HomeMy WebLinkAboutC-1591 - Seal Coat Program 1973-74March 10, 1975
Asphalt Coating OoMmy
Division of E1 Pac, Inc.
Post Office Boat 2809
Fullerton, Califomia 92633
Subject: Surety American Hans Assuranoe Company of New York
Job No. 074102
Project Seal Coat Pnogrem 1973 -74
Contract No. 1591
On February 24, 1975 the City CDmcil accepted the work of subject
project and authorized the City Clerk to file a Notice of CoMletion
and to release bands 35 days after the notice has been filed.
Notice of Completion was filed with the Orange County Recorder at
February 26, 1975 in Book 11346, Page 1429. Please notify your surety
company that bonds may be released 35 days after recording date.
Laura Lagi.os, C39C
city cleric
L.L.-dm
Enclosure
cc: Public Works Department
,EASE z_1v;:a TO REQUEE ED O 17157
C!TY CLERK eY
CE Y - ,n� EXEMpPT
3�C; , �.•, "`LARD Ci 0
NZM�U:: CALIF. 92660
NOTICE OF COMPLETION
PUBLIC WORKS
R 1 1346PS 1429
ARCORD90 IN OFFICIAL RECORDS
OF ORANQE COUNTY. CALIFORNIA
9!05 A.M. FEg 26 1975
J. WYLIE CARLYLE, County Recorder
'I 'o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 24, 1975
the Public Works project consisting of Seal Coat Program 1973 -75, C -1591
on which Asphalt Coating Company, Division of El Pac, Inc.
was the contractor, and American Home Assurance Company of New York
was the surety, was completed.
VERIFICAT]
I, the undersigned, say:
CITY OF NEWPORT BEACH
Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on February 25, 1975 at Newport Beach, California.
I, the undersigned, s
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 24, 1975 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 February 25, 1975 at Newport Beach, California.
0 0
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: February 25, 1975
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Seal Coat Program 1973 -74
Contract No. 1591
on which Asphalt:
Coating Company
was
the
Contractor
and Armrican Hone
Assurance
Co, of New York
was
the
surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
TO: Public Works Department
FROM: City Clerk
0
Date July 23, 1974
SUBJECT: Contract No. 1591
Project Seal Opat Ptpg= 1973 -74
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Asphalt Coating Oo, Division of II. Pac Znc.
Address: . ' ox 2809, ullertcn, �-A 92633
Amount: $
Effective Date:
28,480. ^0
7 -23-74
Resolution No. 8492
Laura Lagios
LL:dg
Att.
cc: Finance Department Q
July 11, 1974
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: 1973 -74 SEAL COAT PROGRAM - CONTRACT NO. 1591
The subject contract documents are attached. Please have executed
on behalf of the City, keep your copy and the insurance certificates, and
return the remaining copies to this office.
�dohn S. Wolter
Project Engineer
JSW:h
Att.
CITY OF NEWPORT BEACH •
CERTIFICATE bF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1591
Project Description: 1973 -74 Seal Coat Program Contract # 1591
This is to certify that the American Home Assurance Co.
TRa—me—o-F Insurance Company
has issued to Asphalt Coati Co.
(Name of Insure
P. 0. Box
rest
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca.,92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
* 3. I am aware of and will comply with Section 3700 of the Labor Code,
E89 %RlafiSPEY NP&OONSFtatiebSel�siR ura
nt� £a b sli6Un9?F16woa.R0m *Rr]
Polity Term
Limits'of
Liabi it
-Each Occurance
Aggr egate
Coverage
Policy No.
(Minimum:
(Minimum:
Umbrella
BG 3469947
5 -1144
$500,000)
500,000 Protectivi
to
$1,000,000 Products
W
Coompensaition
WC 337906
1 -1 -75
Statuator
Cove'r0age OntraCtu+
COMPREHENSIVE LIAB.
From:5 -11 -74
300,000. Protectivf
Combined Single
GLA 3429457
$300,000.00
300.000. Products
Limit Bodily Injury
To: 1 -1 -75
Each occurence
300,000. Contractui
or Property Damage
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Johnson & Higgins
}
A
Address of Agency or Broker: 601 California Street San Francisco, Ca., 9L108
Countersigned by:
(Authorized Insurance Company Representative
Effective date of this endorsement: June 27 , 19_74., Endorsement No.
Approved by the City Council
this 28th day of May 1974.
tl-;�7a4� C' ecz',�
Laura aglos, City C e
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
1973 -74
SEAL COAT PROGRAM
CONTRACT NO. 1591
SUBMITTED BY:
Asphalt Coating Co.,
A Division of EL PAC INC.
Contractor
Fullerton California 9263
C ity Zip
714 879 -5090
Te ep one
— $2$..,480.00
TANHOPri ce
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1973 -74
SEAL COAT PROGRAM
CONTRACT NO. 1591
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. 1591 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:
ITE14 NANTTTY CRTPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1,000 Furnish all labor, equipment and $28.48
(Extra Long Tons) materials; and perform all work
necessary to apply slurry seal coat-
ing as shown on the plans.
@ Twenty -eight Dollars
and
Forty -Right Cents $ ?R 4B $ ?8,480.00
Per Extra Long Ton
TOTAL PRICE WRITTEN IN WORDS:
Twenty -eight Thnusand, Four Hundred Fight Dollars
and
No Cents $ 28,480.00
Da
State
CONTRACTOR'S LICENSE NO. 293725,
TELEPHONE NUMBER 714 879 -5090
CONTRACTOR'S ADDRESS P_ 0- Rom 2RnQ_ Fijllprtnn, California 92633
! 0
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 11 day of June , 1974,
at which time they wi�l e opened and read, for performing work as foll ows:
1973 -74 SEAL COAT PROGRAM
CONTRACT NO. 1591
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 t e CCor orate Seal
shall e affixed to all documents re— quiring s— ignatures. In the case of a ar>s 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 Z weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the Southern California Chapters of 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful.Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
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 Resolu-
tion No. 8090 adopted September 10, 1973. 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 12 -10 -73
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 uniss u,.� 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. 293725 Classification A
Accompanying this proposal is
Cash, Certified Check, Cashier's Check or Bond
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
714 879 -5090
Phone Number
ate 11, 1974
Coat
ignature
SEAL)
S /Robert A. Okeson, Assistant Secretary
Authorized Signature
A California Corporation
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:
Francis L. Cappaert, President
James Cole. Secretary- Treasurer
Pete G. McFarland, Vice President
Richard-B. Jones. General Manager
• r
Page 3
DESIGNATION OF SJ8- CONTRACTORS
The undersigned certifies that he has used the suh -bids of the folloaing
listed contractors in making up his bid and that he 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. None
2.
3.
H
5.
6.
7.
8.
9.
10.
11 ..
12.
Asphalt Coating Company
Division of EL PAC IN
1 r, Aijdar's Nal
zea signature Gen.
A California Corporation
Type o rganization
(Individual, Co- partnership or Corp)
IWIMEMIM.
EuIIprtnn raIff rnia 9 633
" -- Awaress
FAIGINAL SEE CITY CLERK'S FILE C� Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Asphalt Coating Company, a division of EL PAC INC. as Principal,
and AMERICAN HOME ASSURANCE CO. OF NEW YORK,.N. Y. , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Thirty -three Hundred Dollars ($ 3,300.00 ), 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
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 11th day of
,line , 19 7n.
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
Asphalt Coating Company
A i isio
T n of EL PAC INC,
rincipa
1Richard B. Jones, General Manager
Assistant Secretary
Mary M. Howard. Notary - Public AMERICSAN HOME ASSURANCE COMPANY OF NEW YORK
Commission Expires March 31, 1978 Surety
By RnhArt F_Hpgs
Title Attorney+
0
NON- COLLUSION AFFIDAVIT
0
Page 5
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 Inth day of , unp ,
19?a.
My commission expires:
Nov. 23. 1975
:.,. �
FORIGINAL SEE CITY CLERK'S FILE�PY
O�
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Following Emulsion Aggregate Slurry Seal Projects completed as indicated:
1968 1969 1970 1971 1972 1973 Current Yr.
$295,000 $330,000 $370,000 $410,000 $456,0000 $700,000 $200,000
Attached Sheet to Page 7
City of Newport Beach - Slurry goal Project
"ACBCAI ►AV%%@W MAUIVIN001 0
ASPHALT COATING CO.
2513 WEST ORANGETHORPE AVENUE
POST OFFICE BOX 2809
FULLERTON. CALIFORNIA 92831
PHONE M41 879 -5090
The Asphalt Coating Company has completed Slurry Seal projects for the following
Southern California Cities and Counties in 1972 -73
GOVERNMENT AGENCY. PERSON RESPONSIBLE TELEPHONE
Anaheim
Arcadia
Azusa
Banning
Carson
El Centro
Fullerton
Gardena
Glendale
Hemet
Hermosa Beach
Huntington Beach
Indio
Long Beach
Los Angeles
Montebello
Monterey Park
Orange County
Oxnard
Palos Verdes
Palm Springs
Placentia
Pomona
Riverside
San Dimas ... .. .. _ .....
Santa Monica
Signal Hill
Simi Valley
Stanton
Whittier
Bill Lewis
714
533 -5674
Chuck Cordona
213
446 -4471
Paul Milak
213
334 -5125
Stan Wilting
714
849 -4511
Philip Wikoff
213
775 -2426
Darrell Averit
714
352 -4392
Hal Faber
714
525 -7171
Frank Gutierrez
213
327 -0220
Robert Sandwick
714
956 -3948
Jim Boyd
714
658 -9411
Pat Reynolds
213
376 -6984
Don Kiser
714
536 -6551
Roland Taatjis
213
347 -2351
Dan Dean
213
432 -8904
Theo Nelson
213
485 -5691
Ed Welborn
213
685 -7170
"James Hannebohn
213
573 -1211
John Patrick
714
834 -3456
Larry Gonyea
805
486 -2607
Eddie Jong
213
678 -9043
Eli Holquin
714
323 -2661
"? John Combs
714
528 -1146
Clyde Stevens
714
620 -2271
Herman Kuiper
714
787 -2251
-Mozafar Behzad
714
599 -6713
Toivo Marjanen
213
393 -9975
Al Buus
213
426 -7333
William Johnson
805
522 -1333
^Y Norman Rubel
714
893 -2471
Bill Gill
213
698 -2551
Los Angeles County -
Altadena .
La Canada/ La Crescenta
East Pasadena
Rosemead
Temple City
East Los Angeles
Norwalk /La Mirada
Hollyd ale
Westchester
Hal Whitfield
Hal Whitfield
Hal Whitfield
Hal Whitfield
Hal Whitfield
Ronald Heim
J. Ken Martin
Don Peterson
Warren Hogan
213
213
213
213
213
213
213
213
213
798 -1178
798 -1178
798 -1178
798 -1178
798 -1178
261 -2160
921 -4477
773 -4831
678 -9043
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.
See attached sheet.
gne
L. F.dR•Y• .�Al���
0
-ASPHALT COATING CO,
2515 WEST ORANGETHORPE AVENUE
POST OFFICE BOX 2809
FULLERTON, CALIFORNIA 92631
PHONE (714) 879 -5090
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM 1973 -74
CONTRACT 1591
The proposed Superintendant of this project will be
JOHN W. JONES Asphalt Coating 3 Years
J.B. Crosby Co. 4 Years Supt.
Sully Miller Co. 10 Years.
Job Foreman with over two years experience on major Slurry Seal
Projects are:
Joe Williams - Charles Mc Cabe
ROBERT A. OKESON
ssistant Secretary
0 f Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted
June 24, 1974
has awarded to Asphalt Coating Co:; A Division of EL PAC INC.
hereinafter designated as the "Principal ", a contract for
1973 -74 Seal Coat Program - Contract No. 1591
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 ASPHALT COATING COMPANY, A DIVISION OF EL PAC, INC.
2515 W. ORANGETHORPE, FULLERTON, CALIFORNIA 92633 - —
as Principal, hereinafter designated as the Contractor and AMERICAN HOME ASSURANCE
COMPANY OF NEW YORK, N.Y.
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
& no /100
Twenty -eight Thousand Four Hundred Eighty/ Dollars ($ 28.480.00 )
r-.
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 Insurance
Code with respect to such work or labor, that the Surety or Sureties Will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
a
i
Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, 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 FIRST day of JULY, , 19 74
Approved as to form:
4 �
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Attest:
City Clerk
ASPHALT COATSNG COMPANY (Seal)
A Division of EL PAC, INC.
(Seal)
ASSISTANT SC4;;ci ;r
GENERAL MANAGER
(Seal)
AMERIgAN HOME ASSURANCE CO.(Seal)
V I L (Seal)
R RT E. HE S, t orney-in -Fact
9;J
TI
(\\\�
� E;
3
-:3: tri
'\ / (
)
� \\
4
QI
, \�
CO
t74 6)
t1i
m
rn
0 !
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 24, 1974 .
has awarded to Asphalt Coating Co., a Division of EL PAC INC.
hereinafter designated as the "Principal ", a contract for
1973 -74 Seal Coat Program - Contract No. 1591
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, ASPHALT COATING COMPANY, A DIVISION OF EL PAC, INC.
...........
2515 W. ORANGETHORPE, FULLERTON, CALIFORNIA 92633 - - - - -
as Principal, hereinafter designated as the "Contractor ", and AMERICAN HOME ASSURANCE
COMPANY OF NEW YORK, N.Y. - - - - - - - - - - - - - - - - - - - - - - -
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
& No /1L00
Twenty —eight Thousand Four Hundred Eighty/ Dollars ($ 28,480.00 ),
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.
i Zzl
0 0
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 FIRST day of JULY, , 1974
ASPHALT COATING COMPANY _(Se_alY
A Division of EL PAC, INC.
(Seal)
(Seal)
ontrac or ASSISTANT SECRETARY.
RICHARD E. JORE GEtJEB.;L h7A1 -0AGER
(Seal)
(Seal)
(Seal)
urety
Robert E. Hess, Attorney -in -Fact
Approved as to form:
City Attorney
I
'3
i
Z
0
k
T _
J
A
r� o
� H
� a jd �
av .
d I
o � I
d
a�m
d 4
3
d
i
�1
I I
n rn
O —1
C T
H
K O
O
C)
r
°m ftj
�c �Z
`_J
ca
z
o F
o
o
� a
o
�
c
�
,
w
�
m
I c
� o
o•'
G
� o
c
o
o
sa
d
m
y
t�
�
d
~
a
A
O
j
C
N
�
_
�
N
N
9
R
d
�
N
(O
C
n rn
O —1
C T
H
K O
O
C)
r
°m ftj
�c �Z
`_J
ca
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this 23 day of ,- 1( 197-50, ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Asphalt Coating Co., a.Division of EL PAC INC.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH2 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
1973 -74 Seal Coat Program - Contract 1591
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 to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work.
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the 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.
0
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.
..a'.., . ... it
ATTEST:
Approved as to, form:
City Attorney
CITY OF NEWPORT BEACH, CALIFORNIA
By;
i
i
ASPHALT COATING CO.
A DIVISION OF F-1 Par
EAL)
6
RICHARD B. JONES
xssiFi�tSECRETaR�
By: 1 --19-'e& a. (T/�
BERT A. OKESON
A C... A"
TitleSSISTANT g
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PRbVISIONS
FOR
1973 -74
SEAL OVA T'ROGRAM
CONTRACT NO. 1591
SECTION
PAGE
I.
Scope of Work . . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
Qualifications of Bidders and Business License . . . . . . .
. 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 . . . . . . . . . . . . . . . . .
. 2
3. Materials . . . . . . . . . . . . . . . . . . . . . . . .
. 3
a. Asphalt Emulsion . . . . . . . . . . . . . . . . . .
. 3
b. Aggregates . . . . . . . . . . . . . . . . . . . . .
. 3
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 . . . . . . . . . . . . . . . . . . . . .
. 4
8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . .
. 5
i.
L
I. SCOPE OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1973 -74
SEAL COAT PROGRAM
CONTRACT NO. 1591
• 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
streets 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- 5244 -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, 1973 Edition.
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 $5.00.
II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE
Only bids from responsible bidders will be considered. To qualify as a responsible
bidder, the contractor shall have a successful performance record in the application
of Cationic Quick -set Slurry Seal and shall have actually placed at least 5,000
extra long tons. Bidders shall submit, with their bids, the name of the proposed
foreman who must have a minimum of two years experience in this type of work.
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 com-
pensation 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 -five
(45) 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 cessation.
• • 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.
VI. NOTIFICATION OF RESIDENTS AND BUSINESSES
Written notices prepared by the City shall be distributed to the affected residents
and businesses by the contractor forty to fifty (40 - 50) 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 responsibility
to make arrangements for water purchases by contacting the City's Utility Superinten-
dent, Mr. Tom Phillips at (714) 673 -2110, extension 267.
IX. SLURRY SEAL MATERIALS AND APPLICATION
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.
2. 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.)
• • SP3of5
Slurry Seal Materials and Application - Continued
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 1.
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.
3. Materials
a. Asphalt Emulsion
The asphalt emulsion shall be of the cationic quick -set type, similar
to CQS -lh, using penetration grade 60 -70 paving asphalt as a base. It
shall meet the following specifications when tested according to appro-
priate ASTM methods.
Emulsion
Furol viscosity at 77° F, Sec.
Residue from distillation; % by weight
Mixing test (job) Secs. @ 70° F (2)
Sieve test (% retained on No. 20)
Particle charge test
Storage stability; one day settlement
Residue
Penetration
Solubility in Trichloroethylene %
Ductility 77° F, CMS
Test
20 -100
D244
57 min.
D244
30 min.
10 max.
D244
Positive
1% max.
D244
Test
40 -110 D5
97.5 min.
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 (%) rockdust
and shall conform to Section 203 -5 of the Standard Specifications.
. SP4of5
Slurry Seal Materials and Application - Continued
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.
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 1/2% 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.
• SP5of5
Slurry Seal Materials and Application - Continued
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.
En
n
M
n z -i
zsm
M. n
cr z�s
-i-
wD
0
ppmi�
Cn
G
D
{
3�
a
i
kJ
C
t
i
m
Flu
x
C
a
.a
f A
21
r
R
>�
r
D
I
1
I
�TI
n z -i
zsm
M. n
cr z�s
-i-
wD
0
ppmi�
Cn
G
D
{
3�
M
0
ti
I,
i
--r-i
I
�
k7
D
i
ti
I
y,
o w
iJ
1
r
1
i
�E
Il�f
z
v
z
a
1
,I
Ijlii
�I
z i
M n -{
O --t
m
A
.Zml -nfi�
Z��
< 3> p
-4
C
3 �
'S
a
Approved by the City Council
this 28th day of May 1974.
O
Laura Lagios, City C e
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
1973 -74
SEAL COAT PROGRAM
CONTRACT NO. 1591
SUBMITTED BY:
Asphalt Coati.n.g Co.
a Division of FL PAC INC.
Contractor
P.O. Box 2809
ss
Fullerton, California 92633
City Lip
714/ 879 -5090
Telephone
$2,848.00
Total Bid Price
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1973 -74
SEAL COAT PROGRAM
CONTRACT NO. 1591
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. 1591 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:
12:31
1. 1,000 Furnish all labor, equipment and
(Extra Long Tons) materials; and perform all work
necessary to apply slurry seal coat-
ing as shown on the plans.
@ Tvent3c F.igbts ........... Dollars
and
Forty Eight •••••.•••...•Cents
Per Extra Long Ton
TOTAL PRICE WRITTEN IN WORDS:
Two Thousand,Eight Hundred Forth Eight .... Dol1ars
and
................. .,no ..................... Cents
PRICE
$28.48 $2,848.00
t -Z,
$ 28.48 $2,848.o0
'f .,
$2,848.00
ASPHALT COATING CO.
A DIVISION OF EL PAC INC.
June 11, 1974
Date a Same ASS A T SECRETARY.
State Contractors
CONTRACTOR'S LICENSE NO. License No. 293725 TELEPHONE NUMBER 714/ 879 -5090
CONTRACTOR'S ADDRESS P.O. Box 2809, Fullerton, California 92633
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 outi;siu,;s 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. 293725 Classification A
Accompanying this proposal is
asn,
eck, Cashier's Lheck 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.
714/ 879 -5090
Phone Number
June 11, 1974
Date
Asphalt Coating Company
a Division of EL PAC INC.
oi�� nYln —tt j_SESL� .
,;pnepr� general Mpinager
authorized Signature
Robert A. Okeson
A California Corporation
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:
Francis L. Cappaert, President, Pete G. McFarland, Vice President
James Cole, Secretary- Treasurer, Ricl}ard B. Jcnes, General Manager
0 0
Page 3
DESIGNATION OF SU2- 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. None
2.
3.
4.
5.
7.
8.
9.
10.
11.
12.
As halt Coating om any
a Division of EL PA INC.
i ers Nme
,
cha d B ones Wssistant Secretary
General:hlaB_ag er
Authorized Signature =" -
A California Corroxatio'n
Type of rganization
(Individual, Co- partnership or Corp)
P.O. Box 2809
Fullerton, California 92633
Dress
9 0 Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Asphalt Coating Company. a division of ELI PAC TN(As Principal,
and AMERICAN HOME ASSURANCE CO. OF NEW YORK, N.Y. , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Thirty ThrPs%- ffunr7rpA_ -_- Dollars ($3,300.00 ), lawful money of the United
' i
States for the payment of which sum well and truly to be made, we bind ourselves,
l
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 Counci: 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 11th day of
JUNE 19�.
sphalt Coating C omp a g'
' Corporate Seal (If Corporation) diti. ion of PAC INC
r..
rinci
R 1A
(Attach acknowledgement of Richard Jones Gen r 1 -na�er.:
Attorney -in -Fact ' Ass�san 'Sez`aetary
.i
X,
AMERICAN HOME ASSURANCE COMPANY
Title Attbrnev
ra
0
..........
0
4
I
� R
N
U1
O
Ell
>
c
_. Pl
V D
C'� N
o a
C y
z m
� o
o
T
� n
�91
as
o
�°:3_�
0
jk
FH
iO 3ICxrJm,pm
• Q
N
N
ptv.
cs •�% a
� _
�c
� 0
1
^
6
I
m
O T
d
z�
d
i6
• •
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.
1110 �� , . 4
AN W.10101
Subscribed and sworn to before me by
this i� y day of
MY commission expires:
Notary Public
EAL
\<
Ron3 P,iewell
R'NLiP4l•GriICE IN
ORANGE COUNTY
My\Ca:nc1icslcn E,p.r ^s Nov. 23, 1975
0 0
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Following Emulsion Aggregate Slurry Seal.Projects completed as indicated:
1968 1969 1970 1971 1972 1973 Current Yr.
$295,000 $330,000 $370,000 $410,000 $456,000 $700,000 $200,000
Assistant etary
L.UKRY•SEA(
0
Attached Sheet to Page 7
City of Newport Beach - Slurry Seal Project
ASPHALT COATING CO.
2515 WEST ORANGETHORPE AVENUE
POST OFFICE BOX 2809
FULLERTON. CALIFORNIA 92631
PHONE (714) 879 -5090
The Asphalt Coating Company has completed Slurry Seal projects for the following
Southern California Cities and Counties in 1972 -73
GOVERNMENT AGENCY
PERSON RESPONSIBLE
TELEPHONE
Anaheim
Bill Lewis
714
533 -5674
Arcadia
Chuck Cordons
213
446 -4471
Azusa
Paul Milak
213
334 -5125
Banning
Stan Wilting
714
849 -4511
Carson
Philip Wikoff
213
775 -2426
El Centro
Darrell Averit
714
352 -4392
Fullerton
Hal Faber
714
525 -7171
Gardena
Frank Gutierrez
213
327 -0220
Glendale
Robert Sandwick
714
956 -3948
Hemet
Jim Boyd
714
658 -9411
Hermosa Beach
Pat Reynolds
213
376-6984
Huntington Beach
Don Kiser
714
536 -6551
Indio
Roland Taatjis
213
347 -2351
Long Beach
Dan Dean
213
432 -8904
Los Angeles
Theo Nelson
213
485 -5691
Montebello
Ed Welborn
213
685 -7170
Monterey Park
James Hannebohn
213
573 -1211
Orange County
John Patrick
714
834 -3456
Oxnard
Larry Gonyea
805
486-2607
Palos Verdes
Eddie Jong
213
678 -9043
Palm Springs
Eli Holquin
714
323-2661
Placentia
John Combs
714
528 -1146
Pomona
Clyde Stevens
714
620 -2271
Riverside
Herman Kuiper
714
787 -2251
San Dimas
Mozafar Behzad
714
599 -6713
Santa Monica
Toivo Marjanen
213
393-9975
Signal Hill
Al Buus
213
426 -7333
Simi Valley
William Johnson
805
522 -1333
Stanton
Norman Rubel
714
893 -2471
Whittier
Bill Gill
213
698 -2551
Los Angeles County -
Altadena
Hal Whitfield
213
798 -1178
La Canada /La Crescents
Hal Whitfield
213
798 -1178
East Pasadena
Hal Whitfield
213
798 -1178
Rosemead
Hal Whitfield
213
798 -1178
Temple City
Hal Whitfield
213
798 -1178
East Los Angeles
Ronald Heim
213
261 -2160
Norwalk /La Mirada
J. Ken Martin
213
921 -4477
Hollydale
Don Peterson
213
773 -4831
Westchester
Warren Hogan
213
678 -9043
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.
See Attached Sheet
PMOICAt PAVUMIM"MUMN"
ASPHALT COATING CO.
2515 WEST ORANGETHORPE AVENUE
POST OFFICE BOX 2809
FULLERTON, CALIFORNIA 92631
PHONE (714) 879 -5090
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM 1973 -74
CONTRACT 1591
The proposed Superintendant of this project will be
JOHN W. JONES Asphalt Coating 3 Years
J.B. Crosby Co. 4 Years Supt.
Sully Miller Co. 10 Years.
Job Foreman with over two years experience on major Slurry Seal
Projects are%
Joe Williams - Charles Mc Cabe
;J
ROBERT A. OKESON
ssistant Secretary
/ 9</,/
JUN 241914 829:
RESOLUTION NO.
By the CITY COUNCIL
CITY AP M'!�T NG1�CH A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR THE
1973 -1974 SEAL COAT PROGRAM, CONTRACT NO. 1591
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1973 -1974 Seal Coat Program in the
City of Newport Beach, in accordance with the plans and
specifications heretofore adopted, bids were received on the
11th day of June, 1974, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is Asphalt Coating Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the.bid of Asphalt Coating Company
for the work in the amount of $28,480.00 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 24th day of
Mayor
ATTEST:
City Clerk
June , 1974.
DDO/bc
6/19/74