Loading...
HomeMy WebLinkAboutC-1699 - Seal coat program for 1974-75H 4 October 30, 1975 Ted R. Jenkins 5400 The Toledo, Apt. 1508 Long Beach, CA 90803 Subject: Surety Unit" Pacific Invor"a* Company Bonds No. V7$ 04 92 Project P.1974-75 Seal Coat Program Contract -'*99 The City Council on October 14, 1975 accepted the work of subject project and authorized the City Clark to file a Notice of Completion and to release the hands 35 days after Notice of Completion has been filed. Notice Of CAYMpl6ti0D Me filed with the Oraqp County Recorder on October 16. 19750 in Book 11541, Pogo 150. Please notify your surety company that bonds may be released 35 do" after recording date. Laura Legion, CKC City Clark swk cc: Public Works Department • PLEASE RETURN TO: I�1 fQU aR7co olive LAURA LAG1.0% CITY CLERK EO 6y CITY OF NEWPORT BEACH 3300 P:Ed / ^CVT r0!ULEYARD NEWP,07 b- ,%C!', CA.LiF. 92660 18481 SKI 1541 P6 150 _PT_ OFFICIAL RECORDS C g rA.M. TY CAL FORNIA NOTICE OF COMPLETION T 16 1975 , County Recorder PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on G ptPmhPr 12, 1975 the Public Works project consisting of 1974 -75 Seal Coat Proctram (C -16991 on which Ted R. Jenkins was the contractor, and 11nii -P8 Pnrifir Tna„ran..e_f'„___mrn_nr was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH orks 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 netoher 15, 1975 . at Newport Beach, California. VERIFICATION OFlCITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 14, 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 October 15. 1975 at Newport Beach, California. GLoa/I a AI 0 a CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: October 15, 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 1974 -75 Seal Coat Program Contract No. 1699 on which Ted R. Jenkins was the Contractor and united Pacific Insurance Cq anyas the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. Date JUnt `09 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. Project —IVM=76 $!dl Out ftgM m Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Yid it. Jmikin Address: 6400 Ua ?blefts Apt. i09 mm NES9 at "802 Amount: $ 88x876.00 Effective Date: 6 -26-75 Resolution No. $612 Laura Lagios LL-dg Att. cc: Finance Department �] • June 24, 1975 i TO: CITY CLERK FROM: Public Works Department SUBJECT: 1974 -75 SEAL COAT PROGRAM (Contract No. 1699) Attached are four copies of the subject contract docu- ments and insurance certificates. Please have them executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. I John Wolter - Project Engineer JW:h Attachments 0 Approved by the City Council this 12th day of May 1975. L uel rarLagios. C' Y Cl CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 Submitted by: TED R. JENKINS Contractor 5400 The Toledo. Suite 508 Address a�� '�:� Ci y Zip 213 439 -9551 Telephone $39.875.d 0 0 Total Bi Price 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 10:30 A.M. on the 27th day of May , 19 75, at which time they will be opened and read, for performing work as follows: 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the CCog�orate Seal shall be affixed to all documents ­­requiring ring signatures. In the case of a arP t—nership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) i 0 0 Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of t e erican 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 omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of .California providing for the registration of Contractors, License No. 253619 Classification C12 Accompanying this proposal is jk - - Cas Certl ie C ec ,, Cashier's Check or on 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. Phone Nu er er s Name (SEAL) 5/23/75 Date I 'Will i� Individlial 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: R Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address T. N/A 2.. 3. 4. 5. 6.' 7. 8. 9. 10. 11. 12.. J f IndividMal Type of rgan zat on (Individual, Co- partnership or Corp) ORIGINAL SEE CITY CLERKIS FILf§OPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TED. R. JENKINS as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of an amount unn t of money equal to ten percent of the total bid in Dollars ($10% of total b)d 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 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 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 27th day of May Corporate Seal (If Corporation) TED R. JENK NS rincipa (Attach acknowledgement of Attorney -in -Fact) Rarhara .1_ Acosta. Notary Public. 5/27/75 Cnmmiceinn PxnirPS Ma, 4,,.1976. UTED PACIFY INSURANCE COMPANY SureNIty By S /Owen M. Brown Title Attorney -in -Fact Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange - ment or agreement.with•any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. TFn R .IFNI(TNC 5Qn0Tho TnTon #FnR ri Long Beach. CA 90803 Subscribed and sworn to before me by /S1 Ted R.—Jenkinso this 23rd day of may , 19—ZL-. f J Ply commission expores: i; .8/22/78 /78 5/Sandra L. Watson o ary Fu Tc I } ORIGINAL SEE CITY CLERK'S FILOOPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility. On file with City Clerk: 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. 0 Page 8 LABOR AND MATERIAL BOND Bond No. U 78 04 92 Rsecuted in Four Counterparts Premium charge for this bond KNOW ALL MEN BY THESE PRESENTS, That included in charge for the Performance Bond. WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 9, 1975 has awarded to TED R. JENKINS hereinafter designated as the "Principal ", a contract for 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We TED, It JRWINS as Principal, hereinafter designated as the Contractor and .. .... UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETEEN THOUSAND, NINE HUNDRED THIRTY SEVEN AND 50 /100ths------ - - - - -- Dollars ($ i9�Q37.5o 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 AS 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. 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 aright 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 13th day of Jame 19 75 TRD R (Seal) (Seal) Ted R, Jenk , e Owner (Seal) Contractor — �'- 1 A rov�d d as to This bond was appr6ed by the City Council of the City of Newport Beach by motion on Date Attest: LI, City Clerk __ w I State of California ) J ss: County of LOS AMMLES ) F On June 13th 19 75 , before me, the undersigned, a Notary Public in and for said County, personally appeared _ OM K. BROWN known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as Attorney- in-Fact. gimmlmimn�mmmnmmmmnmlmmmn nninnnnnnnunnnp a OFFICIAL SEAL - BARBARA I ACOSTA T NOTARY PUBLIC - CALIFORNIA _ ''l "'� 2lie ?11PAL OFFICE IN LOS ANGELES COUNT! My Commissi©n.Iex���(� mmission Expires May 4, 1976�� a mu Notary PuRc ' Vancl lor said nty BDU -7816 ED. 3172 (CALIF.) i Page 10 Eemd Ne, V 78 04 92 PERFORMANCE BOND Executed In Your Counterparts Premium: $150.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 9. 1975 has awarded to TED R. JENKINS hereinafter designated as the "Principal ", a contract for 1974 -75 SEAL COAT PROGRAM CONTRACT N0. 1699 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, TED E. J110=S as Principal, hereinafter designated as the "Contractor ", and UNITED PACIFIC INSUEANCi =MANY As Surety, are held.and firmly bound unto the City of Newport Beach, in the sum of TNIETY NINE THOUSAND, EIGHT =DUD SEVENTY FIVE AND NO /loothe---- - - - - -- Dollars ($ 39.875.00 ), 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. _r— c Ll (Performance Bond - Continued) El Page 11 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 13th day of June , 19 75. TED 8. MKINS (Seal)' BY: (Seal) T /ed E e, le r (Seal ) o c UNITED 149WO IlkW (Seal ) BY• ' Seal) - A -Fact '- `Sea+) Surety State of California ss. County of 10 ANCEI&S I On June 13th , 19 75 , before me, the undersigned, a Notary Public in and for said County, personally appeared _ OWBN H. BROWN known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h i8 own name as Attorney- in- Fact,,,illillillillilI ............... GFFr WL SEAL BARBARA) ACOSTA NOV\RY P 1 '.SL1FORhIA - 1 My Commissicn Expires mi, y 4, 1976 _ ............... .41 j 4A "I My Commission expires 19 Notary Public in d or saWcoknty 131)U -1818 ED. 3/72 (CALIF.) Page 12 CONTRACT THIS AGREEMENT, made and entered into this l� rrfday of 19 75, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and TED R. aENKINS hereinafter designated as the Contractor, party of the second part. WITNESSETH. That the parties hereto do mutually agree as followso 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 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube borne by the City, 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. • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: W, ,.;'.Z� CITY OF NEWPORT BEACH, CALIFORNIA to By, mayor (SEAL) By: b Title BY: Title • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1699 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: ]. 1250 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ Thirty -one Dollars and Ninety Cents $ 31.90 $39,875.00 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Thirty -nine Thousand Eight Hundred Seventy -five Dollars and No Cents $ 39,875.00 Bi4es am 5/23/75 I Date Authorized Signature CONTRACTOR'S LICENSE NO. 253619 - C12 TELEPHONE NUMBER 213 439 -9551 CONTRACTOR'S ADDRESS- 5400 The Toledo #508 Long Reach- CA 90803 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1974 -75 SEAL OG�T PROGRAM CONTRACT NO. 1699 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE. . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . I 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 . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . 3 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . . 3 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . 4 6. Application of the Slurry . . . . . . . . . . . . . . . . . 4 a. Joints. . . . . . . . . . . . . . . . . . . . . 4 b. Protection of Vaults, Water Valve Boxes and Signal Detector Pads . . . . . . . . . . . . . . . . . . 4 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 • . SP1of5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 I. SCOPE OF WORK 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 various streets in the City of Newport Beach as shown on the plan, 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- 5266 -L), 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. 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. This foreman shall be present whenever slurry seal is being applied. 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 award of the con- tract by the City Council. 0 • SP2of5 All work shall be completed by July 18, 1975 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 and 302 -4.4 of the Standard Specifications except as herein modified. The contractor shall schedule his operations so that all streets can be opened to traffic at the end of the working day, except when unexpected weather condi- tions require a longer curing period. In this event, the contractor shall install sufficient barricades, interspersed within the treated lane to prevent use until curing is completed. On divided streets, the contractor shall work on only one roadway at a time unless otherwise permitted by the engineer, and a minimum of one open traffic lane shall be maintained at all times on the roadway being sealed. On undi- vided streets, a minimum of one open traffic lane in each direction shall be maintained at all times. The contractor shall post the streets to be sealed twenty -four (24) hours in advance of his sealing operations. The City will furnish the signs; however, the contractor shall insert in black the date and time of "No Parking ". VI. NOTIFICATION OF RESIDENTS AND BUSINESSES Written notices prepared by the City shall be distributed to businesses and resi- dents by the contractor forty to fifty (40 - 50) hours in advance of the seal coating. The notices shall alert the abutting businesses or residents 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 busi- nesses and residents 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 sweep- ing, supplemented with hand brooming, scraping, grinding, etc., to assure ad- herence of the slurry coat to the pavement surface. VIII. WATER If the contractor desires to use available City water, it shall be his responsi- bility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips at (714) 673 -2110, extension 267. • 0 SP3of 5 IX. SLURRY SEAL MATERIALS AND APPLICATION 1. General Cationic Quick -Set slurry seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifications and these Special Provisions. 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 issuance of a purchase order. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during Part 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 QS -KH, 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 Test Furol viscosity at 770 F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Mixing test (job) Sec. @ 700 F (2) 30 min. Sieve test (% retained on No. 20) .10 max. D244 Particle charge test Positive Storage stability; one day settlement 1% max. D244 0 Residue Penetration Solubility in Trichioroethylene % Ductility 770 F. CMS 40 -110 97.5 min. 40.min. Test W", D113 SP4of 5 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. 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 7:00 A.M. and shall be completed prior to 3:00 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 All manhole, water valve box, survey monument box and any other miscellaneous utility box covers shall be wrapped with plastic prior to application of the slurry. Slurry seal shall be removed from all signal detector pads to the satisfaction of the engineer. . SP5of5 I 7. Control of Mix and Testi A minimum of five (5) slurry samples per day shall be taken throughout the application operation. Test on four (4) of the samples will be made to determine the percent of asphalt emulsion in the mix. The samples will be taken by the engineer and test performed at City expense. The percentage of asphalt emulsion in the mix shall not vary more than +22% or -1% from that used in the approved design mix. For example, if the approved design mix contained 18% asphalt emulsion, the required limits would be 17% to 20z %. The slurry applied on the day samples were taken shall be considered unacceptable if more than one of the samples tested does not contain the specified percentage limits of asphalt emulsion. 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 and replaced 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 appli- cation and the additional slurry required to correct the previously rejected slurry application shall be at thelcontractor's expense. 40"' CITY OF NEWPORT BEACH CERTIFICO OF INSURANCE FOR CONTRACT WORKKPOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1699 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: 1974 -75 SBAL COAT PISIRM This is to certify that the COJ=RCIAL UNION INSURANCE CWAN! Name of Insurance Company) has issued to TRD R. JRNKINS Name of Insured 5400 THE TOLEDO APT. #508 LONG BBACR CALIFORNIA 90803 ddress of Insured 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. This policy includes at least the following coverages: re ial ) to aal 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. J g. Broad Form Property Damage. - h, NOT APPLICANIE Name of Agency or Broker: The Robert F. Beyd,Insurance Agency, Inc. 7217 Melrose Avenue Address of Agency or Broker: Les Angeles, California 90046 Telephone No.213- 935 -1248 Z;1,4 f% Countersigned by: - Au h rized Insurance ompa Repr en ative Robert F. Boyd Effective date of this endorsement: 6 -13 -75 19_, Endorsement N0.30 Policy Term Limits of Liability Coverage Policy No. Each Occurrence Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracti SHOW C MPLETE INFORIIATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single From:12 -1 -74 $ 500,000.Protecti Limit Bodily Injury or Property Damage CAD5077 -54 To: 12 -1 -75 $ 500,000. $Products $ soo,eoO.Contract Each Occurrence This policy includes at least the following coverages: re ial ) to aal 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. J g. Broad Form Property Damage. - h, NOT APPLICANIE Name of Agency or Broker: The Robert F. Beyd,Insurance Agency, Inc. 7217 Melrose Avenue Address of Agency or Broker: Les Angeles, California 90046 Telephone No.213- 935 -1248 Z;1,4 f% Countersigned by: - Au h rized Insurance ompa Repr en ative Robert F. Boyd Effective date of this endorsement: 6 -13 -75 19_, Endorsement N0.30 i ti a x v Wti Nt ,W n N U W fr Z �oz smmm f 1 4 G W u X n J 11 so I III go iq hpl imp IIII nn� IIIII Q l - to N I. j. vi 11 so I III go iq hpl imp IIII nn� IIIII ........... hpl imp IIII nn� IIIII ........... CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Approved by the City Council this 12th day of May 1975. NUNN �ijOA'9001, - =-,W, CONTRACT DOCUMENTS FOR 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 Submitted by: �f J Contractor' J74?o Address ' �.u4, A:�, �4 . 9arro 3 City Zip Telephone Total Bi'd Price , TS. • Page 1 CITY OF NEWPORT BEACHi�,, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the offftp of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the "'27th day of May 19 75, at which time they will be opened and read, for performing wor as follows: 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 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� he C_o_rrorat�e Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • i 1 Page la The City has adopted the Standard S ecification -for Public Works Construction (1973 Edition) as prepare y the out ern California Uhapters of the rican Public Works Association and the AssooAted General Contractors of America. Copies may be obtained from Building News, Ind, 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 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providin for the registration of Contractors, License No.,54.7-0 G /� Classification Accompanying this proposal is - ms, d� eee // a s is C(as , Crti i ecTer c�r i 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. Phone Number a0 Date Authorized Signature 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: 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 5. 6. 7. B. 9. 10. 17. 12. Type of 0 ganizat on (Individual, Co- partnership or Corp.) Address Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and and firmly bound unto the City of Newport Beach, Califori Dollars ($ ), States for the payment of which sum well and truly to be jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal , as Principal, as Surety, are held iia, in the sum of lawful money of the United made, we bind ourselves, 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 day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) LLM Title Surety pa z ZIA ' 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 agree- ment 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 arrangement or agree - ment 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 materialman 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 inducement 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 whomsoever 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. � T�Dir 'TrS�E TO�fha ��F�� Subscribed and sworn to before me thi s �-3 ay of 1)\C � 19 i5 . My commission expires: 8laal -�� Soo d `A' Luc a Notary Public St OFFICIAL SEAL L SANDRA 1 WATSON NGTACIPUCLIC LCS A. - CALIFORNIA n ANGELES COUNTY _expires AUG 22, 1978 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 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. Si gne � � � � � � � � � � � r � � � � � � � � � � � M I have pavement that is: Cracked ❑ Rough ❑ Potholes ❑ New ❑ PLEASE FILL OUT Please have one of your Pavement Engineers call for a free estimate. AND MAIL TO ❑ soon as possible. I have approximately___ square feet. I I NAME TED R. IENKINS CO. INC. 5400 THE TOLEDO ADDRESS CITY LONG BEACH, CALIFORNIA 90803 ZIP TELEPHONE NUMBER V Z� ,o Oa V° c F Z_ Y s O a� J ado _7 U n O LLJ O G LGi O LL C N O� W ' W � � � � � � � � � � � r � � � � � � � � � � � M I have pavement that is: Cracked ❑ Rough ❑ Potholes ❑ New ❑ PLEASE FILL OUT Please have one of your Pavement Engineers call for a free estimate. AND MAIL TO ❑ soon as possible. I have approximately___ square feet. I I NAME TED R. IENKINS CO. INC. 5400 THE TOLEDO ADDRESS CITY LONG BEACH, CALIFORNIA 90803 ZIP TELEPHONE NUMBER O F LLI n O O G O LL C E 5 ' W LLJ ud s a cw �w•� ot vC•l= r Oa oV o'ZCy y �a n uWSe Lmai¢rtem: k c ` W A LV �W �> yw O H H O VJ �°•'mo 'c wo._5tO N hOJUG10 m-O E g0 Z J LLd N = a� _ WM �� E o� Z J 2O o °=� °Ja c E U z O L7U w m m p C ma ? l7 Z °- ws w Z° n y N 0 J n 2: 3 E O z C A E od`Ah ;mot -a U J � O {n C F U I. d �z < M u) E ? W (• WM ? m TYz E and G- Y Ili W a N N o� i O O ` O d'O � LL LL N W O L O °�WDxJAAtSONwp � L �. i li 6 >WJZZZSZJ +_' Q F. � � � � � � � � � � � r � � � � � � � � � � � M I have pavement that is: Cracked ❑ Rough ❑ Potholes ❑ New ❑ PLEASE FILL OUT Please have one of your Pavement Engineers call for a free estimate. AND MAIL TO ❑ soon as possible. I have approximately___ square feet. I I NAME TED R. IENKINS CO. INC. 5400 THE TOLEDO ADDRESS CITY LONG BEACH, CALIFORNIA 90803 ZIP TELEPHONE NUMBER UNITED PA1101F'IC INSURANCODdPANY HOME OFFICE, TACOMA, WASHINGTON Bond No. U 76 45 16 BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we TED R. JENKINS as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Tacoma, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA as Obligee, hereinafter called the Obligee, in the sum of AN AMOUNT OF MONEY EQUAL TO TEN PERCENT OF THE TOTAL BID IN ----- - - - - -- Dollars ($10% of total bid 1, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 1974 -75 Seal Coat Program, Contract #1699 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of May A.D. 19 75 TED R. S (Principal) (Seal) ( W itnen) Byv�" li Ted R. Jenk y Sole er UNITED:FSACY, C INSJJV/AVQ'E COMPANY / / ;:.. BDU -2305 Ed. 10 -73 State of California County of LOS A'!GELES ) ss: On May 27th , 19 75 , before me, the undersigned, a Notary Public in and for said County, personally appeared 6—WEN N. BROWN known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIF IC INSURANCE COMPANY, as Surety, and h is own name as Attorney-in-Fact. 3 OFFICIAL SEAL u" BARBARA J. ACOSTA NOTARY PUBLIC- CALIFORNIA .'?.L OFFICE IN n, I i J N LES COUNTY MyCormission Expires May 4 1976 My Commission expires '19 t Notary Public in and Y, said Count BOU -1818 ED. 3/72 (CALIF.) 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1974 -75 SEAL COAT PROGRAM CONTRACT N0, 1699 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: • PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1699 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1250 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @TL1,ti;u c..F Dollars and E Cents $3/, O $39875 oa Per Extra ong Ton TOTAL PRICE WRITTEN IN WORDS: zT[ v and y Cents $ 3 %5�7,5�. a Date CONTRACTOR'S LICENSE NO. TELEPHONE NUMBERo1 /? 3%- �'i / CONTRACTOR'S ADDRESS 7/4 f .4Oti4!'i X f CYw /rIx�v CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: • PR oft 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. 1699 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1250 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ /��7i -/r�� Dollars and /ii,u F 7zi Cents $`3 $ 3 9.4��s -oo Per Extra ong Ton TOTAL PRICE WRITTEN IN WORDS: '�7��.v�vf� %%a..% Ei�./✓r /iu�cr 7 vStdf <.. -d t�Df Dollars and °o z Cents $ Bi s a Date authorized Signature CONTRACTOR'S LICENSE NO. Gi i - TELEPHONE NUMBER .4 10 131 - l/ CONTRACTOR'S ADDRESS 6-4e %!lo /, .fin �"�-7>Y /o Z� 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1974 -75 SEAL COT PROGRAM CONTRACT NO. 1699 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 . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . 3 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . . 3 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . 4 6. Application of the Slurry . . . . . . . . . . . . . . . . . 4 a. Joints . . . . . . . . . . . . . . . . . . . . . . . 4 b. Protection of Vaults, Water Valve Boxes and Signal Detector Pads . . . . . . . . . . . . . . . . . . 4 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8'. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 . . SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1974 -75 SEAL COAT PROGRAM CONTRACT NO. 1699 I. SCOPE OF.WORK 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 various streets in the City of Newport Beach as shown on the plan, 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- 5266 -L), 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. 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. This foreman shall be present whenever slurry seal is being applied. 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 award of the con- tract by the City Council. SP 2 of 5 All work shall be completed by July 18, 1975 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 and 302 -4.4 of the Standard Specifications except as herein modified. The contractor shall schedule his operations so that all streets can be opened to traffic at the end of the working day, except when unexpected weather condi- tions require a longer curing period. In this event, the contractor shall install sufficient barricades, interspersed within the treated lane to prevent use until curing is completed. On divided streets, the contractor shall work on only one roadway at a time unless otherwise permitted by the engineer, and a minimum of one open traffic lane shall be maintained at all times on the roadway being sealed. On undi- vided streets, a minimum of one open traffic lane in each direction shall be maintained at all times. The contractor shall post the streets to be sealed twenty -four (24) hours in advance of his sealing operations. The City will furnish the signs; however, the contractor shall insert in black the date and time of "No Parking ". VI. NOTIFICATION OF RESIDENTS AND BUSINESSES Written notices prepared by the City shall be distributed to businesses and resi- dents by the contractor forty to fifty (40 - 50) hours in advance of the seal coating. The notices shall alert the abutting businesses or residents 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 busi- nesses and residents 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 sweep- ing, supplemented with hand brooming, scraping, grinding, etc., to assure ad- herence of the slurry coat to the pavement surface. VIII. WATER If the contractor desires to use available City water, it shall be his responsi- bility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips at (714) 673 -2110, extension 267. IX. SLURRY SEAL MATERIALS AND APPLICATION 1 I 3 General SP3of5 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. 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 issuance of a purchase order. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during Part 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. Materials a. Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to QS -KH, 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 Test Furol viscosity at 770 F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Mixing test (job) Sec. @ 700 F (2) 30 min. Sieve test (% retained on No. 20) .10 max. D244 Particle charge test Positive Storage stability; one day settlement 1% max. D244 LI Residue Penetration Solubility in Trichloroethylene % Ductility 770 F, CMS • Test 40 -110 D5 97.5 min. 40.min. D113 SP 4 of 5 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. 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. Workinq Hours The application of the slurry shall be scheduled to commence after 7:00 A.M. and shall be completed prior to 3:00 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 All manhole, water valve box, survey monument box and any other miscellaneous utility box covers shall be wrapped with plastic prior to application of the slurry. Slurry seal shall be removed from all signal detector pads to the satisfaction of the engineer. • SP 5 of 5 Control of Mix and Testin A minimum of five (5) slurry samples per day shall be taken throughout the application operation. Test on four (4) of the samples will be made to determine the percent of asphalt emulsion in the mix. The samples will be taken by the engineer and test performed at City expense. The percentage of asphalt emulsion in the mix shall not vary more than +22% or -1% from that used in the approved design mix. For example, if the approved design mix contained 18% asphalt emulsion, the required limits would be 17% to 202 %. The slu rry applied on the day samples were taken shall be considered unacceptable if more than one of the samples tested does not contain the specified percentage limits of asphalt emulsion. 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 and replaced 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 appli- cation and the additional slurry required to correct the previously rejected slurry application shall be at the Contractor's expense. RESOLUTION NO. 8 51 2'46 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A.CONTRACT IN CONNEC- TION WITH THE 1974 -75 SEAL COAT PROGRAM, CONTRACT NO. 1699 1 WHEREAS, pursuant to the notice inviting.bids for the 1974 -75 Street Seal Coating Program, in accordance with the plans and specifications heretofore adopted, bids were received on the 27th day of May, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Ted R. Jenkins Co., Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Ted R. Jenkins Co., Inc, for the work in the amount of $39,875 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 9th ATTEST: City Clerk day of June , 1975. Mayor DDOj be 6/6/75