HomeMy WebLinkAboutC-1294 - Slurry & fog seal coating program, alleys & streets 1970-71May 5, 1971
Ted R. Jenkins
5400 The Toledo Maples
Long Beach, California 90803
Subject: Surety : Pacific Employers Insurance Company
Bonds No. : M-155.263
Project : Annual Street and Alley Seal Coating Program
Contract No.: 1294
The City Council on April 12, 1971 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 April 15, 1971, in Book 9606, Page 987. Please notify your
surety company that bonds may be released 35 days after recording
date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
VMN RECORDED MAIL TO:
CITY CLEM
3300 W. Newport E(LVL t
Newport Beach, Calif
92660
11365
ff
NOTICE OF COMPLETION
PUBLIC WORKS
-..,r 9606puf987
RECORDED AT REQUEST
IN VFFICIAL RECORDS OI
ORANGE COUNTY, CALIF.
9:05 AM APO 15 1971
1. WYLIE CARLYLE, County Recorft
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 20, 1970
the Public Works project consisting of Annual Street and Alley Seal Coating Program,
Slurry and Gilsonite Seal, Contract 1294
on which Ted R. Jenkins
was the contractor, and Paci
was the surety, was completed.
CITY OF NEWPORT BEACH
Dire
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 April 13, 1971 at Newport Beach, California.
I, the undersigned, f _, .
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 12. 1971 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 April 13. 1971 at Newport Beach, California.
w
• a
CITY OF NEWPORT BEACH
CALIFORNIA
Apri113, 1971
Date :
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
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 Annnal Street and Alley Seal Coatb4
Program, Slurry and Gilsonite Seal Contract No. 1294
on which Ted R. Jenkins was the Contractor
and Pacific Employers insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:dg
Encl.
To
—G
DATE TIME
WHILE YOU WERE OUT
OF
telephoned
QCalled to see you 13 Will call again
❑ Wants to see you Returned your call
Me ss ge_
L . ,0
(s
W ((�scl' ECEWED
ITY CLERK(
v 1,197 C
CITY OF
WPORT BEACH,
CALIF. 3 1
SPACE ABOVE THIS LINE FOR RECORDER'S USE
NOTICE TO WITHHOLD
STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORMED
1 Yr • :171.1:•::4 ,rf.U:. a 1 Jr
NOTICE IS HEREBY GIVEN, That the undersigned has performed labor and /or furnished materials to Ted 1R_ .t _ king re, Tay,
general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lot
of Tract recorded in Book , Pages of Maps, of the
County Recorder of County, State of California, also described as afsceI laneoug Street,
City of Eevprt Aeatrh,_CaI if , California.
The following is a statement, in general terms, of amount of labor or kinds of material furnished:
Street sweeping prior to slurry seal.
The same has been furnished between the_18t—day of 0etober 119-70—,
and the 15th of Ostsber , 19_7D._. The amount in value of that already furnished
is Wight lbvadred eigbil --y one ?31d 95,1100
and the total amount agreed to be furnished was
Nothing has been paid on account of the above matters except V ($ was, ),
leaving a balance still due, owing and unpaid of
You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed
therefor for record under article two, title four, part three of the California Code of Civil Procedure.
Ca.aeraial Power Sweepion Ca
T PO E. Riafte St.
Dowpery, Cali :mpleta r4ss1
STATE OF CALIFORNIA
ss.
COUNTY OF
Donald J. Russell
being duly sworn, says that he
of Commercial Power Sweeping Co.
Firm
named as a claimant to the foregoing claim; that he has read the foregoing Notice to Owner of materials furnished or labor performed, and that he has
••••cwAJJwsaue YfuwRJlwrA0Se015.tbe[eN..@AQ the some is true of his own knowledge.
DOROTHY L. PALEN 10 1h November 70
ed and sworr��eWDlice this a day of ,/,.� _ , 19 —.
m State rt Caafornia A�� 'W
Principal Office In
Orange County
My Commission Expires Feb. 9, 1973 -- IAME (TYPED OR PRINTED)
W0LC0TT9 FORM 694, REV. 11 -ee
7 Z• o
,�
RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
+-- • —ir -�
Name
Street
Address
City &
State
L
J
W ((�scl' ECEWED
ITY CLERK(
v 1,197 C
CITY OF
WPORT BEACH,
CALIF. 3 1
SPACE ABOVE THIS LINE FOR RECORDER'S USE
NOTICE TO WITHHOLD
STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORMED
1 Yr • :171.1:•::4 ,rf.U:. a 1 Jr
NOTICE IS HEREBY GIVEN, That the undersigned has performed labor and /or furnished materials to Ted 1R_ .t _ king re, Tay,
general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lot
of Tract recorded in Book , Pages of Maps, of the
County Recorder of County, State of California, also described as afsceI laneoug Street,
City of Eevprt Aeatrh,_CaI if , California.
The following is a statement, in general terms, of amount of labor or kinds of material furnished:
Street sweeping prior to slurry seal.
The same has been furnished between the_18t—day of 0etober 119-70—,
and the 15th of Ostsber , 19_7D._. The amount in value of that already furnished
is Wight lbvadred eigbil --y one ?31d 95,1100
and the total amount agreed to be furnished was
Nothing has been paid on account of the above matters except V ($ was, ),
leaving a balance still due, owing and unpaid of
You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed
therefor for record under article two, title four, part three of the California Code of Civil Procedure.
Ca.aeraial Power Sweepion Ca
T PO E. Riafte St.
Dowpery, Cali :mpleta r4ss1
STATE OF CALIFORNIA
ss.
COUNTY OF
Donald J. Russell
being duly sworn, says that he
of Commercial Power Sweeping Co.
Firm
named as a claimant to the foregoing claim; that he has read the foregoing Notice to Owner of materials furnished or labor performed, and that he has
••••cwAJJwsaue YfuwRJlwrA0Se015.tbe[eN..@AQ the some is true of his own knowledge.
DOROTHY L. PALEN 10 1h November 70
ed and sworr��eWDlice this a day of ,/,.� _ , 19 —.
m State rt Caafornia A�� 'W
Principal Office In
Orange County
My Commission Expires Feb. 9, 1973 -- IAME (TYPED OR PRINTED)
W0LC0TT9 FORM 694, REV. 11 -ee
7 Z• o
,�
r
PURCHASE ORDER NO. 4474
'�
�: F NEWPORT BE& INVOICE R DUPLICATE
/
THIS ORDER NUMBER `MUST
APPEAR ON ALL BILLS ICES, LAO-
,3300 I
NEWPORT BOULEVARD. . INS, EIPRESs - RECEIPTS LAND
NEWPORT �ACH, CALIFORNIA 92660 _ - PACKAGES
PXtIgR-.,�)i4);6 %3 -2110 DELIVERY TICKETS "ALL IN-
.. - 'CLUBE.UNIT PRICE.
jki
VENDOR -
[ Ted R. Jenkins
5400 The Toledo Raples
Long Beach, Calif. 90803
cM 10 Y 1
QUANTITY
DESCRIPTION OF ARTICLES OR SE RVICESRUIRED -. -
UNIT PRICE
TOTAL
Seal coat grogr" 1970 -71, as per gontract
19,468.00
Contract 01294
Resolution 7278
FOR CITY
USE ONLY
I M P O R T A N T
CITY OF NEWPORT BEACH
CODE
AMOUNT
_
!- 3374 -232
19,468.40`
Show as a separate item any retail sales tax, Use tax
or Federal tax applicable to this purchase. -
'---
This order. subject to California sales tax.
AU allowable transportation charges must be prepaid
D. W. MEANS
and shown as a separate item on the invoice. Dc not
PURCHASING AGENT
include Federal transportation tax.
DEPARTMENT ° COPY
iI
CITY OF NEWPORT BEACH
Date
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. C-IM
Project gel Lbat basin 197041
Attached are 2 executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor:
Address: 5400 nA Tole& Nvlea
Lang • CA 90803
Amount: $ 049.469.00
Effective Date: D-12-70
Resolution No. I229 adopted on 9 -14-?0
LL-.dg
Att.
cc: Finance Department ❑
J
d
7 2 7 8
A USOLVrica Cm vowcv� OF rds CITY
Vwpoxm Awu ;Vvr'A1wx" A ccwra%CT PM
=" UM , STR,;IZT AN MALL UAL COW L'ROW"m
CIW'i�R,'WT NO. �1294,
p�,irssan,,: to the nog ic.. invitJinq bide for work
in conxm.w-Iiaa tvita ANSUA4 ; SMWT AS;: A%= i4" COAT PROORM, in
*:hj p1la-iovand Wcjfic•4tion-� he"tofore iJUMte4d,
c, ivjd.00 the A± -wl 4 a of S@tptqmbor, 1970, 4nd publicly
Y]MAMAJ, it -ppears that the 10 x bid& r
th,'irofor i s Tad n, J,-,.nj'cjjj:s �., Inc., .4oag Swacb,
Savo B.� IT MOLD by t1m city Council of
the city of malqport Bi4ch thLt the bid of Tad R. Jm*in- Co., Inc.,
f*A- the w1ork in tht-, moant of "" -'9,4681.00 be uccepted, ;Ind that
t-be cvatr4ct f9w the work bk� 4w4rded to uAuld biddarl
BE 1T MTRU, RE;30LVXD Lb At the WAyor 4ad City Clark
ire Ifteroby �md direct: --d to uxacutt w contract in ic-
cvrdancill With th,-- 3P00ifiCAti0n'1-,• 1iid and this aw4rd an beh-Alf of
th a C 1. t -
y of Newport &,kdh, _md chat „bye City Cl(,.4rk be dir-geted to
'ftrnik"h An axtcuUd covi to the • iumiiaftl biddor.
.Az*m� thj''s 111]l as�q Of zapt�or 192�)--
M-tyov
A=IUA �
TUB a .gib
9/6/70
ZENITNATIO R IMBUE AM
2930 WEST IMPERIAL HIGHWAY INGLEWOOD, CALIFORNIA 90303 Telephone 757 -0211
AMENDED
CERTIFICATE:9F INSURANCE
CERTIFICATE HOLDER AND ADDRESS:
CITY OF NEWPORT BEACH
CITY HALL - PROJECT ENGINEER
330 We NEWPORT BLVD.
NEWPORT BEACH, CALIFORNIA
NAMED INSURED AND ADDRESS:
TED R. JENKINS
5400 THE TOLEDO NAPLES
LONG BEACH, CALIFORNIA 90803
THIS IS TO CERTIFY THAT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES,
ISSUED BY THE COMPANY, ARE IN FULL FORCE AND EFFECT:
Name of Coverage
Policy
Effective
Expiration
Limits of
Number
Date
Date
Liability
Workman's Compensation
Statutory
Public Liability—Bodily Injury (Not Auto)
$ ,000 each person
CG 12212
7 -18 -70
7 -18 -71
000 each occurrence
Public Liability — Property Damage (Not Auto)
$ 7k ,000 each occurrence
(Explosion, Collapse, Underground Hazards
Not Covered Unless Otherwise Stated Herein)
CG 12212
7-18-70
$ 7k ,000 aggregate
Products— Botlily Injury
$ '/t ,000 each person
pence
CG 12212
7 -18-70
7 -18 -71
$ i� .000 aggregate
Products — Property Damage
$ {[ ,000 each occurrence
CG 12212
7-18 -70
7-18 -71
$ * ,000 aggregate
Specific Contractual — Bodily Injury
CG 12212
%— 8— O
— 8—
,000 each person
(Other Than Incidental Contracts As Defined
_
In the Policy)
BLANKET
$ 'x' ,000 each occurrence
Specific Contractual — Property Damage
(Other Than Incidental Contracts As Defined
CG12212
7 -18 -70
7 -18 -71
$ * ,000 each Occurrence
In The Policy) BLANKET
$ iF ,000 aggregate
rw*_0,000. AS PER SIN
LE LIMIT
ND.
DESCRIPTION OF PREMISES AND /OR OPERATIONS COVERED:
CITY OF NEWPORT BEACH TO BE NAMED AS ADDITIONAL INSURED
The Company will gG11q KUXp(give ten (10) days' written notice to the above Named Certificate - holder should any
of the above described policies be cancelled before the normal expiration date thereof, DGIQ)Q1Q "XA0§*XX1YDFJ(
XdI4tAkXskIXaXd6�( d6�4) fiWCdIBlI�lf dL lif rXJ41UGX9GIH( rXd( �Cl(r YrlUfXaBX1¢1616XiXX�6iad�lWf>�X BY REGISTERED MAIL
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVE ENDS, EXTENDS OR ALTERS_THE COVERAGE AF-
IC
BY THE POLICIES INDICATED ON THIS CERTIFICATE UNDER POLICY UM R, EXCEPT /AS'- -HERE ! N .INDICATED
DATED AT I NGLEWOOD, CALIF. Z H ATION 911ANNE- CWQR6�lY.ciJ_
This 2 day of OCTOBER 19 70 JC , ✓
-
AUTHORIZED EPRESENTATt -'
(The Attaching Clause need be compieby when this endorsement is issued subsequent to preparatio a policy.)
LIABILITY L gilts
B ili (Ed. 7.66)
ADDITIONAL INSURED
(State or Political Subdivisions — Permits Relating to Premises)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
OWNERS', LANDLORDS' AND TENANTS' LIABILITY INSURANCE
STOREKEEPER'S INSURANCE
This endorsement, effective SEPTEMBER 28, 1970
112:01 A. M., standard time)
issued to TED R. JENKINS
by ZENITH NATIONAL INS. CO.
SCHEDULE
forms a part of policy No. CG 12212
Designation of State or Political Subdivision:
CITY OF NEWPORT BEACH
CITY HALL PROJECT ENGINEER
330 W. NEWPORT BLVD.', NEWPORT BEACH, CALIF.
It is agreed that the "Persons Insured" provision includes as an insured any state or political subdivision designated in the schedule above, subject
to the following additional provisions:
1. The insurance for any such insured applies only with respect to such of the following hazards for which the state or political subdivision has
issued a permit in connection with premises owned by, rented to or controlled by the named insured and to which the Bodily Injury Liability Coverage
applies:
(a) the existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes,
driveways, manholes, marquees, hoistway openings, sidewalk vaults, street banners or decorations and similar exposures;
(b) the construction, erection or removal of elevators;
(c) the ownership, maintenance or use of any elevators covered by the policy.
2. It Property Damage Liability Coverage is not otherwise afforded, such insurance shall nevertheless apply with respect to operations performed by
or on behalf of the named insured in connection with the hazard for which the permit has been issued subject to the limits of liability stated herein.
Premium Limits of Property Damage Liability
$ i each occurrence PREMIUM FOR THIS END. $11.00 MIN.
S aggregate
AurnERTlc END. #11 10 -2 -70 JC
A-STOCK CASUALTY
INSURANCE COMPANY
CERTIFICATE OF INSURANCE WORKMEN'S COMPENSATION
TO: City of Newport Beach
City 11*11 - Project Engineer
3300 W. Newport Blvd., policy No. P69011 Agency:
Newport Beach, Calif. Keystone Bond & Ins.
p From: 9-8-70 476 S. Pasadena Ave.,
Emp'Te'd R. Jenkins To: 9- 11 8-71 Pasadena, Calif.
5400 The Toledo Naples
Long Beach, Calif. 90803
THIS IS TO CERTIFY that we have issued to the above named employer a valid Workmin's Compensation Insurance policy
In a form approved by the Insurance Commissioner of the State of California.
DESCRIPTION OF OPERATIONS COVERED
All operations of the Insured which ar-?.7 P under this policy.
Project # C-1294
I kCITY OF
NEWPORT BEACK
��p CALIF.
This policy shall not be cancelled nor reduced In coverage unfi
reduction In coverage shall have been mailed to this certificate
notice of such cancellation or
COUNTERSIGNED AT Pasadena, Calif.
this 28th dayof September 1% 70
ZENITH NATI01Z INSURANCE COMPANY
CG dw AUTHORIZED Rrp* SENTATIVE
cc-
cc-
cc-
WC-46 Aeoo 3-10
14
HNITHIIATIONAL INSOBUE MANY
- _ 2930 WEST IMPERIAL HIGHWAY INGLEWOOD CALIFORNIA 90303 Telephone 757-0211
REGE14E0
CERTIFICATE OF INSURANCE �2
CERTIFICATE HOLDER AND ADDRESS:
City of Newport Beach
City Hall - Project Engineer
330 W. Newport Blvd.,
NewportnBeach, Calif.
CI -Y JF
CA111F. i
NAMED INSURED AND AD S
Ted R. Jenkins
5400 The Toledo Naples
Long Beach, Calif. 90803
THIS IS TO CERTIFY THAT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES,
ISSUED BY THE COMPANY. ARE IN FULL FORCE AND EFFECT:
DESCRIPTION OF PREMISES AND /OR OPERATIONS COVERED: Project #C -1294
City of Newport Beach to be named as additional insured.
The Company will emihomeaOBive ten (10) days' written notice to the above Named Certificate- holder should any
of the above described policies be cancelled before the normal expiration date thereof
61xim BY REGISTERED MAIL.
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AF-
FORDED BY THE POLICIES INDICATED ON THIS CERTIFICATE UNDER POLICY NUMBER., EXCEPT AS HEREIN INDICATED.
DATEDAT Pasadena, Calif.
This 28th day of September
vc lea Io.a
ZENIT�N�`'" URANCE COMPANY
19 70
dw AUTHORIZED RESENTATIVE
Policy
Effective
Expiration
Limits of
Name of Coverage
Number
Date
Data
Liability
Workmen's Compensation
Statutory
Public Liability—Bodily Injury (Not Auto)
CG12212
7 -18 -70
7 -18-71
$ * ,000 each person
$ ,000 each occurrence
Public Liability— Property Damage (Not Auto)
It
Y
fl
$ .K. .000 each occurrence
(Explosion, Collapse, Underground Hazards
Not Covered Unless Otherwise Stated Herein)
$ • ,000 aggregate
Products—Bodily Injury
$ 000 each person
n
It
it
$ iF ,000 each occurrence
$ 1F ,000 aggregate
Products — Property Damage
$ .000 each occurrence
if
II
ft
$ M ,000 aggregate
Specific Contractual — Bodily Injury
$* ,000 each person
(Other Than Incidental Contracts As Defined
of
h
it
In the Policy) BLANKET
*
$ ,OOD each occurrence
Specific Contractual— Property Damage
$ {, ,000 each occurrence
(Other Than Incidental Contracts As Defined
In The Policy) BLANKET
p
11
If
#
$ ,000 aggregate
DESCRIPTION OF PREMISES AND /OR OPERATIONS COVERED: Project #C -1294
City of Newport Beach to be named as additional insured.
The Company will emihomeaOBive ten (10) days' written notice to the above Named Certificate- holder should any
of the above described policies be cancelled before the normal expiration date thereof
61xim BY REGISTERED MAIL.
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AF-
FORDED BY THE POLICIES INDICATED ON THIS CERTIFICATE UNDER POLICY NUMBER., EXCEPT AS HEREIN INDICATED.
DATEDAT Pasadena, Calif.
This 28th day of September
vc lea Io.a
ZENIT�N�`'" URANCE COMPANY
19 70
dw AUTHORIZED RESENTATIVE
CONTRACT NO, 1294.
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
C qrrY C /.Elf i<
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM
SLURRY AND GILSONITE SEAL
Approved by the City Council
this 10th day of August 1970
LAURA LAGIOS, City .Clerk
SUBMITTED BY:
Ted R. Jenkins
Contractor
5400 the Toledo
XUPess
Na les Lon Beach 90803
(213) 439 -9551 p
CITY OF NEWPORT BEACH
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM
SLURRY AND GILSONITE SEAL
CONTRACT NO. C -1294
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport BoueVard
Newport. Beach, California 92660
Gentlemen:
PRIofI
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1294
in accordance with the Plans and Specifications, and will take in full payment therefor
the following unit prices 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. 740 Slurry Seal Coat (SS -1 -h)
Extra applied in place
Long Tons
@ Eighteen Dollars Dollars
and
F Cent Cents $ 18.40 $ 13,616.00
er x ra Long Ton
2. 7,600 Gilsonite material seal coat,
Gallons complete in place
@ Seventy Seven Dollars
and
C nt Cents $ .77 $ 5.852
er a on
TOTAL PRICE WRITTEN IN WORDS:
Ninteen Thousand Four Hundred Dollars
and
Sixty Eiaht Dollars Cents
$ 19.468
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 3rd day of September, 1970, at which time they will
be opened and read, for performing work as, follows:,,
ANNUAL STREET AND ALLEY SEAL COAT PROGRAM, 1970 -71
CONTRACT NO. C -1294
Bids must be submitted on the proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the proposal form is to be
retained by the bidder for his records.
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 title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signatures and titles of the persons signing on
behalf of the bidder. For Corporations, the signature of the President or Vice President
and Secretary or Assistant`Secretary are required and the Corpora a ea sha e a xe
to al ocuments requiring signature. In the case of a partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
Contractor shall state his license number and classification in the Proposal.
Plans. and contract documents, including special provisions, 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 and contract
documents issued to others. It is requested that the plans and dontract- documents be
returned within 2 weeks after the bid opening.
The City has adopted the Standard S eci.fications for Public Works Construction (1970
Edition and Supplements) as prepare y the Southern California apters o e American
Public Works Association and the Associated General Contractors of America. Copies may
be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034,
(213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
City of Newport Beach, California
Notice Inviting Bids
0
Page la
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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 performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution 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 -1781 inclusive).
E
0
Page 2
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. Im case of an error
in the extension of a unit price, 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 under-
signed 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 bind 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 No. 253619 Classification Q9
Accompanying this proposal is I r nce o Bid Bond No. M -136 740
as er i ie ec Cas ier s ec 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.
439 9551 (213)
�Fione Number
September 3 1970
ate
Ted R. Jenkins
Bidder's Name
(SEAL)
/s/ Ted R. Jenkins
Author i771 gna
%,a �
L,
Individual
Type of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
0 0
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 sub - contractors listed
will be used for the work for which they bid, 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
1
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder's Name
Authorized Signature
Type of Organization
(Individual, Co- partnership or Corp)
Address
FOR ORIGIIJ , SEE CITY CLERK'S FILE COPY •
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, Ted R. Jenkins, an individual , as Principal,
and PACIFIC EMPLOYERS 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
Slurry and gilsonite, Annual Street and Alley Seal Coating Program (C -1294)
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 28th day of
August , 1970
Corporate Seal (If Corporation) s Ted R Jen ins
j r n pa
(Attach acknowledgement of
Attorney in Fact)
Helen M. Smith. Notary Public
Commission Expires November 12, 1973 PACIFIC EMPLOYERS INS
ty URANCE COMPANY
ure
By /s/ John F. Sargeant
Title Attorney -in -Fact
PAGE 7
BOND NO: M- 1551263
PERFORMANCE BOND PREMIUM: $97.50
EFFECTIVE: 9/24/70
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED September 14, 1970
HAS AWARDED TO Ted R. Jenkins, an individual
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM, SLURRY AND GILSONITE SEAL
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK
OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
SAID CONTRACT;
NOW, THEREFORE, WE, TED R. JENKINS, an individual
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
PACIFIC EMPLOYERS INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
NINETEEN THOUSAND FOUR HUNDRED SIXTY EIGHT DOLLARS ($ 191468.00
SAID SUM BEING EQUAL TOI 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 BE 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 NLL. 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.
4
q"
• • PAGE 8
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY, FOR VALUE RECEIVED,.HEREBY STIPULATES AND AGREES THAT NO CHANGE
EXTENSION OF TIMED 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 BONDS AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGES EXTENSION OF TIMES 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 WHEREOFs THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 24th DAY OF September , 196( 70 ,
APPROVED AS TO FORM:
ITY ATTOOJEY
SEAL)
(SEAL)
PACIFIC EMPLOYERS INSURANCE _WrY
SURETY
STATE OF CALIFORNIA
Los Angeles as.
COUNTY OF ------ ................... . ........ .........
24th
Onthis -------------------- - ----------------------------------- .................. day of
Helen M. Smith
September 70
............... .. - - ------------------------------------------------------- 19_.__._.._., before me
a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
John F. Sargeant
�- - -1
I 7r: M- F known m me to be the Attorney-in-Fact: of Pacific Employers Insurance Company, the Corporation
IT H that executed the within instrument and also known to me to be the person who executed the within
.. , F-,';.'IiA instrument on behalf of the Corpor ion therein named and acknowledged to me that such Corpora-
tion executed the
:. Zty
%P.y Corninission Expires 12, 1973
Nowt' Public, in and for the S!&T 4)fC%Ufc.n,!is6 CDuMof_-:. _...._.___.._..._.........._.._
• • PAaE 5 "
LABOR AND MATERIAL BOND BOND NO: M- 155,263
PREMIUM INCLUDED IN THE.
KNOW ALL MEN BY THESE PRESENTSp THAT PERFORMANCE BOND
WHEREAS,. THE CITY COUNCIL OF THE CITY OF NEWPORT BEACHq STATE OF CALIFORNIA
BY MOTION ADOPTED September 14, 1970 -
HAS AWARDED TO Ted R Jenkins ,an individual ,
HEREINAFTER DESIGNATED AS THE 11 PRINCIPAL", A CONTRACT FOR
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM - SLURRY AND GILSONITE SEAL
IN THE CITY OF NEWPORT BEACHy IN STRICT CONFORMITY WITH THE DR'AW'INGS 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 3USCONTRACTOR3p SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS# PROVENDERp OR OTHER SUPPLIES OR TEAMS USED INS UPONP FORS
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONEE OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KINDp,THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTHI
NOWT THEREFOREO WE TED R. JENKINS, an inddvidnal
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
PACIFIC EMPLOYERS INSURANCE COMPANY
AS SURETY, ARE HELD FIRMLY 86UND. UNTO THE CITY OF NEWPORT BEACMp IN THE SUM OF
NINE THOUSAND SEVEN HUNDRED THIRTY FOUR DOLLARS 4 .9,734.00
�s
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 HEIRSp EXECUTORS AND ADMIN13TRATORSS SUCCESSORS OR A331GNSp
JOINTLY AND SEVERALLYI, FIRMLY-BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCHO THAT IF THE PERSON OR HIS SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALSs PROVISIONS, PROVENDERp 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 SAMEO IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BONDS AND AL30p IN CASE SUIT IS BROUGHT UPON THE BONDI A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURTS AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE.BF CALIFORNIA•
i
• •
PAOE 6
(LABOR AND MATERIAL BOND - CONTINUED)
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
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SMALL 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 24th DAY OF September , I.96c 70 ,
(StAL)
SEAL)
(SEAL)
CONTRACTOR
AL)
J (SEAL)
J H F. SARGE9n- - Attorney -in -fact
PACIFIC EMPLOYERS INSURANCE C wrfLT
SURETY _ -
APPROVED AS TO FOR t
i ZV
ITY ATT ONEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTESTS
CITY 'CLERK
STATE OF CALIFORNIA
COUNrr OF.._Lo _
-- ..An 9 e 1 es
_- --_.._--------- -----------
On this -------------------------- 24th
day of ............................... September - E9-- 7�....., before me
Helen M. Smith
.........-_...-......._.-._...-_...-.._..._......_....._.._ ......_..._._.......__I.__.__., a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared ....................... ...............................
John F. Sargeant
........... ....................... .............._........._....._... ..............................-..................... ................... .......
known to me to be the Attorney -in -Fact of Pacific Employers Insurance 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 to me that such Corpora.
don executed the same
jj -.v7y -
3
i............. _ .........................._..._ ....!.-. 1-........................_..... ......._.......................
PE612I - Notary te Public in and for the Sa of California, County of
� � � - _.__
Page 9
NON- COLLUSION AFFIDAVIT
The bidders, 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 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
affiants or either of them has not directly or indirectly, entered into 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
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 contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor 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 this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever 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 3rd day of September ,
.19 7Q.
My commission expires:
August 1, 1972 /s/ Eileen F. E1 got
arm ubliic
FOR ORIGIto, SEE CITY CLERK'S FILE COPY •
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
igne
• 0
Page 1 O
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.
1970 Orange County Road Department John Patritk 834 -5046
1970 City of E1 Centro 352 -4011
1970 City of Downey (213)861 -0361
1970 (Current ) City of Cypress 828 -2200
1969 City of Barstow 256 -3531
City of Norwalk 868 -3254
7 years experience with various cities and government agencies
PAGE II
CONTRACT
THIS AGREEMENT, MADE AND ENTERED INTO THIS %afH DAY OF CCrVZ?.GR , 19029-o
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND Ted R. Jenkins, an individual
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSEITH. THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS
I.. 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
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM - SLURRY AND GILSONITE SEAL
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; 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.
Z. 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 SMALL 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
OOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO 00 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 SPECIFICATION'S; 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 AGREEMENT.
2/7/67
• 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.
CITY OF NEWPORT BEACH, CAL I RNIA
MAYOR
ATTEST: r
ITY CLERK
�e d p _ ic, n.
CONTRACTOR
SE
BY:
BW.oPI�
TITLE
BY:
APPROVED AS TO FORM:
ITY ATTO EY
TITLE
r
r1
LJ
I. SCOPE OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
SEAL COAT PROGRAM, 1970 -71
CONTRACT NO. 1294
SPIof4
The work to be done under this contract consists of the slurry seal and Gilsonite
seal coating of various alleys and streets in the Newport Heights, Newport Center,
and Corona del Mar areas, and of parking lots on Balboa Peninsula, all in the City
of Newport Beach.,
The contract requires completion of all the work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Project Plan (R- 5159 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are the Standard Specifications for Public Works Construction; (1970 Edition).
II. COMPLETION OF WORK
The Contractor shall commence work within five (5) days after execution of the
contract by the City and shall have completed all work as outlined herein within
forty (40) calendar days thereafter.
III. PAYMENT
The unit price bid per extra long ton of slurry seal coat and per gallon of Gilsonite
seal coat shall include full compensation for all labor, materials, equipment, and
transportation required for seal coating the asphalt pavements.
IV. 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 work shall begin until the entire
schedule is approved in writing by the City. Deviation from the approved schedule
may require cessation of the work until a revised schedule has been submitted and
approved. Contract working time will be charged during the period of cessation of
work and approval of the revised schedule.
V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 and
302 -4.4 of the Standard Specifications.
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 completed.
• 0 SP2of4
Spillage resulting from hauling operations along or across any public right of way or
private property shall be removed immediately by the Contractor at his expense.
The Contractor shall maintain one traffic lane open at all times on Flagship Road
from Spindrift Way to Dana Road, Dana Road, and on Ocean Front from Newport
Pier to 22nd Street.
The Contractor may elect to seal one half of the following streets, but must
maintain a minimum of one traffic lane open at all times in both directions on:
Flagship Road between Hospital Road and Spindrift Way, Production Place between
Monrovia Avenue and Placentia Avenue, on Placentia Avenue, San Joaquin Hills Road
between Jamboree Road and Marguerite Avenue, Pacific View Drive between San Joaquin
Hills Road and Marguerite Avenue, Santa Cruz Drive, Santa Rosa Drive, San Nicolas
Drive.San Miguel Drive, Newport Center Drive, Newport Center Drive East, Newport
Center Drive West, Crown Drive North between Crown Drive and San Joaquin Hills Road,
Goldenrod Avenue between Crown Drive and Windover Drive, Blue Water Lane between
Crown Drive North and Lighthouse Lane, Marguerite Avenue between Pacific View
Drive and East Coast Highway, and on Harbor View Drive westerly of Marguerite Avenue.
The remaining alleys.and parking lots may be closed to traffic during the sealing
operations. The Contractor will be permitted to close only alternating streets
in enclosed tract areas.
The Contractor shall furnish temporary "NO PARKING" signs and post the streets to
be sealed twenty -four (24.) hours in advance of his sealing operations. The signs
shall be made of white or buff card stock with'a minimum weight of 120 pounds. Signs
shall have minimum dimensions of 15 inches wide and 18 inches high.
The signs shall be lettered in red except for the date of work and shall conform to
the dimensions shown below:
TEMPORARY 2"
NO PARKI NG 9
TOW AWAY ZONE T I V�
6AM. TO 6P.M. � I1Y2
C.V. C. 22652 B 1 *1 4
Ir
NEWPORT BEACH POLICE DEPT.
073-2211
The Contractor shall insert in black the date of work for the street or alley to be
posted. A copy of the required sign is on file for inspection at the Public Works
Department.
t •
SP3of4
VI. NOTIFICATION TO RESIDENTS AND BUSINESSES
Twenty -four (24) hours in advance of applying the seal coating, the Contractor shall
distribute written notices, furnished by the City, stating when his operations will
start and end and alerting residents of temporary inaccessibility to their properties,
and approximately when the street or alley will be restored to normal vehicular use.
Errors in distribution, false starts, acts of God or other alterations of the schedule
will require renotification, using an explanatory letter prepared by the City and
distributed by the Contractor.
VII. 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 adherence and
penetration of the material to the pavement surfaces.
VIII. SEAL COAT MATERIALS AND APPLICATION
A. Slurry Seal
Slurry seal coating materials and their application shall conform to Sections
203 -5 and 302 -4 of the Standard Specifications. Spreading of materials shall
be restricted to Monday through Friday. Spreading operations may be suspended
when, in the opinion of the Engineer, adverse weather conditions would cause
unsatisfactory results in the completed work.
The rate of application of the slurry mixture shall be approximately one (1)
pound per square foot of surface. The thickness of application of the slurry
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.
Special attention is called to Paragraph 3 of Section 302 -4.3 of the Standard
Specifications regarding even spreading of the material to eliminate ridges
and seams.
Gilsonite Seal
Gilsonite seal coating materials shall be liquid asphalt refined from natural
Gilsonite and their application shall conform to Sections 203 -2.2, 203 -2.5,
and 203 -2.6 of the Standard Specifications, except that the liquid asphalt
shall conform to the following requirements:
Kinematic viscosity @ 1400F, cs., ASTM D -445: 10 -20
Tests on residue from distillation to 6800F,
ASTM D402:
Penetration @ 770F, 5 sec, 100 gms 2 -5
Softening Point, R &B, OF 190 -220
Solubility CC14 % min., 99.5
Water, % Max. 0.1
Gilsonite Residue, % by weight 36 -42
HCL Precipitation value, % minimum 30
The temperature of the material at application shall be between 650
and 1009F.
• SP4of4
The manufacturer of the material to be used shall certify as
to compliance with these specifications.
The City may have samples of the material to be used tested
by a laboratory of its choice.
Application of materials shall be restricted to Monday through Friday between
the hours of 7:00 A.M. and 1:00 P.M. Gilsonite shall not be applied when
either atmospheric or pavement temperature is less than 600F. The rate of
application shall range between 0.10 to 0.15 gallons per square yard. The
speed of the equipment shall be as directed by the Engineer. Spreading
operations may be suspended when, in the opinion of the Engineer, adverse
weather conditions would cause unsatisfactory results in the completed work.
IX. WATER
If the Contractor desiresto use available City water, it shall be his responsibility
to make arrangements for water purchases by contacting the City's Utility Superin-
tendent, Mr. Phillips at (714) 673 -2110, Extension 272.
CONTRACT NO. 1294
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM
SLURRY AND GILSONITE SEAL
Approved by the City,Council
this 10th day of August 1970
LAURA LAGIOS. City.Cl.erk
SUBMITTED BY:
Ted R• Jt k�v.s
on ram cto`r
54UU l !mac T ieda
resdd —'
Na les Lswc ` tare '76,& b
Zip
r
0 0
CITY OF NEWPORT BEACH
ANNUAL STREET AND ALLEY SEAL COATING PROGRAM
To the Honorable City Council
City of Newport Beach
3300 West Newport BoueVard
Newport Beach, California 92660
Gentlemen:
SLURRY AND GILSONITE SEAL
CONTRACT NO. C -1294
PROPOSAL
PR 1 of 1
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids; has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1294
in accordance with the Plans and Specifications, and will take in full payment therefor
the following unit prices 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. 740 Slurry Seal Coat (SS -1 -h)
Extra applied in place
Long Tons r �� \ / /
@ �; �� � h a 5 Dollars
and
Cents
er tra Long Ton
2. 7,600 Gilsonite material seal coat,
Gallons complete in place
@ Doll ars
and
C' mow% Cents $
er a I I on
TOTAL PRICE WRITTEN IN WORDS:
Drs., c
c P Dollars f
and
Cents $.
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 3rd day of September, 1970, at which time they will
be opened and read, for performing work as follows:.
ANNUAL STREET AND ALLEY SEAL COAT PROGRAM, 1970 -71'
CONTRACT NO. C -1294
Bids must be submitted on the proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the proposal form is to be
retained by the bidder for his records.
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 title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signatures and titles of.the persons signing on
behalf of the bidder. For Corporations, the signature of the'President.or'Vice President
and Secretar or Assistant Secretary are required and the Corpora' —ial sha e a xe
to a1T documents requiring signature. In the case of a partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in.accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
Contractor shall state his license number and classification in the Proposal:
Plans, and contract documents, including special provisions, 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 and contract
documents issued to others. It is requested that the plans and dontract- documents be
returned within 2 weeks after the bid opening.
The City has adopted the Standard S eci.fications for Public Works Construction (1970
Edition and Supplements) as prepare y the southern a orm a apters o e American
Public Works Association and the Associated General Contractors of America. Copies may
be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034,
(213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
Ll
City of Newport Beach, California
Notice Inviting Bids
0
Page la
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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 performed for each craft, classification,.or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution 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 -1781 inclusive).
:s
PACIFIC EMPLOYERS INSURANCE COMPANY
A MEMBER OF
PACIFIC EMPLOYERS GROUP (01 OF INSURANCE COMPANIES
HOME OFFICE - LOB ANGELES. CALIFORNIA
BID BOND
60gd No. M- 1369740
KNOW ALL MEN BY THESE PRESENTS:
That Ted Re Jenkins, an individual
(hereinafter wiled the Prindpa I
as Principal, and the PACIFIC EMPLOYERS INSURANCE COMPANY, a corporation created and existing under the laws of the State of California,
with its principal office in the City of Los Angeles, California (hereinafter called the Surety) as Surety, are hold and firmly bound unto
City of Newport Beach, 3300 W. Newport Boulevard, Newport Beach,
California 92660
(hominafler wiled the Obligee),
in the full and lust sum of Ten per cent of the amount bid
Dollars
10% of bid
(S ), good and lawful money of the United Slates of America, to the payment of which sum of money well and troy to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and coigns, jointly and
severally, firmly by these presents.
Signed, sealed and dated this 28th ,t,a, of_ August A.D., 19 70
THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Obliges shall make any award to the Principal for
Slurry and cilsonite, Annual Street and Alley, Newport Beach,
California - Contract #C1294
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of said proposal or bid And award and shall give bond for the faithful performance thereof with the PACIFIC
EMPLOYERS INSURANCE COMPANY, as Surety, or with other Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure
so to do, pay to the Obligee the damages which the Obligee may suffer by ,Boson of such lion, not on he penalty of this hand, then this
obligation shall be null and void; otherwise it shall be and remain in full force and ed.
In Testimony hereof, the Princi and Sure have roused these
y poll ry presents to b uIV nod nd ed.
WITNESS: (seal)
Ted en ns
(Sean
(Seal)
(If Individual or Firm)
ATTEST: (Seal)
Premium for this bond is included in Principal
the charge for(If6tr9Prcbq*d Service PACT ►IC EMPLO INSURANCE COMPANY
undertaking
B
Y
O F • S aI ge a Affomepin -Fad
STATE OF CALIFORNIA
COUNTY OF Los Angeles
On this 28th day of August 19 �n before me
Helen M. Smith _ a Notary Public, m and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally uppearod
John F. Sarcerant
known to me to be Ike Attorney -in -Fad of Pacific Employers Insurance Company, the Corporation
^^- --- -- ]ID73 hat exec uted the within instrument nd else known to me to be the person who executed the within
nstrument on behalf of the r lion therein named nd acknowledged to me that such Corpora ion executed the name.
kly Ccmrri°S JO ," :a J. iNotary Public in and for the State of California, County
PEB -15
{'
i
to
<
UJ
0
53
0
S
zoi
W
W
Y
H
u
W
u
U.
i
V
N
_
G i
a�
:o
<
1._
S
H
W
O
i
to
<
UJ
0
W
H
u
U.
i
G i
a�
:o
1._
W
_
12
to
m
Z
O O
O
Z r►
v
v
6
i
to
<
UJ
W
H
u
U.
i
G i
a�
:o
1._
PACIFICOPLOYERS INSURANCE, -COWAI&
♦ A MEMBER OF
PACIFIC EMPLOYERS GROUP 4W Of INSURANCE COMPANIES
HOME OFFICE - LOS ANGELES. CALIFORNIA
POWER OF ATTi(RNEY
KNOW ALL MEN BY THESE PRESENTS:
That, PACIFIC EMPLOYERS INSURANCE COMPANY, by ROBLRT A. rDMzCsAH
its Sr. Vine President, in pursuance of authority granted by Resolution of its Board of Directors at a meeting called
and held on the 19th day of May, 1939, which said Resolution has not been amended or rescinded and of which the following is a
true, full and complete copy:
"RESOLVED: That the President or any Vice - President may from time to time appoint Attorneys -in -Fact to represent and
act for and on behalf of the Company, and either the President or any Vice - President, the Board of Directors or Execu-
tive Committee may at any time remove such Attorneys -in -Fast and revoke the Power of Attorney given him or her; and
be it further
"RESOLVED: That the Attorneys -in -Fact may be given full power to execute for and in the name of and on behalf of the
Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or under-
takings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and
sealed and attested by the Secretary."
does hereby nominate, constitute and appoint Joni F. SARGEA_VT of Los Angeles, California
its true and lawful Attorney -in -Fad, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed:
arty anti all bonds aru! undertakings of suretyship not to exceed $100,000.00 mach.
IN WITNESS WHEREOF the said Sr. Vice President has hereunto subscribed his name and affixed the cobppo-
rate seal of the said PACIFIC EMPLOYERS INSURANCE COMPANY, this 19tb day of September A. D., 19 G9
STATE OF CALIFORNIA (ss
COUNTY OF LOS ANGELES
PACIFIC EMPLOYERS INSURANCE COMPANY
By (Siflnacl) Robert A. Finnegan
r. CH President
On this 19th day of September A. D., 19 69, before the subscriber, a Notary Public of the State of
California, in and for the County of Los Angeles, duly commissioned and qualified, came the above named
President, Of PACIFIC EMPLOYERS INSURANCE COMPANY, to me personally known to be the individual and officer described in and
who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and
saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal
of the Said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Los Angeles, the day and year
first above written.
(SEAS.) (signed) Janet m. Wheeler
Hy commission ExpiresPt0fovcanber 7, 1972
1, the undersigned, RICHARD L. BLOCK Secretary of PACIFIC EMPLOYERS INSURANCE COMPANY, do hereby
certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and. effect.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary,, and affixed the corporate seal of the
Corporation, this day of 19`9E
Secretary
Form Mis. 13 IM 4 -63'
r A, f
Page 2
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 price, 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 under-
signed 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 bind 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��
the registration of Contractors, License No. �2s3 Ig Classification CC
Accompanying this proposal is
(Cash, Certified ec , Cashier's Check or Bon
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.
6�39 f �LS/ �;t,i3
Phone Number
�= 3
s , /� 70 Date
Authorized Signature
type of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
A �
• •
DESIGNATION OF SUB - CONTRACTORS
Page 3
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 bid, 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
1.
2.
3.
4.
5.
6.
7.
8
9
10
11
12
Bidder's Name
Authorized Signature
Type of Organization
(Individual, Co- partnership or Corp)
Address
` F
• • Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum 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
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 day of
, l9
Corporate Seal (If Corporation)
Principal
(Attach acknowledgement of
Attorney in Fact)
X.
Title
0 0
Page 9
NON- COLLUSION AFFIDAVIT
The bidders, 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 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
affiants or either of them has not directly or indirectly, entered into 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
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 contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor 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 this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with other person in aryyYway or manner,
any of the proceeds of the contracts sought b hi b���l
Subscribed and sworn to before me by
this '6X_ 'e day of �,✓
19-L-.
My commission expires:
,2 7
Notary 'u6TiC
EILEEN F. ELLIOT
�p NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY>
MY COMMISSION EXPIRES AUGUST I, 197V it
0 0
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Signed
Page l0a
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.
Fay
>r,o CO Gy /u U( A
C
o
o I�'
✓
352 -�011
19 20 C
= ow-�7P
%q d ► � -T
�
y5 �
628 — ZZD�
o — �a 447-,
w
256- 3531
C
��� -3 2Sq
.
-A .
I.
II.
III
IV
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
SEAL COAT PROGRAM, 1970 -71
CONTRACT NO. 1294
SCOPE OF WORK
SP 1 of 4
The work to be done under this contract consists of the slurry seal and Gilsonite
seal coating of various alleys and streets in the Newport Heights, Newport Center,
and Corona del Mar areas, and of parking lots on Balboa Peninsula, all in the City
of Newport Beach.
The contract requires completion of all
Provisions, the City's Standard Special
and the City's Standard Drawings and Sp
cations are the Standard Specifications
COMPLETION OF WORK
the work in accordance with these Special
Provisions, the Project Plan (R- 5159 -S),
cifications. The City's Standard Specifi-
for Public Works Construction, (1970 Edition
The Contractor shall commence work within five (5) days after execution of the
contract by the City and shall have completed all work as outlined herein within
forty (40) calendar days thereafter.
PAYMENT
The unit price bid per extra long ton of slurry seal coat and per gallon of Gilsonite
seal coat shall include full compensation for all labor, materials, equipment, and
transportation required for seal coating the asphalt pavements.
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 work shall begin until the entire
schedule is approved in writing by the City. Deviation from the approved schedule
may require cessation of the work until a revised schedule has been submitted and
approved. Contract working time will be charged during the period of cessation of
work and approval of the revised schedule.
V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 and
302 -4.4 of the Standard Specifications.
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 completed.
+. 0 • SP 2 of 4
Spillage resulting from hauling operations along or across any public right of way or
private property shall be removed immediately by the Contractor at his expense.
The Contractor shall maintain one traffic lane open at all times on Flagship Road
from Spindrift Way to Dana Road, Dana Road, and on Ocean Front from Newport
Pier to 22nd Street.
The Contractor may elect to seal one half of the following streets, but must
maintain a minimum of one traffic lane open at all times in both directions on:
Flagship Road between Hospital Road and Spindrift Way, Production Place between
Monrovia Avenue and Placentia Avenue, on Placentia Avenue, San Joaquin Hills Road
between Jamboree Road and Marguerite Avenue, Pacific View Drive between San Joaquin
Hills Road and Marguerite Avenue, Santa Cruz Drive, Santa Rosa Drive, San Nicolas
Drive,San Miguel Drive, Newport Center Drive, Newport Center Drive East, Newport
Center Drive West, Crown Drive North between Crown Drive and San Joaquin Hills Road,
Goldenrod Avenue between Crown Drive and Windover Drive, Blue Water Lane between
Crown Drive North and Lighthouse Lane, Marguerite Avenue between Pacific View
Drive and East Coast Highway, and on Harbor View Drive westerly of Marguerite Avenue.
The remaining alleys and parking lots may be closed to traffic during the sealing
operations. The Contractor will be permitted to close only alternating streets
in enclosed tract areas.
The Contractor shall furnish temporary "NO PARKING' signs and post the streets to
be sealed twenty -four (24.) hours in advance of his sealing operations. The signs
shall be made of white or buff card stock with "a minimum weight of 120 pounds. Signs
shall have minimum dimensions of 15 inches wide and 18 inches high.
The signs shall be lettered in red except for the date of work and shall conform to
the dimensions shown below:
The Contractor
posted. A copy
Department.
TEMPORARY- 2`
NO PARKINGR
TOW AWAY ZONE T I ��
GA TO 6 P. M. I Y2
C.V. C. 22652 B ;--N }
NEWPORT BEACH POLICE DEPT
673 - 22 01 � T
shall insert in black the date of work for the street or alley to be
of the required sign is on file for inspection at the Public Works
4
VI. NOTIFICATION TO RESIDENTS AND BUSINESSES
Twenty -four (24) hours in advance of applying the
distribute written notices, furnished by the City,
start and end and alerting residents of temporary
and approximately when the street or alley will be
Errors in distribution, false starts, acts of God
will require renotification, using an explanatory
distributed by the Contractor.
VII. FINAL CLEANING AND SURFACE PREPARATION
0
SP3of4
seal coating, the Contractor shall
stating when his operations will
inaccessibility to their properties,
restored to normal vehicular use.
or other alterations of the schedule
letter prepared by the City and
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 adherence and
penetration of the material to the pavement surfaces.
VIII. SEAL COAT MATERIALS AND APPLICATION
Slurry Seal
Slurry seal coating materials and their application shall conform to Sections
203 -5 and 302 -4 of the Standard Specifications. Spreading of materials shall
be restricted to Monday through Friday. Spreading operations may be suspended
when, in the opinion of the Engineer, adverse weather conditions would cause
unsatisfactory results in the completed work.
The rate of application of the slurry mixture shall be approximately one (1)
pound per square foot of surface. The thickness of application of the slurry
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.
Special attention is called to Paragraph 3 of Section 302 -4.3 of the Standard
Specifications regarding even spreading of the material to eliminate ridges
and seams.
B. Gilsonite Seal
Gilsonite seal coating materials shall be liquid asphalt refined from natural
Gilsonite and their application shall conform to Sections 203 -2.2, 203 -2.5,
and 203 -2.6 of the Standard Specifications, except that the liquid asphalt
shall conform to the following requirements:
Kinematic viscosity @ 1400F,.cs., ASTM D -445:
10 -20
Tests on residue from distillation to 680 °F,
ASTM D402:
Penetration @ 770F, 5 sec, 100 gms
2 -5
Softening Point, R &B, OF
190 -220
Solubility CC14 % min.,
99.5
Water, % Max.
0.1
Gilsonite Residue, % by weight
36 -42
HCL Precipitation value, % minimum
30
The temperature of the material at application shall be between 650
and 1000F.
�• 0 SP4of4.
The manufacturer of the material to be used shall certify as
to compliance with these specifications.
The City may have samples of the material to be used tested
by a laboratory of its choice.
Application of materials shall be restricted to Monday through Friday between
the hours of 7:00 A.M. and 1:00 P.M. Gilsonite shall not be applied when
either atmospheric or pavement temperature is less than 600F. The rate of
application shall range between 0.10 to 0.15 gallons per square yard. The
speed of the equipment shall be as directed by the Engineer. Spreading
operations may be suspended when, in the opinion of the Engineer, adverse
weather conditions would cause unsatisfactory results in the completed work.
IX. WATER
If the Contractor desiresto use available City water, it shall be his responsibility
to make arrangements for water purchases by contacting the City's Utility Superin-
tendent, Mr. Phillips at (714) 673 -2110, Extension 272.