Loading...
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