Loading...
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.