 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 INS UPON$ FOR$ OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE$ OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KINDS THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW9 THEREFORE, I/E CHAMBER -MIX CONCRETE, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND FIREMAN'S FUND INSURANCE COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH$ IN THE SUM OF ELEVEN THOUSAND NINE HUNDRED EIGHTY AND N0 1100 - DOLLARS ($11)980.00 - - - - -)$ 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 PERSON OR HIS SUBCON- TRACTORS -) FAIL TO PAY FOR ANY MATERIALS) PROVISIONS) PROVENDER, OR OTHER SUPPLIES, OR TEAMS$ USED INS 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 SPECI- FIED IN THE BONG, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. 4 0 (LABOR AND MATERIAL BOND - CONTINUED) 0 PAGE 6 THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE 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 CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT 15 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 PRI IPAL P =1❑ SURETY ABOVE NAMED, ON THE 31ST DAY OF Jay , 1961 . APPROVED AS TO FORM: CI ATTORN -p.Ci.� IND. (SEAL) a (SEAL) -(SEAL) CONTRACTOR CONTRACTOR (SEAL) FIREMAN'S FUND INSURANCE COMPANY _(SEAL) j //{'� BY: /� /fY��ZG�� (SEAL) SURETY W. E. SMITH - ATTORNEY -IN -FACT THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT -- - STATE OF CALIFORNIA On this.-.... --- RST --- ...... --- day of ........ 'My ... ---- .--- _------------ --- .--- ......., 19__� --- , before GER9IME M. MATHEWS County of S. S. me, _ --`- ----------------- --------- '-------- -------------- _ ____----_`----_-- .-._.- ---..._, a Notary Public in and for ORANGE said ._ ------------------------------- ._. -------- .. ---- County, State aforesaid, residing therein, duly commis - sioned and sworn, personally appeared --------------- W - 1EsSMI.ZH ------- -------- -----_------._.__.. known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of • GERTRUDE M, MATHEWS i • '! ? ?..:. NOTARY PUILIC- CAtIPORNIA • '�� : "�i f;tii�fl¢, ;i OPPICE IFt 1 360042-5-65 FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEP.EOF, I have hereunto set my hand and affixed my official seal, at my office in the said ------------------- - - - - -- ...........Count of........_. E the day and year in this certificate Est o- v^e— w-r'itton. / Notary Public in and for State of California. ORANGE ......County of-------- -- -- - - - - -- -... _. My commission expires ----------------------------------- ------ WA-THEWS"' My Comlmxsion Expires Sept. 2, 1969 Bond No. SCE 7102193 • • .Premium: $120.00 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED July 22, 1968 HAS AWARDED TO Chamber -Mix Concrete, Inc. HEREINAFTER DESIGNATED AS THE ItPRINCIPALIt, A CONTRACT FOR 1968 -69, PART III (SLURRY SEAL), CONTRACT 1171 SEAL COAT PROGRAM, IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE'OF SAID CONTRACT; NOW, THEREFORE, WE, CHAMBER-MIX CONCRETE, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND FIREM'S FUND INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ELEVEN THOUSAND NINE HUNDRED EIGHTY AND NO /100 - DOLLARS ($ 11,980.00 - - - - - ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. 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, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED 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. i I • • PAGE 8 (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION 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 CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT 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 ON 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 31ST DAY OF JULY , 196 8 . APPROVED AS TO FORM: COry ATT EY Cf:C,R`cEC MX CONCRETE, INC. (SEAL) �f o (SEAL)_. (SEAL) CONTRACTOR FIREMAN'S FUND /IN�SUPMC /E/ COMPANY (SEAL) (SEAL) SURETY W. E. SMITH - ATTORNEY -IN -FACT e NOTARIAL ACKNOWLEDGMENT — ATTORNEY IN FACT I STATE Or CALIFORNIA On this ------------ ---------- day of.......... JULY.... 19 .... ..., before me- - -- --G� 'IQ3IlE. M.._ Mli �IiE--7$ ......... ...............------- _-- ...... a Notary Public in and for ._"'- -----'--- -- -' County of S. S. Y GRANGE 1 said - ....._._......County, State a {�/-sRFid, residing therein, duly commis- ----------------- _..._-......-- -..'_-.--.-. ....- `.'-.._. sioned and sworn, personally appeared .- ---- ------....'.._! ^: ^..SMITH known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEP.EOF, I have hereunto set fmyund affix my officia seal, at my office in the said ...._._..._........._. ._......_ _... -Cou _.._..... ......._ ....................... the day and year in this certificate fi ove writtene.._....._..._�---- . - - -... GERTRUDE M. MATHEWS � • �` "" NOTARY PUBLIC - CALIFORNIA ♦ Notary Public in and.for the ---- .------------------------------------- ..County of--- _-_..: --------- ��GF • - %'; �yj PRINCIPAL OFFICE IN • State of California. • GG__ GERTRUDE M. MATHEW 1 • 'f ORANGE COUNTY i _ _ S - __ My commission expires....... ................... .------------------- .- - - - - -- .... ♦♦♦�. .. , +•a tee s. w.,e♦ee.w.. ♦•i MY Commission EAPi,es Sept. 2, 'S d9 360042-5-65 Same as orig01 • PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�gT 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 ARRANGEMENT 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED 1470 ANY ARRANGE- MENT 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 AT- TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH 15 NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TH.I�; BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER 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 BY THIS 11th DAY OF July 196 8. MY COMMISSION EXPIRES: Chamber -Mix Concrete, Inc. (s) D. M. Chambers Dean M. Chambers, President Dean M. Chambers LeEtta M. Mendenhall My commission Expires Apr. 28, 1969 (s) LeEtta M. Mendenhall NOTARY PUBLIC FOR ORIGINAL COPY SEE CITY CLERK'S FI COPY PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY.) EXPERIENCE, SKILL) AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Bellflower, City of Mr. G. Haffner, Street Supt. Santa Fe Springs, City of Mr. Phil Studebaker, Director of Public Works Downey, City of Mr. M. Harldson, Street Supt. Newport Beach, City of Mr. Joseph Devlin, Director of Public Works Norwalk, City of Mr. Earl Fink, Director of Public Works Chamber -Mix Concrete, Inc. has completed Six Million Sq. Yds. of similar work for City, State and Government Agencies in Southern California in the last year. (s) D. M. Chambers IGNED • • PAGE II CONTRACT THIS AGREEMENT, MADE AND ENTERED INTO THIS F DAY OF 196$ , BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND Chamber -Mix Concrete, Inc. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF.THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF SEAL COAT PROGRAM, 1968 -69, PART III (SLURRY SEAL), CONTRACT 1171 AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORE TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. V7 /67 • • PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. miloll I dic NOR= ATTEST: CITY CLERK CFAMSER -MIX CONCRETE, INC, CONTRACTOR ITLE APPROVED AS TO FORM: Lf-ITY ATT NEY PART III (SLURRY SEAL) CONTRACT NO. 1171 1. SCOPE OF WORK The work to be done under this contract consists of the slurry seal coating of various streets in the Newport Heights, West Newport, . Lido Island, Backbay, and Eastbluff Areas; Alleys in the Corona Del Mar area and the Corona Del Mar City and State Beach parking lot, all in the City of Newport Beach, as shown on Drawing No. R- 5125 -S, : The contract requires all labor, materials, transportation, and equipment necessary to complete all work as shown on the Plans and in accordance with the City's Standard Specifications, .applicable portions of the State of California Department of Public Works,. Division of Highways, Standard Specifications, dated July 1964, and these Special Provisions. Z. CONDUCT OF WORK The Contractor shall maintain the various job sites in a neat and orderly condition at all times, returning all streets to their normal use as soon as possible. Barricades, warning devices, and signs must be employed as required to insure the public convenience and safety at all times. 3. TIME OF COMPLETION The Contractor shall commence work within five (5) days after execution of .the contract by the City and shall have completed all work outlined herein within sixty (60) calendar days thereafter. 4. SCHEDULE OF WORK The Contractor shall submit a schedule of work to the City within ten (10) days after award of the contract by the City Council. No 0 0 s .,c oaoaxvaa w wvan uuax. a. acvxocu aa,aacuuac.aaao ..., ma a............v ...... approved. The Contractor shall not apply any slurry seal coat material to the streets in the West Newport, Back Bay areas, or the Corona Del Mar' City and State Beach parking lot until after September 16th, 1968. 5. MAINTAINING VEHICULAR AND PEDESTRIAN TRAFFIC The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public and he shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. All pavement areas to which sealcoating materials are being applied, shall be completely barricaded to prohibit vehicular traffic use during the final cleaning, .material placement, and curing periods:.. The Contractor shall also provide and station competent flagmen for directing the movement of traffic through or around the work areas as directed by the Engineer. The Contractor shall schedule his operations so that all streets can be opened to traffic at the end of the working day except when unexpected weather conditions require a longer curing period. In this event the Contractor shall install, sufficient lighted barricades, interspersed within the treated lane to prevent use until curing is complete. No material or equipment shall be stored where it will interfere with the free and safe passage of public traffic, and, at the end of each day's work and at other times when construction operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic. Spillage resulting from hauling operations along or across any public traveled way shall be removed immediately by the Contractor at his expense. The Contractor shall post on streets to be treated, temporary "NO PARKING" signs, furnished by the Contractor, twenty four (24) hours in advance of his sealing operations. as ' . L c'. i �,�:iza�� x.a�e�u�a":9'ri.a._ °'.�.,�,c.., m. �._._ ._��`< �.:x�.: "�' e,�.l ...rt ' ^. 35th Street from Balboa Boulevard to Marcus Avenue Seashore Drive from 33rd Street to 56th Street and from Orange Street to Summit Street 33rd Street from Seashore Drive to Balboa Boulevard River Avenue from Balboa Boulevard to JoAnne Way Vista Del Oro. The Contractor shall maintain a minimum of one traffic lane open at ail times in both directions on the following streets: Vista Del Sol and Backbay Drive. If, in the opinion of the Engineer, continued traffic flow is necessary, the Contractor shall not seal more than one -half of a street at a time on any of the remaining streets not designated herein. The Contractor shall not block, pedestrian and vehicular access to the,' Corona Del Mar City and State Beach during his seal coating operations. Not more than one -half of the beach parking lot may be closed at any one time. All necessary barricades, flagmen, and other required traffic safety devices shall be furnished by the Contractor and shall be considered as included in the price bid for the contract items. 6. PAYMENT The unit price bid for this work shall include full compensation for all labor, materials, equipment, and transportation required for weed killing, cleaning, and seal coating the asphalt pavements. 7. GUARANTEE The Contractor shall guarantee all materials and workmanship for a period of one year after acceptance of the Contract by the City Council. Special Provisions, z 3 .w 0 pp" 0 If, . for any reason, the Contractor is unable to comply with the schedule, as stated in the notice, he may be required to delay further work until he has distributed a second notice, furnished by the City. 9. VEGETATION ..The Contractor shall spray all vegetation growing in or at the edges of the asphaltic pavements with a herbicide mixture as described herein. The spraying shall be performed a minimum of thirty (30) days prior. to. the removal of the vegetation and final cleaning operations. The proportions of chemicals in the herbicide mixture shall be as follows: 10 pounds . "Dowpon" or "Dalapon" 7 pounds "Aminotriazol" or "Weedazol" or "Amitrol -T" 6 ounces "Dupont Wetting Agent & Spreader" or. , 11X -77 Spreading Agent" 100 gallons Water !!Dowpon and "Dalapon" are manufactured by Dow Chemical Company, Midlands, Michigan. "Aminotriazol" and' "Weedazol" are manufactured by. American Cynamide Company, .Princeton, New Jersey. "Amitrol -T'' is manufactured by Amchen Products, .Inc.,. Amber, Penna. This mixture shall be sprayed on the vegetation in a manner that will result in complete wetting of the plants. The amount of wetting agent may be adjusted, enabling the herbicide mixture to spread evenly over the leaves sprayed,, and avoiding beading on or sliding off the plant leaves. Special Precautions, as specified by the manufacturer shall be exercised in handlingt'he mixture and in spraying near lawn and shrubs, etc. on private property. ,Care shall be exercised while spraying to-avoid ecal provsiottq 4� ` • 1 ; : i. Thirty (30) days after spraying the herbicide mixture, all dead or still living. vegetation shall be removed and disposed of away from the asphaltic pavement surfaces to be sealed. 10. FINAL CLEANING AND SURFACE PREPARATION Prior to applying the seal coating material, all dirt, oil and grease spots, and all other objectionable matter shall be removed from the pavement by power sweeping, supplemented with hand brooming, scraping, grinding, etc., to assure adherance and penetration of the material to the pavement surfaces. 11. SEAL COAT MATERIALS A. . Specifications Asphaltic emulsion shall be a mixing type, emulsified (SS-1h) paving asphalt, grade 60 -70 conforming to Section 94 of the State Standard Specifications. Aggregate shall consist of rock duet and plaster sand conforming to Section 37 -2. 02C of the State Standard Specifications. Proportioning and mixing of asphaltic emulsion, aggregate and water shall conform to Sections 37 -2.03 and 37 -2. 04 of. the State Standard Specifications. Mixing shall continue until all particles are uniformly saturated and coated with asphalt. Evidence of solidifi- cation of the asphalt, balling or lumping of the aggregates, or the presence of uncoated aggregates, shall be cause for rejection of the mixture. The aggregate shall be at approximately atmospheric temperature and shall not have a moisture content in excess of 5% by weight. B. Water 0 • T The seal coat materials. shall not be applied when the I tmospheric temperature is below 650F. D.. Method and Rate of Application Spreading equipment shall conform to Section 37 -2. 05 of the State Standard Specifications. Immediately preceding the placing of the slurry seal mixture, the pavement surface shall be uniformly dampened.by the application of approximately 0. 10 to 0. 20 gallon of water per square yard of pavement surface. The exact rate will be determined by the Engineer. The rate of application shall be one pound of slurry seal mixture per square foot of surface. The .thickness of application of the slurry seal mixture. shall be adjusted to provide a layer approximately 1/8 -inch thick and shall not be less than 1/16 -inch or greater than 3/16 -inch in thickness. The spreader box shall be equipped with flexible material in contact with the pavement and shall be maintained so as to prevent loss of slurry. It shall be adjustable.to assure a uniform, controlled spread and shall be . equipped with suitable drags to erase ridges. Hand squeegees and other hand equipment shall be provided to perform the work, remove spillage, and to spread slurry in areas inaccessible to the spreader box. Special Provisions 6 ... .... i.. ..... ... j 4. a .FY -vz- NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY, DESCRIPTION OF OPERATIONS, BUSINESS CONDUCTED Chamber —Mix Concrete, Inc. P. 0. Box 247 STATE OF CALIFORNIA Stanton, California 90680 I KIND OF INSURANCE POLICY NUMBER EXPIRATION / FIREMAN'SIXFIREMAN'S FUND INSURANCE COMPANY NCE TT WP1083082 7 0 THE AMERICAN INSURANCE COMPANY TO. EMPLOYERS LIABILITY © Fli U ❑ NATIONAL SURETY CORPORATION • City of Newport Beach AMERICAN o ASSOCIATED INDEMNITY CORPORATION 3300 We Newport Boulevard INSURANCE COMPANIES ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY Newport Beach, California 92660 DATE 7/29/68 • This is to certify that the Company or Companies checked above have in force as of the date hereof the following policy or policies: NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY, DESCRIPTION OF OPERATIONS, BUSINESS CONDUCTED Chamber —Mix Concrete, Inc. P. 0. Box 247 STATE OF CALIFORNIA Stanton, California 90680 I KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION WP1083082 4/20/69 Statutory EMPLOYERS LIABILITY thousand dollars, each person thousand dollars, each accident _ BODILY INJURY LIABILITY Other Than Automobile' 100 thousand dollars, each person L1369391 4/20/69 300 thousand dollars, each accident 300 thousand dollars, aggregate products PROPERTY DAMAGE Liability other than Automobile' 50 thousand dollars, each accident L1369391 4/20/69 50 thousand dollars, aggregate operations thousand dollars, aggregate protective thousand dollars, aggregate products thousand dollars, aggregate contractual AUTOMOBILE: Bodily Injury Liability' L1369391 4/20/69 100 thousand dollars, each person 300 thousand dollars, each accident Property Damage Liability' 20 9 50 thousand dollars, each occident Medical Payments E each person Comprehensive — Loss of or Damage to the Actual Cash Value Unless Otherwise Stated Herein Automobile, Except by Collision or Upset i but including Fire, Theft and Windstorm Collision or Upset Actual Cash Value less $ deductible APPROVED AS TO FORM R E C E I V E D Dated: 13 09kq F,a t.�f,,y CITY �ORNV = AUG 0 61968 er /�Q� X1, pUBLiC WOhn� utPf� DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of The City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. •If Comprehensive, so stale. If not Comprehensive, for "other than Auto ", list form such as OLT, ELEV., etc. In event of any material change in or cancellation of the policy or policies, the Company 0) sI a- sA•T-/ 40,40—, will make every effort to notify the addressee but undertakes no responsibility by reason of failure to do so. W- Stulart Foote 85020 - -3 -65 Amh.,med R.Presentalive .., • � i I i GENERAL AMENDMENT ENDORSEMENT THE POLICY TO WHICH THIS ENDORSEMENT IS XTTACHED.IS HEREBY AMENDED BY THE ITEMS MARKED BV X FO ADDITIONAL PREMIUM (SHOWN BELOW) '°.'.. ❑ RETURN PREMIUM (SHOWN BELOW) ❑ AMOUNT OF INSURANCE IS INCREASED BY .S TO A TOTAL OF s ❑ ITEM(S) LISTED BELOW ADDED TO SCHEDULE ❑ LOCATION SHOWN BELOW ADDED Cl NAME OF INSURED AS SHOWN BELOW ❑ RATE UNDER THIS POLICY AS SHOWN BELOW ❑ ITEM(S) OF SCHEDULE AS SHOWN BELOW ❑ INSURANCE REDUCED BY LOSS OF (DATE) REINSTATED IN AMOUNT OF S ❑ THIS POLICY AMENDED AS SHOWN BELOW - ❑ AMOUNT OF INSURANCE DECREASED BY $ TO A TOTAL OF $ ❑ ITEM(S) LISTED BELOW DELETED FROM SCHEDULE jj❑j�.,JDCATION SHOWN BELOW DELETED AODRESS OF INSURED AS SHOWN BELOW Iu�INCEPTION DATE AS SHOWN BELOW ❑ EXPIRATION DATE AS SHOWN BELOW ❑ DESCRIPTION OF PROPERTY INSURED AS SHOWN BELOW THE CITY OF NEWPORT BEACH IS HEREBY NAMED AS AN ADDITIONAL INSURED ON THE PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE IN REGARDS TO THIS POLICY. This rider to be attached to Certificate of Insurance issued on 7/29/68 to the City of Newport Beach. e 9 i9$$ Pft ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. ADDITIONAL PREMIUM RETURN PREMIUM DUE AT ENDORSEMENT EFFECTIVE DATE S s INSTALLMENT PREMIUM PAYMENTS DATE DUE PRIOR INSTALLMENTS REVISED INSTALLMENTS s s s s ENDORSEMENT TOTAL PREMIUM s S POLICY NUMBER INSURED EFFECTIVE L1369391 I Chamber -Mix Concrete, Inc. 7/29/68 FIREMAN'S FUND INSURANCE COMPANY PRODUCER THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION W. Stuart Foote ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY COUNTERSIGNATURE OF AUTHORIZED AQET.17 - s ` e ('J JIB_ _' ` PRESIDENT 70.X vV V. .oa,uaia- -a -eia 5 :: 4 VF 4 :.. s%'W233j ii. 7/2M ill 81 9 10 11 I 12 13 14i 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 RESOD 00. 6814 A RISOLUTIOS OF TER CITY COORCIL OF THE CITY OF WWORT BMH AWAROM A CWrU= FM TO SBAL COAT PROGRAM, 1%9 -69, PAST Iii (SLWW SEAS,), C -1171 WiiEiUS, pursuant to the notice inviting bU8 for work =:unsisting of the seal cost program, 1%8 -69, Part III (Slurry Seal), in the City of Newport Beach, in accordance with the plans and specifications heretofore adopted, bids were received on the 12th day of July, 196$9 and publicly opened attEid declared; and WHKFXAS, it appears that the lowest responsible bidder therefor is Chamber -Mix Concrete, Inc.; NOW, TMUMFORE, BE IT RESOLVED that the bid vf Chamber - Mix Concrete, Inc. for the work in the amount of $72,960.00 be accepted and that the contract for the construction work be avavrled to said bidder. BE IT FUF=1k RESOLVED that the Mayor and City Clerk are hereby authorized and directed tc execute a contract in r c;otdan.ae with the specifications, bid and this award oa be- half s >x the City of Newport Broach, a�-.d that the City ;;lens be directed Lo furuish au executed copy t: tha successful bidder. ADOPTED this 22 day of July 1968. mayor I ATUST tycer 0 TO: Public Works Department FROM: City Clerk 0 Date August 16, 1968 SUBJECT: Contract No. 171 Project Seal Coat Ptg�, 1968 -69 Part III (Slurry Seal) Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Chamber-Mix Concrete Inc. Address: P. 0. Box 356 - 11236 Western Avenue, Stantcn, Calif 90680 Amount: $ 23,960.00 Effective Date: X141 IS_ X968 Resolution No. 6834 Laura Lagios LL: dg Att. , cc: Finance Departments r August 14, 1968 TO: CITY CLERK FROM: Public Works Department SUBJECT: SEAL COAT PROGRAM 1968 -69, PART III (Slurry Seal) C -1171 Attached are three sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's and Public Work's copies to me. Derek H. White Design Engineer DHW /ldg Atts. I, 9 r 0 l 22, 1968 TO: CITY COUNCIL G- FROM: Public Works Department SUBJECT: SEAL COAT PROGRAM, 1968 -69, PART III (SLURRY SEAL), CONTRACT 1171 RECOMMENDATIONS: DISCUSSION: 259 Adopt a resolution awarding the contract to Chamber Mix Concrete for $23,960.00 and authorizing the Mayor and the City Clerk to execute the contract. Three bids were received and opened in the office of the City Clerk at 10:30 A.M, on July 12, 1968. BIDDER TOTAL Chamber Mix Concrete, Stanton $23,960.00 Lynam -Wood, Corona del Mar 25,130.00 R. W. McClellan, Costa Mesa 26,060.00 The low bid is 7% more than the Engineer's estimate of $22,500.00. Funds available are: GENERAL FUND - STREET PROJECTS (Non -Gas Tax) 1968 -69 Annual Street and Alley Seal Coating Program 1968 -69 $23,500.00 PARK AND RECREATION FUND 1968 -69 Patch and Seal Coat Corona del Mar Beach Parking Lot 2,500.0 26,000.00 0 The total estimated cost of the project is: Contract amount $23,960.00 Contingencies 2,040.00 26,000.00 The areas to be Slurry Sealed include portions of Newport Heights, West Newport, Back Bay Drive, Eastbluff, Corona del Mar (alleys), Lido Island, and the Corona del Mar Beach Parking Lot. The parking lot will be sealed after a leveling course of asphaltic concrete has been placed in the low spots. This work will be accomplished in the interim under separate contract. It will be necessary to close these streets and alleys for varying lengths of time. Prior notice will be given to all residents affected by the work. The work will be coordinated to the extent possible with summer traffic needs, It is emphasized, how- ever, that there will be some unavoidable inconvenience to motorists and the users of the Corona del Mar Parking Lot. The work on the parking lot will be scheduled for the latter part of September. The plans were prepared by the City. I UUU11w u The estim ted date of pompletion is October 1, 1968. seph . Devlin blic `o s Director W /ldg 0 _ s CITY OF NEWPORT BEACH SEAL COAT PROGRAM, 1968 -69 PART III (SLURRY SEAL) CONTRACT NO. 1171 PROPOSAL To the, City Council City. of Newport Beach 3300 Newport Boulevard Newport Beach, California The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1171 in accordance with the City of Newport Beach Drawing No. R- 5124 -S, the City' <s Standard Drawings and.Specifications, and the Special Provisions, and that he will take in full payment therefore the following unit price. for the completed item of work, to wit: ITEM. QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN. WORDS PRICE PRICE 1. 1,000 EMULSIFIED ASPHALT (SS -1h) TONS AND AGGREGATE SLURRY SEAL COAT Twenty ThrPO Dollars and Ninety Six Cents $ 23.96 $ 23.960.00 per. ton TOTAL PRICE WRITTEN IN, WORDS Twenty Three Thousand Nine Hundred Sixty Dollars TOTAL and . No Cents $ 23,960.00 CHAMBER -MIX CONCRETE, INC. 9A4 P. O. BOX 356 - . 11236 WESTERN AVENUE STANTON, CALIFORNIA 90680 t �F,..::� ... i ... � i_ �_ I �. �: F- 2/7167 ' ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER* IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL* IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS ' WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. Orr THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLY, ' BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT ' THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID* THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT ' WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BONO ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE N0. 200227 CLASSIFICATION C 61 ' ACCOMPANYING THIS PROPOSAL IS Bond CASH, CERTIFIED CHECKS CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 1O PERCENT OF THE TOTAL BID PRICE* ' THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO ' UNDERTAKE SELF-INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODES AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. (714) 8287633 Chamber -Mix Concrete, Inc. PHONE NUMBER BIDDER'S NAME (S €AL) July 11, 1968 „ ( o President ' DATE AUTHORIZED SIGNATURE ' 11236 Western Avenue f -_� =� /Ir Secretary AU HORIZED SIGNATURE Stanton, California Corporation BIDDER'S ADDRESS TYPE OF ORGANIZATION ' (INDIVIDUALS CORPORATIONS CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS SECRETARY, TREASURER AND MANAGER IF A CORPORATIONS AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: ' President: Dean M. Chambers ' Secretary: Fred LaGrande '. • • PAGE 3 II 1 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS I . None 2. 3.• 4. 5• 7• 8. 9• 10. 11. MA Chamber -Mix Concrete, Inca BIDDERS NAME AUTHORIZEO'SIGNATURE Corporation TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 11236 Western Ave. _ Stanton, California 90680 ADDRESS ' • • SCR 7101420 - 17 PAGE 4 ' BIDDER'S BOND TO ACCOMPANY PROPOSAL ' KNOW ALL MEN BY THESE PRESENTS, ' THAT WE, CHAMBER -MIX CONCRETE INC. - - - - - - - - - - - - - - - f AS PRINCIPAL, AND FIREMAN'S FUND INSURANCE COMPANY , AS SURETY, ARE HELD ' AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PER CENT ' OF THE AMOUNT BID - - - - DOLLARS 410% - - - - - -), 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-15 SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF SEAL COAT PROGRAM 1968 -69 PART III ( SLURRY SF,AT, ) IN TOE 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 AND SUNDAY).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 12TH DAY OF ' JULY CORPORATE SEAL (IF CORPORATION) CHAMBER -MIX CONCRETE INC. PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF BY' ATTORNEY IN FACT) FIREMAN'S FUND INSURANCE COMPANY SU 7Y BY e l ' • TITLE W. E. SMITH - ATTORNEY -IN- FACT NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT STATE OF CALIFORNIA On this --------- - 122..tb --------------- day of ..............47 ..... --------------------- 19 -_ ..... before ....-'-- ..- -I-------- --_ - -. - _....._- County of S. S. me, ---Ge rude- M. Mathew _.---.... . _- _.. _ -., a Notary Public in and for ...._.. - -- -- --- ORANGE said._.__.-..-- _- ._-------- - .-- .- ._--- ... - -- ....County, State aforesaid residing therein, duly commis. - - -_... - -- -- -- - --- - - - --- -- -- - - - - -" - W: E. SMITH --- sioned and sworn, personally ap eared .- ...._.- -.-- ._- .------- ...._.... ....._H -------------------------- known to me to be the person wtose name is subscribed to the within instrument as the attorney in fact of • ff•f•ff•fff••••••ff•t*•••••f••♦ • GERTRUDE M. MATHEWS • NOTARY PUBLIC -CALIFORNIA • ':y PRINCIPAL OFFICE IN . • ORANGE COUNTY • Nffiff ♦f A60042-5z fffl♦ff•N••1H•••j FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my oflLcial sepl, at my office in the the day and year in Notary Public in and for the- . ------ ------ _---- ._ - - - - -. _- - -- ...County of ............ ........ State of California. GERTRUDE M. MATHEWS MY commission expires ----------- .--- r. C' o�iiniiiTun "E+iPtrer-SepT +-�rd469 ------ ......... ORANGE • • PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR R£PRESENTAT IVES PRESS T AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEME HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE - MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS1 WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL — MAN WHICH IS NOT PROCESSED THROUGH SAID BID.DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTS NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR M.ANMER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 11th DAY OF July 1968 . C beer/-- Miix�Concrete, I Dean M. Chambers, President Dean M. Chambers MY COMMISSION EXPIRES: LeEtta M. Mendenhall��� MY commission Ernim. eM 2B, 11969 NOTARY PUBLIC 1 J I it 11 1 II II 7 LJ J L] BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE PAGE 10 (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCES SKILL,.AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILIT -Y THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Bellflower, City of Mr. G. Haffner, Street Supt. Santa Fe Springs. City of Mr. Phil Studehaker. Director of Pnhlir Works Downey, City of Mr. M. Harldson. Street Supt. Newport Beach, City of Mr. Joseph Devlin. Director of Public Works Norwalk, City of Mr. Earl Fink, Director of Public Works Chamber -Mix Concrete, Inc, has completed Six Million Sq. Yds, of similar work for City, State and Government Agencies in Southern California in the last EA - SIGNED L 3 r r c m z z m m A F_ Y L RWA u ■EWA co v cn c 3 3 D II�YN� II�I�IMI�Y�Illlllf IINIIYYIII�h�Ylfll �rnnen�� mill WIAN�IAIIAIRIIA� YNIYYIA�IIIIIIII� �IIIR�I�Ilfll�lllll� m z z m m A F_ Y L RWA u ■EWA co v cn c 3 3 D u x m m 1 0 FAN K-.7 rrin-4 Z O _ �T� Rn N ZLp Y c v U' WD-ir R w CD N C 3 3 a -t M YM BII�GNIIIIBIN� INIYIIYIIIIMN91hY ��nn�nm�mmair�n� �uIIIIIIIIIIIAIIRII tl���IINNI�I��INN�I aieiaueienu�wan rrin-4 Z O _ �T� Rn N ZLp Y c v U' WD-ir R w CD N C 3 3 a -t M YM -7/ June e4, 1968 TO: CITY COUNCIL rP.G; hlic Works Department SUBJECT: P...:3. »'. .'REET AND ALLEY SEAL CUA "N.G PROGRAM 1968 -69, :''ONTRACTS 1169, 1170, AND l.?'� i RE CTS? *tENDATI ONS Approve the Plans and Specifications. _.,t ^rize the City :lerk to advertise for bids to be opened on 1968 as folnws: E -1169 at 10:00 A.M. C -1'70 at 10:15 A.M. C -1171 at 10 :30 A.M, -i SCUS51r, : This procram consists of three separate contracts based upon, the use of three s"pd ?_�.e -eat cca -'. -g materials known as Fog Seal, Gilsonite Seal, and Slurry Seal. ^.e estimated cost of the work is: C -1369 Fog Seal $14,000 C -1170 GilsoniLe. Seal 20,000 C -1171 Slurry Seal 22,500 $56,500 Funds available are: r'isG - STREET PROJECTS (Non -Gas Tax) 1968 -69 ~reet and Alley Seal Coating Program 1968 -69 6 -a 4F 3i 154,000 PARK AND RECREATION FUND 1968 -69 Patch and Seal Coat Corona Del Mar Beach Parking Lot 21500 $56,500 The availability of the funds is contingent upon Council approval of these items as presented in the Capital Improvement Projects section of the 1968 -69 City Budget. These projects are being presented at this time because the nature of the seal coating materials is such that warm weather at the time of application considerably improves the results, and reduces the amount of time streets must be closed to traffic. The weeks required for advertising, award of contract, and preparatory work causes the ± ^ nc to be critical. The projects are separated according to the materials used so as co allow, co:;tractor-s to bid who may only work with one or two of the materials. The contract work consists of applying weed killer, surface cleaning. and applying the sealant. The sealant varies according to the type, age, and /or condition of the various pavement surfaces. 0 Paae Subject: Annual Street and Alley Seal Coating Program 1968 -69; (Contracts 1169. 1170 and 1171) r,{, priority of the areas to be e' has been established in the Street and Alley Maintenar-(: Study, The areas to be Fog Sealed in 4uJe portions•of Newport Shores, Old Newport, Dover Shores, and Eastbluff. The areas to be Q'ilsonite Sealed inclurlopportions of Old Newport, Lido Island, and Dover Shores. The areas to be Slurry Sealed t "iu,e portions of Newport Heights, West Newport, Back Bay Drive, Eastbluff, Corona del MAeys), Lido Island, and the Corona del Mar Beach Parking lot. The parking lot will'�lurry Sealed after a leveling course of asphaltic concrete has been placed in the spots.. This work will be accomplished in the interim under separate contract. It will be necessary to close these streets and alleys for varying lengths of time, Prior notice will be given to all residents affected by the work. The work will be coordinated to the extent possible with sumer traffic needs. It 1s emphasized however, that there will be some unavoidable inconvenien* to motorists. In particular, the work on the parking lot will be scheduled for the latter part of September. The estimated date of completion is October 1, 1968. Joseph T. Devlin Public Works Director DHW /Idg M CONTRACT 1171 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or Bidder's Bond made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require ! completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Sub - contractors 3. Page 4 - Bidder's Bond 4. Page 9 - Non - collusion Affidavit 5. Page 10 - Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder, For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at least one general partner is required, _ All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter. 9, Divi- sion III of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special' provisions be returned within 2 weeks after the bid opening. A non - refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No, 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach, The following is the schedule of revailiug wage rates, 1%6- 67, for a selective list of classifications. Together with the information included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective listing) (511166) (5/1/67) Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 ; 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chaser '3.78 3.93 Layi tuf all non- metallic pipe 4X1 4.16 I runne Classifications Vibratorman, Jack Hammer, Pneumatic Took, (except driller) 4.315 4.4445 0 crating Engineers /]/1/66) (7/1/67) Viler and signalman (Croup 1) 4,38 4,53 Ski loader (Less J'yd;) (Croup 2) 4.62 4.77 Rodrsan and Chairman (Group 3) 4.86 5.01 lustrumentman (Group 4) 4.97 5.12 Crude Checker (Group 5) 5.16 5.31 Pavement- breaker operator (Group 5) 5,16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters (5/1/66) (5/1/67) Dump Truck Driver (Less than 474s) 4.35 4,50 Water truck driver (2500 gal, to 4000 gal,) 4.53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15 5.15 Electrician (7/1/66) (7/1/67) Journeyman Wireman 6.11 6.55 (4/28/66) Lather 4.765 Painters. (7/1/66)_ (771/67) Journeyman - Spray 5.22 5.33 Pi trades ' ?,lumber 5.55 5:64 Any classification omitted herein shall be the prevailing cra t rate. Overtime; Sunday and, Holiday rates are at prevailing craft C -ICI) (J� 7 -6 i I., , .,y._ _�