Loading...
HomeMy WebLinkAboutC-1521 - Seal coat program 1972-73- ecCIc ad. Irld u� August 13, 1973 CITY COUNCIL AGENDA ITEM NO. H -11 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1972 -73 SEAL COAT PROGRAM (CONTRACT 1521) RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the 1972 -73 Seal Coat Program has been com- pleted to the satisfaction of the Public Works Department. The bid price was: $19,299.00 Amount of unit price items constructed 26,284.80 Total contract cost 26,284.80 Funds were appropriated for this work in the Annual Street and Alley Maintenance Program, Account No. 02- 3372 -232. During the seal coating operations, it was determined that Jamboree Road required appreciably more slurry material than had been an- ticipated. Since Jamboree Road amounted to two- thirds of the entire project, the final quantity used was considerably in excess of the bid. Sufficient funds are available in the Street and Alley budget to cover the excess. ment. The design engineering was performed by the Public Works Depart- The contractor is Ted R. Jenkins Company of Long Beach, California. The work was completed on July 14, 1973. Aseph Tl gevlin Public Wo s Director hh MAY 7 1973 By the CITY COUNCIL CITY 09' W—Wr"T YG,ACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1972 -73 SEAL COAT PROGRAM (C -1521) RECOMMENDATION: r. May 7, 1973 CITY COUNCIL AGENDA ITEM NO. H -2 (d) Adopt a resolution awarding Contract No. 1521 to Ted R. Jenkins for $19,299.20 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 11:00 a.m. on May 1, 1973. Bidder Ted R. Jenkins; Long Beach Anderson Bros. Ingineering Inc.; Flex- Paving & Engineering, Inc.; Asphalt Coating Co.; Fullerton Chamber -Mix Concrete, Inc.; Stan Amount $19,299.20 Culver City 20,782.50 Newport Beach 21,027.00 22,086.5C ton 22,803.70 The low bid is 8.1% less than the engineer's estimate of $21,000.00. $21,000.00 has been provided for this project in the annual street and alley program, budget number 02- 3372 -232. The project provides for the seal coating of approximately thirty lane miles of major streets within the City. The use of slurry treatment at this time will extend the street life and delay the need for costly resurfacing. The low bidder has satisfactorily performed similar work for the City in the past. The estimated date of completion is June 29, 1973. Joseph T. Devlin Public Works Director JW:jfd 3 3 6Z�vWr�� CLccG" v APR 91973 BY }he CITY COUNCIL CITY ow iF woo-'H TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1972 -73 SEAL COAT PROGRAM, (C -1521) RECOMMENDATIONS: 1. Approve the plans and specifications. April 9, 1973 CITY COUNCIL AGENDA ITEM NO.—H-9 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on May 1, 1973. DISCUSSION: This project provides for the seal coating of approximately 30 lane miles of major streets within the City. The use of slurry treatment at this time will extend the street life and delay the need for costly resurfacing. The streets to be slurry sealed are: 1. Dover Drive (Pacific Coast Highway to Westcliff Drive). 2. Jamboree Road (Bayside Drive to Palisades Road). 3. San Joaquin Hills Road (Jamboree Road to old MacArthur Boulevard). Also included in this project is the slurry sealing of the ac- cess drive on the southerly side of Ocean Boulevard near Marigold Avenue in Corona Del Mar. The plans were prepared by the City. The estimated date of completion is June 29, 1973. The estimated cost of the work is $21,000.00. Funds have been provided for this work in the annual street and alley pro- gram, budget number 02- 3372 -232. seph 1. Pevlin blic k4ks Director :jfd • 133 - RECORDING REQUESTED BY AND MAIL TO City of Newport Beach 3300 W. Newport Blvd. Newport Beach, CA Att: Laura Iagios 16948 _ BK 10854FG 578 FnEE C8 NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL_ RECORDS OF ORA�4GE COUNTY, C.A' -I. ORNIA 9:05 A.M. AUG 16 1973 J. WYUE CARLYLE, Courty recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 14, 1973 the Public Works project consisting of 1972 -73 Seal Coat Program (C -1521) on which Ted R. Jenkins was the contractor, and Summit Insurance Company of New York was the surety, was completed. I, the undersigned, say: CITY OF NEWPORT BFACH 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 August 14, 1973 at Newport Beach, California. I, the undersigned, e I am the City Clerk of the City of Newport Beach; the City Council of said City on August 13. 1973 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 August 14. 1973 at Newport Beach, California. �j 9 0, August 27, 1973 Ted R. Jenkins 5400 The Toledo Long Beach, CA 90603 Subject: Surety Summit Insurance Company of New York Bonds No. 270767 Project : 1972 -73 Seal Cast Program Contract No. ; 1521 The City Council on August 13, 1973 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 August 16, 1973 in Book 10854, Page 578. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios, C. M. C. City Clerk dg cc: Public Works Department CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Date: August 14, 1973 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 1972 -73 Seal Coat Program Contract No. C- 15`L1) on which Ted R. Jenkins was the Contractor and Summit Insurance Company of New Yorkwas the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: dg Encl. CALIF MIA PRELIMINARNOTICE ��33 IN ACCORDANCE WITH SECTCALIFORNIA CODE OF CIVIL PROCEDURE AND SECTI �1Q�1' �CALIFORNIA GOVERNMENT CODE FEF.FECTlW THROUGH k EMBER 31, 1970) AND IN ACCORDANCE WITH SECTION 3097 AND CIVIL CODE - (WHEN SUCH SECTIONS BECOME EFFECTIVE JANUARY 1, 197f^p— ..' - -:_i '- - - THIS IS NOT A LIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR - YOU ARE HEREBY NOTIFIED THAT . . . - I CONSTRUCTION LENDER or Reputed Construction Lender, if any° ' X W FOLD HERE (name of perld"n or firm-furrishing Iabur, services, equip- !. O. fee W mein ormstNiel) (address of person or firm furnishing labor, services, equip ment or material) has furnished or will furnish labor, services, equipment or materials of the fo�J llowilii JaMl description: A *at (general description of the labor, services, equipment or N - material furnished or to be furnished) for the building, structure or other work of improvement E OWNER or PUBLIC AGENCY located at: - (address or description of job site R or Reputed Owner p (on public work) (on private work) - sufficient for identification) The name of the person or firm who contracted for the pur- chase of such labor, services, equipment or material is: C Ciyfy�� ad' fl�psr! �� O3,7w �t W4+ (name andssrmof� cn or firm) L fwpw seasko Canto als s`oa 00 14411111110 P _J Construction loan no. (if known) Y FOLD HERE An estimate of the total price of the labor, services, equip- ment or materials furnished or to be furnished is: 6 (Dollar amount must be furnished to construction lender - p optional as to owner or contractor) If bills not in full for labor, are paid services, equipment or materials furnished or to be furnished, the improved l " ?, ORIGINAL TRAr -TOg %r' property may be subject to mechanic's liens. Reputed Cont qor, if an�P;, A ,� iel u Dat fSrMis tteaa�a (signature) - pitle) Telephone Number ( .233L—) W. This form (No 544 -Ran laed) distributed through jBUf4D(NG MATERIAL DEALERS CRE T)ON; :(213) 38$•i151 _ Date June 18, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1521 Project x=13 Seal owt Prop= Attached is signed copy of subject contract for transmittal to the contractor. Contractor: lid R. JWL'dm Address: 5400 The lblado, L=W Beach. CA 90803 Amount: $ 19.299.20 Effective Date: 6 -14-73 Resolution No. 7980 Laura Lagios LL-dg Att. cc: Finance Department F INSURANCE COMPANY OF NORTH AMERICA AND PACIFICIPPLOYERS GROUP OF INSURANCE #PANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.( this is to (fertifg to CITY OF NEWPORT :BEACH 3300 WEST NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA PEG COMPANY CODES IM ALLIEP.MSURANCE CO. 92660 ©PACIFIC EMPLOYERS INDEMNITY CO. 51 PACIFIC EMPLOYERS INSURANCE CO L INSURANCE COMPANY that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by " X' below, have been issued to: Name and Address TED R. JENKINS of Insured— 5400 THE TOLEDO, LONG BEACH, CALIFORNIA 90803 covering in accordance with the terms thereof, at the following location(s): TYPE OF POLICY HAZARDS GO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen =s Statutory W. C. Compensation .$ ;, �; •- _,_ .. :: j [ _. One Accident and Employee'. Liab) a Aggregate Disease (b) General Liability Premises--Operations (including "In- ® GAL 22 04 26 8/9/73 to $ 500,000. Each Person cidental Contracts" as defined below) 8%9/74 § Elevators ❑ 0 Combined S❑ Accident r Independent Contractors ® $ Single Each Limits El Occurrence l a mo Completed Operations /Products ® Contractual, (Specific type as $ Aggregate--Completed scribed in footnote below) _ _ _ _ Operations/Products Premises - Operations, (Including "Incidental Contracts" as defined )❑ Accident $ Included Each ?❑ Ebelow) ® GAL 22 04 26 8/9/73 to Occurrence Above o Elevators El 8/9/74 j Aggregate— Prem, /Oper. 2 Independent Contractors ® j Aggregate Protective 2 Completed Operations /Products ® 0 $ Aggregate—Completed n Contractual, (Specific type as de- ® 0 Operations /Products scribed in footnote below) $ Aggregate — Contractual (c) Automobile Liability Owned Automobiles ® 09 GAL 22 04 26 8/9/73 to $ 500,000. Each Person >z Combined 9? Hired Automobiles ® 8/9/74 ❑ Accident ` $ Single Each m= Non -owned Automobiles _ 0 _ _ _ 1 Liimit8 _ ❑ Occurrence 2a Owned Automobiles ® Og GAL 22 04 26 8/9/73 to Included S❑ Accident gw Hired Automobiles ® 8/9/74 $Above Each t ❑ Occurrence °O Non -owned Automobiles 9 (d) (OVER) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects K] a contract / ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and: Name of Other Party: Cif of Newport Beach Dated (if applicable): Contract No. (if any): 1521 Description (or Job): 1972 -73 Seal Coat Program Definitions: "Incidental contract" means any written (1) lease of premises (2) easement 5iFm_,� with c ction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a munordina except in connection with work for the municipality, (4) sidetrack agreement, or (5) elevator main It is the intention of the company that in the event o f cancelation of the policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. u onzed Representative LG1389e 20061 asv PFD.iNU.sw 1. ORIGINAL 0 ADDITIONAL INSURED: IT IS UNDERSTOOD AND AGREED THAT THE FOLLOWING IS NAMED AS AN ADDITIONAL INSURED BUT ONLY AS RESPECTS WORK FOR THE 1972 -73 SEAL: COAT PROGRAM CONTRACT NO. 1521: CITY OF NEWPORT BEACH 3300 WEST NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA CANCELLATION "IT IS HURRY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BRACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE." INSURANCE COMPANY OF NORTH AMERICA ® AND PACIFICOPLOYERS GROUP OF INSURANCE (OPANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) is to "Wg -t° _ CITY OF NEWPORT BEACH COMPANY CODES - ' ®:ALLIED. INSURANCE CO. PEG 3300 WEST NEWPORT BOULEVARD .._.. _ _ (,PACIFIC EMPLOYERS INDEMNITY CO. NEWPORT BEACH, CALIFORNIA 92660 ® 94CIFIC EMPLOYERS INSURANCE CO. r" NJSURANCE COMPANY L J I OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by "X" below, have been issued to: Name and Address TED R. JENRINS of Insured— 5400 TBE TOIEDO, LONG BEACH, CALIFORNIA 90803 covering in accordance wA,the terms therein, It the following Igcation(s): :. .. TYPE VF POLICY HAZARDS CO. CODE'- POLICY NUMBER- -- POLICY PERIOD = LIMITS OF LIABILITY (a) Standard-Wo�kmen_'s; .. .. 'Statutory W. C. Compensation $r One Accident and Employers' Liability - Aggregate Disease (b) General Liability Premises—Operations (including "In- ® �9 GAL 12 98 16 8/9/72 t0 $ 500 Each Person cidental Contracts" as defined below) 8/9/73 >000. Elevators Combined S❑ Accident Independent Contractors ® $ Single Each I I❑ Occurrence Limits mCompleted Operations/Products Contractual, (Specific type as de- ® $ Aggregate — Completed scribed in footnote below) � — — — — — Operations /Products Premises - Operations, (Including — — S❑ Accident "Incidental Contracts" as defined ® ® GAL 12 98 16 8/9/72 to $ Included Each �❑ Occurrence below) E 8/9/73 Above o Elevators $ Aggregate -- Prem. /Oper. Z Independent Contractors ® ® $ Aggregate— Protective oCompleted Operations /Products IN ® $ Aggregate — Completed n Operations /Products Contractual, (Specific type as de- ® 51 scribed in footnote below) $ Aggregate -- Contractual W Automobile Liability Owned Automobiles ® N GAL 12 98 16 8/9/72 to $ 500,000. Each Person ' 8/9/73 Combined ❑ Accident m Hired Automobiles c $ Single Each ❑ Non-owned ned Automobiles w Automo _ Non _® ,_ _ Occurrence _1,imita_ — — _ >v Owned Automobiles ® GAL 12 98 16 8/9/72 to (_ Included Accident gE Hired Automobiles ® 8/9/73 $ Each S❑ Above (❑ Occurrence 'O Non owned Automobiles 9 (d) (OVER) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects 11 a contract / ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and: Name of Other Party: City of HMort Beach Dated (if applicable): Contract No. (if any): 1521 Description (or Job): 11972-71 gnal Coat Preigroun Definitions: "Incidental contract" means any written (I) lease of premises (2) easement agreement, eoeO in connection ith can tion or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality ire y nic' I r inanection with work for the municipality, (4) sidetrack agreement, or (5) elevator maintenan ree t. It is the intention of the company that in the event of cancelation of the policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. - Authorized Representative LC138% 20ou NA PTo.INU.S.A. 1. ORIGINAL * i ADDITIONAL INSURED: IT IS UNDERSTOOD AND AGREED THAT THE FOLLOWING IS NAMED AS AN ADDITIONAL INSURED BUT ONLY AS RESPECTS WORK FOR THE 1972 -73 SEAL COAT PROGRAM CONTRACT NO. 1521: CITY OF NEWPORT BEACH 3300 WEST NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA CANCELLATION "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELIAD, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CIERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE." COTIFICATE OF INSURANCE* TO: Name and Address at nsure CITY OF NEWPORT BEACH TED R. JENKINS 3300 WEST NEWPORT BOULEVARD 5400 THE TOLEDO NEWPORT BEACH, CALIFORNIA 92660 LONG BEACH, CALIFORNIA 90803 COMPANY AND EXPIRATION COVERAGE POLICY # DATE LIMITS OF LIABILITY Workmen's Compensation Employers Liability Eldorado 72 25275 9/8/73 WC - Statutory EL - Unlimited in California Bodily Injury Property Damage Comprehensive General Each Person Liability Each Occurrence Aggregate Comprehensive Automobile Liability Insurance Each Person Each Occurrence Excess Liability Insurance Automobile Comprehensive Physical Damage Ded. Collision Loss Payable to: Additional Named Insured: RE: 1972 -73 Seal Coat Program Contract No. 1521 Location: All operations of the Insured. The insurance afforded is sub'ect to all of the terms of the olic , includin endorsements, applicable thereto. Notice of Can - In the event of cancellation or change in the above certified Coverages, the Company will give 10 days written notice of cancellation or change to: CERTIFICATE HOLDER This is to certify Coverage under the above policies. ALBERT G. RUBEN & COMPANY, I C. 1450 Eas th Street, uite 6 Santa a,�al' 27 By 6/5 73 HC ` ,' .� ^ • � CITY CLERK Approved by the City Council this 9th day of April, 1973. �tZr� La ra Lagios, City L1 CONTRACT NO. 1521 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR 1972 -73 SEAL COAT PROGRAM SUBMITTED BY: Ted R. Jenkins Contractor 5400. The Toledo }Cdaress (213) 439' -9551 P one $19,299.20 Total Bid Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1972 -73 SEAL COAT PROGRAM CONTRACT NO. 1521 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR l of l 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 proposes to furnish all materials and do all the work required to complete Contract No. 1521 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. 815 (Extra Long Tons) Furnish all labor, equipment and materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ Twenty-three Dollars and sixty -eight Cents Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Nineteen Thousand Two Hundred N 5 -1 -73 Date CONTRACTOR'S LICENSE NO. 253619 -C -12 Nine Dollars and Cents Ted R. Jenkins (Bidder's Name $ 23.68 $ 19,299.20 S Ted R. Jenkins ut orize Signature TELEPHONE NUMBER (213) 439 -9551 CONTRACTOR'S ADDRESS 5400 The Toledo, Long Beach, CA 90803 t • 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 1 day of May , 1973 , at which time they will be opened and read, for performing work as follows: 1972 -73 SEAL COAT PROGRAM CONTRACT N0, C -1521 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 signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the he C�orPora —te Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern Ca i orn a C apters of the 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 $3.00 per set. 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 race 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. 7718 adopted June 12, 1972. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 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 works 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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 -cl2 Classification X12 Accompanying this proposal is Cas Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 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. (213) 439 -9551 hone Number 5 -1 -73 Date Ted R. Jenkins ;Bidder's Name (SEAL) S . Jenl ins : A thor Si atur utho i .ure Individual Type of Organization (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: ,. i i 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 l None 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Ted R. Jenkins Bidder's Name Ted R. Jenkins Indi vi'dual (Individual, Co- partnership or Corp) 5400 The Toledo Long Beach• CA 90 ress - �. A�Gl"SJ"F r v..�' ;. �.� f s_.�.. vr.. rv^ .u�:_vd.�...n�..rY� Jrt�i:w�� °�Y�iI+Y•Sa.�� � • "FOR ORIOAL SEE CITY CLERK'S • + BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, TED R. JENKINS , as Principal, 5400 The Toledo, Long Beach, Calif, 90803 and SUMMIT INSURANCE COMPANY OF NFW YORK , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Bid not. to exceed SIX THOUSAND AND NO /100 - - - - -- Dollars ($ 6,000.00 ), 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 1972 -73 Seal Coat Program - Contract No. 1521 in the City of Newport Beach, is accepted by the City Council- of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1 day of May , 19 73 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact TED R. JENKINS Principal Mary Ruth Rance, Notary Public Comm. expires June 26, 1976 SUMMIT INSURANCE COMPANY OF NEW YORK Surety By 51 Earl Mangy Title Attorney -in -Fact Page 5 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 1 day of May , 19 73 My commission expAres: January 22, 1974 .M0. ' ` a MCI WASP "s S/ John C. Roberts Notary Public "FOR ORIGINAL SEE CITY CLERK'S FILE COPY ". Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility. 0 Page 7 . TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein "which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1971 Newport Beach 1973 Orange County 1973 Santa Ana 1973 Garden Grove S/ Ted, R. Jenkins _ i Page 10 PERFORMANCE BOND Bond No. 270767 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 7, 1973 has awarded to Ted R. Jenkins hereinafter designated as the "Principal ", a contract for 1972 -73 Seal Coat Program (Contract No. .1521) in the City of Newport Beach, in strict conformity with the drawings and specifications 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, TED R. AENKINS as Principal, hereinafter designated as the "Contractor ", and SUMMIT INSURANCE COMPANY OF NEW YORK As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NINTEEN THOUSAND TWO HUNDRED NINTY -NINE AND 20 /100 -Dollars ($ 19,299.20 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and.assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to.be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify.and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. r 1. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,.alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of ,rune , 19 73 . Approved as to form: t . SS't• lty Attorney Mm- (Seal) TEO NKINS (Seal) By (Seal) ontrac SUMMIT INSURANCE COMPANY OF NEW YORK (Seal) BY MI O%KQuw (Seal) Carl Mann, Attorney -in -Fact (Seal) Surety VJMMIT INSURANCE COMPANY OF NEW YORK c/o C. P. Mann & Co., Inc. 3960 Wilshire Blvd., Suite 400 Los Angeles, California 90010 \ \ \ / ) � \ /� � > 222) E 0 rt � kk� .: SUMMIT INSURA E COMPANY ®F NEW YORK POWER OF ATTORNEY • 250 270 70 KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the State of New York, having its principal offices in the City of Houston, Texas, does make, constitute and appoint: Carl Math Joe Stran CB Sid Samson its true and lawful Attorney (s) in fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts to suretyship, in behalf of: TED R JENKI NS as Pr'mcipal and City of Newport Beach as Obligee provided that no bond or under- taking or contract of suretyship executed under this authority shall exceed the amount of not to exceed = $250,000= This Power of Attorney is granted and is signed and sealed by facsimile under and by the following Resolution adopted by the Board of Directors of SUMMIT INSURANCE COMPANY OF NEW YORK at a meeting duly called and held on the Sth day of August, 1972: "RESOLVED, all bonds of the corporation shall be executed in the corporate name of the company by the President or Vice president, or by such other officers as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys- imfact or agents who shall have authority to issue bonds in the name of the company. The Corporate seal is not necessary for the validity of any bonds of the corporation." IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor porate seal to be hereto affixed duly attested by its secretary this 12th day of September, 1972. On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by Order of the Board of Directors of said corporation and that he signed his name thereto by like order. // 1 a Notary Public BARBARA ANN ETTE RD Notary Public in and for Harris County, Texas STATE OF TEXAS 1 My Commission Expires June 1, 1973 ( as` CERTIFICATE COUNTY OF HARRIS) I, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, o New York Corporation, authorized to make this certificate, DO HEREBY CERTI FY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12th day of September, 1972. ���s^E�FL W 6 Secretary ' A' SUMMIT INSURANCE COMPANY OF NEW YORK F o SE L Attest'` Secretary i Pr sident STATE OF TEXAS 1 ( as: COUNTY OF HARRIS ) On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by Order of the Board of Directors of said corporation and that he signed his name thereto by like order. // 1 a Notary Public BARBARA ANN ETTE RD Notary Public in and for Harris County, Texas STATE OF TEXAS 1 My Commission Expires June 1, 1973 ( as` CERTIFICATE COUNTY OF HARRIS) I, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, o New York Corporation, authorized to make this certificate, DO HEREBY CERTI FY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12th day of September, 1972. ���s^E�FL W 6 Secretary ' A' �. Page 8 LABOR AND MATERIAL BOND Bond No. 270767 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted May 7, 1973 has awarded to Ted R. Jenkins hereinafter designated as the "Principal ", a contract for X1972 -73 Seal Coat Program (Contract No. 1521) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams.used in, upon,.for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We TED R. JENKINS as Principal, hereinafter designated as the Contractor and SUMIT INSURANCE COMPANY OF NEW YORK as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of NINE THOUSAND SIX HUNDRED FORTH -NINE AND 60/100- - - Dollars ($90649.60 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment,Lnsurance Code.with respect to such work or labor, that the Surety or Sureties will pay for(the same; in an amount not exceeding the sum specified in the bond, and also, in case suit i-s-- brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. MWIM Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, I companies, and corporation 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 extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions.to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of June , 19 D . (Seal) TED R. JENKINS (Seal) (Seal) nr SUMMIT INSURANCE COMPANY OF NEW YORK (Seal) By �p(QQiu� (Seal) x Carl Mann, Attorney -in -Fact i (Seal) ed as - form: c/o C. P. Mann & Co., Inc. 3960 Wilshire Blvd., Suite 400 t asc1-City . Attorney Los Angeles, California 90010 This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clerk ]> 2 . §(kke ]f$2J %(£{ } \9/ 2 RR 0 - » /E■2 » ! \\ (7223 = \ °§ate . ` � \t mo &(�` ®: \[ - 2222 � i 250 %' 710 ?07 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the Stateof New York, having its principal offices in the City of Houston, Texas, does make, constitute and appoint Carl Malin, Joe $Vance Sid Samson its true and lawful Attorney(s) -in -fact, to make, execute, seal and deliver for and On its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts to suretyship, in behalf of: TED R. JENKI NS as Principal and qty of Newport Beach _as Obligee provided that no bond or under_ taking or contract of suretyship executed under this authority shall exceed the amount of : not to exceed = S250,000= This Power of Attorney is granted and is signed and sealed by facsimile under and by the following Resolution adopted by the Board of Directors of SUMMIT INSURANCE COMPANY OF NEW YORK at a meeting duly called and held on the 8th day of August, 1972: "RESOLV EO, all bonds of the corporation shall be executed in the corporate name of the company by the President or Vice president, or by such other officers as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys.imfact or agents who shall have authority to issue bonds in the name of the company. The corporate seal is not necessary for the validity of any bonds of the corporation." IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor- porate seal to be hereto affixed duly attested by its secretary this 12th day of September, 1972. SUMMIT INSURANCE COMPANY OF NEW YORK Attest-( By Secretary Pr silent STATE OF TEXAS ) ss: COUNTY OF HARRIS ) On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he residasin the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by Order of the Board of Directors of said corporation and that he signed his name thareto by like order. Notary Public BARBARA ANNETTE BYRD Notary Public in and for Harris County, Texas STATE OF TEXAS ) My Commission Expires June 1, 1973 COUNIYOF HARRIS i ss CERTIFICATE 1, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, a New York Corporation, authcazed to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and Furth arinom, that the Resolution of the Board of Directors, set fo. °:h in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12th day of September, 1972. A_ Qb(Ya�it `1 l �J.oJ.m Secretary ' Page 12 CONTRACT THIS AGREEMENT, made and entered into this &y day of , 19-73, by and between the CITY OF NEWPORT BEACH, California, hereinaf er designated as the City, party of the first part, and Ted R. Jenkins hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of 1972 -73 Seal Coat Program (Contract No. 1521) and to perform and complete in a good and workmanlike manner all the work pertaining 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, (Except such materials, if any, as in the said Specifications are stipulated to be-furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube borne by the City Y. and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive.in:full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the' Plans and Specifications, and all amendments thereof, when approved by the parties 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. 1 i' Page 13 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 from the 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. ATTEST: form: CITY OF NEWPORT BEACH, CALIFORNIA By: QW6641;O2� MayorT By: Ti tt I 1.= Title i, .� CITY OF NEWPORT BEACH, CALIFORNIA By: QW6641;O2� MayorT By: Ti tt I 1.= Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX T_— SPECIAL PROVISIONS FOR 1972 -73 SEAL COAT—PROGRAM CONTRACT NO. 1521 SECTION PAGE I. Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. Completion and Schedule of Work . . . . . . . . . . . . . . . 1 V. Vehicular and Pedestrian Traffic Control . . . . . . . . . . . 2 VI. Notification of Residents and Businesses . . . . . . . . . . . 2 VII. Final Cleaning and Surface Preparation . . . . . . . . . . . . 2 VIII. Water . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. Slurry Seal Materials and Application . . . . . . . . . . . . . 2 1. General . . . . . . . . . . . . . . . . . . . 2 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . . . . . . 3 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . 3 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . . . . 4 6. Application of Slurry . . . . . . . . . . . . . . . . . . 4 a. Joints . . . . . . . . . . 4 b. Protection of Vaults, Water Valve Boxes and Signal Detector Pads . . . . . . . . . . . . . . . . 4 7. Inspection . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . 5 i. n 6- -A SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1972 -73 SEAL COAT PROGRAM CONTRACT NO. 1521 . SP 1 of 5 The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, and material necessary to complete slurry seal coating of three major streets and an access drive in the City of Newport Beach as shown on the plans, complete in place. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the City's Standard Specifi- cations, the Plan (Drawing No. R- 5220 -S), and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifica- tions are the Standard Specifications for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements. Copies may be purchased from Building News Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. II. PERMITS The City will be responsible for obtaining any permits required by the State in conjunction with the recent coastline initiative passed by the voters on November 7, 1972. The Contractor will be required to obtain a valid City business license prior to the start of work. III. PAYMENT The unit price bid per extra long ton of slurry seal coat shall include full compensation for all labor, materials, equipment, and transportation required for slurry seal coating the asphalt pavements. IV. COMPLETION AND SCHEDULE OF WORK The Contractor shall submit to the City a schedule of work and a slurry seal mix design (See Section IX -2) within ten (10) calendar days after notification of contract award. Work shall commence within five (5) calendar days after receiving the City's written approval of the schedule and mix design; all work shall be completed within forty (40) calendar days thereafter. 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 cessa- tion. All work on Jamboree Road shall be restricted to week days from June 15 to June 22, 1973. • • SP2of5 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Sections 7 -10 and 302 -4.4 of the Standard Specifications. The Contractor shall schedule his operations so that all lanes can be opened to traffic by 3:30 P.M. each 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 vehicular use until curing is completed. The contractor shall maintain one traffic lane open in each direction on Jamboree Road, San Joaquin Hills Road, and Dover Drive during the application and curing time. Every effort shall be made to minimize traffic congestion at intersecting streets. VI. NOTIFICATION OF RESIDENTS AND BUSINESSES Written notices prepared by the City shall be distributed to the affected resi- dents and businesses by the Contractor twenty -four (24) hours in advance of the seal coating. The notices shall alert the abutting residents and businesses of the temporary inaccessibility to their property, stating when the work will start and approximately when the street will be restored to normal vehicular use. A renotification distributed by the Contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the schedule. The City will prepare the written renotification explaining the cause for delay and stating the new schedule. The City, after approval of the schedule, will notify by mail the affected home owner and business associations of the location and time of work. 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 of the slurry coat to the pavement surface. VIII. WATER If the Contractor desires to use available City water, it shall be his responsi- bility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips at (714) 673 -2110, extension 267. IX. SLURRY SEAL MATERIALS AND APPLICATION 1. General Cationic Quick -set Slurry Seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifications and these Special Provisions. 0 0 SP 3 of 5 IX. Slurry Seal i 3 rials and Application - Continued Slurry Seal Mix Design The Contractor shall submit a slurry seal mix design and the results of a wet track abrasion test, performed on the design mix, to the City for approval within ten (10) calendar days after contract award by the City Council. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The Contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during Part I. d. Observations as to texture, signs of surface skinning, or tackiness in the specimen at the start of Part II. e. Percent of Portland Cement or hydrated lime added - if they are required to overcome mix segregation at free - flowing consistency. A copy of the wet track abrasion test procedure, as presented at the Sixth Annual Convention of the International Slurry Seal Association January 1968, is available for review at the Public Works Department. Materials a. Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to CQS -1h, using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appropriate ASTM methods. Emulsion Test Furol viscosity at 77° F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Mixing test (job) Secs. @ 70° F. (2) 30 min. Sieve test (% retained on No. 20) .10 max D244 Particle charge test Positive Storage stability; one day settlement 1% max. D244 SP4of5 IX. Slurry Seal Materials and Application - Continued Residue Test Penetration 40 -110 D5 Solubility in Trichloroethylene % 97.5 min. Ductility 77° F, CMS 40 min. D113 The Contractor shall supply a certificate of compliance analysis supplied by the manufacturer verifying that the base . asphalt used in the emulsion is in conformance with these Special Provisions. b. Aggregates The mineral aggregate shall consist of 100 percent ( %) rock - dust and shall conform to Section 203 -5 of the Standard Specifications. c. Water Water used with the slurry seal shall be from any domestic supply approved by the City. Refer to Section VIII for the availability of City water. 4. Equipment All equipment, tools, and machinery used in the performance of the work shall conform to Section 302 -4, with mixing performed by a continuous flow mixing machine. All tanks and machinery shall be thoroughly scrubbed prior to coming in contact with the cationic emulsion. 5. Working hours The application of the slurry shall be scheduled to commence after 8:00 a.m. and shall be completed prior to 2:00 p.m., or as directed by the engineer. 6. Application of the Slurry a. Joints No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved the overlap at joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete pavement and /or concrete gutters shall be com- pletely and neatly sealed without excessive slopover onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. b. Protection of Vaults, Water Valve Boxes and Signal Detector Pads Slurry seal shall be removed from all vaults, water valve boxes, and signal detector pads to the satisfaction of the engineer. SP5of5 IX. Slurry Seal Materials and Application - Continued 7. Inspection A minimum of five (5) samples per day of the slurry seal mix shall be taken at random throughout the application operation. Tests on four (4) of the samples will be used to determine the percent ( %) of asphalt emulsion in the mix, and deviations of more than +2 112% or -1% from the approved design mix will not be allowed. (Example; an approved mix is 17% specified asphalt emulsion with a +2 112% to -1% deviation, resulting in 16.83% to 17.425% emulsion.) The City will require that 75% of the tests taken each day are acceptable. A minimum of one wet track abrasion test shall be made each full day of operation and shall conform to the requirements of Section IX -2 of these Special Provisions. The samples will be taken by City personnel and tests performed at City expense. 8. Unacceptable Slurry Seal If the test results do not conform to the requirements of these Special Provisions, slurry applied on the day samples were taken shall be paid for at half the unit price bid per extra long ton; or, if in the opinion of the engineer, removal is possible the unacceptable slurry shall be removed at the Contractor's expense. Continued application of slurry will not be allowed until it can be shown to the engineer's satisfaction that the mix conforms to the approved design mix. No extension of time shall be allowed for delays due to improper mix. Any additional tests required by the engineer prior to continuing slurry application and the additional slurry required to correct the previously rejected slurry application shall be at the contractor's expense. s a June 11, 1973 T0: CITY CLERK FROM: Public Works Department SUBJECT: 1972 -73 SEAL COAT PROGRAM (CONTRACT NO. 1521) Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certifi- cates, and return the remaining copies to our department. o S. Wolter Project Engineer hh Att. 6 a RESOLUTION NO. 7 95 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE 1972 -73 SEAL COAT PROGRAM TO TED R. JENKINS, CONTRACT ?PTO. 1521 ,=REAS, pursuant to the notice inviting bids for work in connection with the 1972 -73 seal coat program, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of Mav, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is TED R. JENKINS, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of TED R. JENKINS for the work in the amount of $19,299.20 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf" of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 7th day of Mav , 1973. MAYOR A" TEST. CITY CLERK ,3;'73 PR 1 of 1 CITY OF NEWPORT BEACH ' PUBLIC WORKS DEPARTMENT 1972 -73 SEAL COAT PROGRAM CONTRACT NO. 15221 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 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 proposes to furnish all materials and do all the work required to complete Contract No. 1521 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: Ll 1. 615 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ %e., % Z, -7— Dollars and Cents er ctra LoM Ton TOTAL PRICE WRITTEN IN WORDS: Wj er4, -4 ham sa.. d / wo /?�.yds.��l Dollars ./ // and A % , N/ .�� i Cents /- 7 3 Date o� $�8 $/ 29 o CONTRACTOR'S LICENSE N0. �3 /,l — c i Z TELEPHONE NUMBER el3Q9 95a-2—,/ CONTRACTOR'S ADDRESS 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 works 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 omissio.ns 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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.. AS-3 � 1,9—C i�?, Classification e 2_. Accompanying this proposal is 0 a asn, Lert7Tleo cnecK, Gdsnler -s cnecK or 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. #-3,19 9S"S / Phone Number i - 77 Date Authorized Signature Type of ganization (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: 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 I Sub - contractor Address 4 2.. 3. 4. 5. 6. 7. 9. 10. 11. 12.. Type of rgan zat on (Individual, Co- partnership or Corp) Address �AI BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Page 4 Bond No. 270531 as Principal, 5400 The Toledo, Long Beach, Calif.90603 and SUMMIT INSURANCE COMPANY OF NEW YORK , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Bid not to Exceed SIX THOUSAND AND NO /100- - - Dollars ($ 6,000.00 ), 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 1972 -73 Seal Coat Program Contract No., C1521 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed -this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1st day of May , 19 73. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) SUMMIT INSURANCE COMPANY OF NEW YORK c/o C. P. Mann & Co., Inc. 3960 Wilshire Blvd., Suite 400 TED R. JENKINS 1�By�� SUMMIT IN URANCE COMPANY OF NEW YORK Sur ty By Attorney-in-Fact Title - ®a \\ \ ' *2 2;-g Eo Zi ƒf . § \£k■ ff {� k�)\}� E S'g �k &t \§7 \ \\ } (\ ®� § E mn CD "SUMMIT INSURAT*E COMPANY OF NEW JfRK POWER OF ATTORNEY [250 270531 KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the State of New York, having its principal offices in the City of Houston, Texas, does make, constitute and appoint: Carl Mang JOB Stran C2 Sid Samson its true and lawful Attorney(s)-in fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts to suretyship, in behalf of: TED R. JENKI NS as Principal and City Of Newport Beach as Obligee provided that no bond or under- taking or contract of suretyship executed under this authority shall exceed the amount of : not to exceed = $250,000= This Power of Attorney is granted and is signed and sealed by facsimile under and by the following Resolution adopted by the Board of Directors of SUMMIT INSURANCE COMPANY OF NEW YORK at a meeting di,y called and held on the Bth day of August, 1972: "RESOLVED, all bonds of the corporation shall be executed in the corporate name of the company by the President or Vice president, or by such other officers as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys -in fact or agents who shall have authority to issue bonds in the name of the company. The corporate seal is not necessary for the validity of any bonds of the corporation." IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor- porate seal to be hereto affixed duly attested by its secretary this 121h day of September, 1972, SUMMIT INSURANCE COMPANY OF NEW YORK SEAL t' %\' -/Attest: 11 <Y) 1. il �7�LS3�✓ Secretary 1 President STATE OF TEXAS I ( as: COUNTY OF HARRIS ) On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and Which executed the above instrument, that he knows the seal of said corporation, that the seat affixed to said instrument is such corporate seal; that It was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. jP'y l�, )�) I7+11.,J•:1Nn. \l r.nl u. �J..}�.;` Notary Public 9 BARBARA ANNETTE BYRD Notary Public in and for Harris County, Texas STATE OF TEXAS 1 My Commission Expires June 1, 1973 I ss: CERTIFICATE COUNTY OF HARRIS) I, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, a New York Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12th day of September, 1972. C ah(YO�-y, S, SEAS r Secretary a' Page 5 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 � day of _1M�, 19� My commission expfres: ✓ay�vs r�i 2f.7, /9� OFFI&AL SEAL ~ JOHN C. ROBERTS NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY MY Commission Expim.lan• 22, 1974 TED JENKINS AND CO. Bi LA,NI.E SHi4 April 30, 1972 I A S S E T S Current Assets Cash Accounts Receivables, completed contracts Ea-ned r.stimato and Retaina; a on uncompleted contracts Total Current Assets i Other Assets Equipment at Book Value Furniture Home Elsinore - 3 Aores Total. Other Assets Total Assets w 26,031;.39 41, 1100.00 16,660.00 146,625-00 12,600.00 1:5,000.00 29,000.00 $154,144.39 233,22.5.00 $387.369.39 L I A B I L I T I E S A N D N E T W O R T H Current Liabilities Suo- Contractors & Material Men $ 19,690.00 Accrued Payrolls 1,200.00 Accrued Taxes, Interest, Etc. 11860.00 Total Current Liabilities $ 22,750.00 Othe: Liabilities Loan Payable, First State Bank r.�lcumoranco on Real Estate Total Other Liabilities Total Liabilities Net North surplus Total Net Worth Total Liabilities and Lot Worth See Accompanying Statement 108,900.00 28,120.00 137,020.00 $159,770.00 227,599.39 227,599.39 $387.369.39 Page b ; STATEMENT Of FINANCIAL RESPONSIBILITY The - undersigned submits herewith a statement of his financial responsibility. WI igne 0 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 7 STped _. ;T r