Loading...
HomeMy WebLinkAboutC-1749 - 1975-76 Seal Coat Program, Phase IDEC 2 21975 By the CITY COUNCIL CITY %* T 464CH TO: CITY COUNCIL FROM: Public Works Department December 22, 1975 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF 1975 -76 SEAL COAT PROGRAM, PHASE I (C -1749) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the 1975 -76 Seal Coat Program, Phase I, has been completed to the satisfaction of the Public Works Department. The bid price was $42,230.00 Amount of unit price items constructed 28,235.54 Amount of change orders None Total contract cost 28,235.54 Funds were budgeted in the General Fund, Street and Alley Account. The total amount of slurry seal material placed was less than the original contract quantity, primarily due to the streets being less porous than had been anticipated. The design engineering was performed by the Public Works Department. The contractor is Chamber -Mix Concrete, Inc. of Stanton, California. The contract date of completion was October 31, 1975. The contractor having been delayed by weather and a short -term labor dispute, it was mutually agreed that he pull off the job for two weeks to keep a prior commitment. He returned and completed the work on November 21, 1975. seph . evlin lic W s D birector id I "? ;e? S' RESOLUTION No. 8 5 9 9 :•r t *`' "" .p "`_. A RESOLUTION OF CITY OF NEWPORT FOR THE 1975 -76 I, TO CHAMBER M NO. 1749 THE CITY COUNCIL OF THE BEACH AWARDING A CONTRACT SEAL COAT PROGRAM, PHASE CX CONCRETE, INC., CONTRACT WHEREAS, pursuant to the notice inviting bids for work in connection with the 1975 -76 Seal Coat Program, Phase I, in the City of Newport. Beach, in accordance with the plans and specifications heretofore adopted, bids were received on the 9th day of September, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Chamber Mix Concrete, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Chamber Mix Concrete, Inc. for the work in the amount of $42,320.00 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 22nd day of September, 1975 ATTEST: City Clerk Mayor DDO:yz 9/16/75 vl TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1975 -76 SEAL COAT PROGRAM, PHASE I (C -1749) RECOMMENDATIONS: DISCUSSION: September 22, 1975 CITY COUNCIL AGENDA ITEM NO. H -2(b) Adopt a resolution awarding Contract No. 1749 to Chamber -Mix Concrete, Inc., for $42,320.00 and authorizing the Mayor and City Clerk to execute the contract. Five bids were received and opened in the office of the City Clerk at 10:30 a.m. on September 9, 1975. Bidder Amount 1. Chamber -Mix Concrete, Inc.; Stanton $42,320.00 2. Flex- Paving & Engineering Inc.; Tustin 42,492.50 3. Ted R. Jenkins Co.; Long Beach 42,665.00 4. Bay Slurry Seal Co.; Redwood City 51,543.00 5. Anderson Bros. Engineering, Inc.; Culver City 60,087.50 The low bid is 15% higher than the Engineer's estimate of $36,800. This increase is attributable to the restrictions imposed by the narrow streets and to the rising costs of materials and labor. Funds for this project are available in the annual Street and Alley Program, budget number 02- 3375 -014. The project provides for the slurry seal coating of approximately 19 lane miles of streets within the City, as shown on the attached drawing. The use of slurry treatment at this time will extend the street life and delay the need for costly resurfacing. The low bidder has satisfactorily performed similar work for the City in the past. The estimated date of completion is October 31, 1975. The plans and specifications were prepared by the Public Works Department. i ,�aoseph 1`. Devl i n Public rks Director �B:hh Att. T 4Q T S� u ` L _� m 37 ! 1, r) —) o 36T a2NO 1 S7. $ n c— j � \ O 4 /sr X7 C/3 397NSTC U) c n ✓ —\ 38I J11 %Q _ 3 � U 37 ! 1, r) 36T x. n�i oar .. /1• `O L n �m tf� ; o J r. ^l V yo CO � '�tr0 v c�� \( // N Q• � V C C- wa�o 1r U U &-2 r ® P t \ L T L-j 32 101 / y --A \A n � � � 1vERS1 a --� 3 /si lO -Z \k R 3)4 - 2s p1n \ \� ea �Ns C� d� 1 11� N y viA'\ 22.e s7 C� /� I ��af 11 \� oo10)r'" ` V In r r-7 n 17�� 144 NP In\ \ i 1VIA� 1 `\ O I Cv i� 9' SCALE: I"= 800' CITY OF NEWPORT BE PUBLIC WORKS DEPARTME1 1975-1976 SEAL COAT PROGRAM PHASE I VIN \ ` n aV f VIA `\N O apt pin \ n oll(lo �\ l N 00 `n 4315an VIA `piti tpM d�, \ �3�1NV><ptA li\ 11311111 ViA CN DRAWN_G.LW. DATE 8- 174-75 APPROVED ,, /I ASST. PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING NO. R- 5275-L (Sht 1) 2 I SGN�R�Np yT FER �`' J oCFhpi oopo� y v� co LION S� %'(\ iO p J�J t� m ST V44LI,101 S1. \ GR J N D CE�5NGf CST P \ •` 62 Si \ Zr, 1� S1\ A 6o , 59� f\ +� a :u uv✓ 51 yd cl 55 S7. : 53ao 51 5or,,i\ SUP k<<jlt r a6 BqC� d5T 4 o 1�. e C� 43ao I N Z 42"a S7. 'd 1 yT ST 4f,,u 39" 38TH r i 36T IT •� DL 34 �\ 33ieo S'`` Lj LJ 32"o l SCALE: III = 8001 � .fr CITY OF NEWPORT BEACH DRAWN G_LW_ DATE PUBLIC WORKS DEPARTMENT APPROVED ez/-, 1975 -1976 ASST. PUBLICC /WORKS DIRECTOR SEAL COAT PROGRAM R.E. N0. 12806 PHASE I DRAWING NO. R-5275-L (Sht.2) 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 9th day of September, 1975, at which time they will be opened and read, for performing work as fol- lows: 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 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, exe- cuted, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Band 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. 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. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 ar per the latest edition of Best's Key Rating Guide (Prop- erty - 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 ascer- tafned the general prevailing rate" of per diem wages in the locality in which the work is to-.ire performed1for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution 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 Cade 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. LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA PUBLISH: Aug. 28, 1975, in the Newport Harbor Ensign. s By August 25, 1975 CITY COUNCIL AGENDA ITEM NO. H -10 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1975 -76 SEAL COAT PROGRAM, PHASE 1 (C -1749) RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on September 9, 1975. DISCUSSION: This project provides for the seal coating of approximately 19 lane miles of streets within the City, as shown on the attached drawing. The use of slurry treatment at this time will extend the street life and delay the need for costly resurfacing. The estimated cost of the work is $36,800. Funds have been provided in the Annual Street and Alley Program, Budget Number 02- 3375 -014. The estimated date of completion is October 31, 1975. The plans and specifications have been prepared by the Public Works Department. i Joseph; Devlin (Public rks Director AB:hh Attachment a3� 11 a 0 aztio i 9 * ---j _, � - a av � s rn I rn 39 >uI l Il� ap rn up v 34 >Iju s. U U Li � L �i ®� G 33RD 0 C11 c---j C� �pL < I 3z��1 fIl G' n a D �� ale. 30 z9 l l Lji �6 a X7 ell c .*2 I f7 C �• O I� � 1//// fj 91 rq T� J °z `v FAI of 3br \ C v 9 n 'yo C C L� c n / O G7 \` fi• �L� o Z \� 1 \` ` \\ 011l�, °lA \ 1 p13J�� °U\ �\ !a VIA \ — `�O170A3 �A \ ` \�zd -ld piA \ \\ D An!A \ 0 X10 w�or vin \ `r 11�N1 QiA \ g 1 01310 °n\ n� jwd3 % p I\ 0 A C \\\ \�� A SCALE: I"= 800' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1975-1976 SEAL COAT PROGRAM PHASE I DRAWN G.L.W. DATE APPROVED wan � s ^ ,A\ fin `I 01A 0 °Iji9, 0A \ r1NvX vv' °113A �\ n)1bo1 j1A t . C% ASST PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING NO. R- 5275 —L (Sht. 1) I5agt'', N � N v m� 7a .9 V 1� F6a \ C b OPA sfi TON N 11� 4�NU1 v� S1. J EDpa \ C ROSPFGI P o s1• � J 62 S1. \ S r (d s S-f. 0 1 6 5910 SS1� 58iti S1. ro \1 51 56 S S1. 1 55 d � S1' 56r no S1.\ 53 0 5, 52 Si. Sr 51 1 "o G Z� °ter 4k. 7— �O IN i i 501 \ t)P ' S S d47,N r� S . s :• ` as � G' 43 \ T. 2 IN 42..° sr. 41s>1i 71 n 't- lJ> C-3 U 39 >a �T L-3 I to T, ► 37 dill ®� 3r, 7a Sr 1I P 35Tw s C--3 >•S�f vomm* SCALE: I"= 800' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1975-1976 SEAL COAT PROGRAM PHASE I 0 �6 1,I 32ND gr 1111 � �l c DRAWN G.LW. DATE S ^ /4 -ZE APPROVED /1 Q T- ASS'T. PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING No. R- 5275-L (Sht.2 r-.D `�� . ♦ _A sidrSP 501 \ t)P ' S S d47,N r� S . s :• ` as � G' 43 \ T. 2 IN 42..° sr. 41s>1i 71 n 't- lJ> C-3 U 39 >a �T L-3 I to T, ► 37 dill ®� 3r, 7a Sr 1I P 35Tw s C--3 >•S�f vomm* SCALE: I"= 800' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1975-1976 SEAL COAT PROGRAM PHASE I 0 �6 1,I 32ND gr 1111 � �l c DRAWN G.LW. DATE S ^ /4 -ZE APPROVED /1 Q T- ASS'T. PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING No. R- 5275-L (Sht.2 r yam: January 19, 1976 Qmber -Mix mete, Ine. 11236 Western Avenue, P. 0. Banc 356 Stanton, CA 90680 6, Subject: Surety s Fireman's Fund Ins:sance OrnQany Banda No. SCR 7112275 Project Seal Coat Program, Phase I, 1975 -76 Cbntraat No.: 1749 The City COabcil on Daoaaber 22, 1975 aooeptel the work of subject project and authorized the city Clerk to file a Notice of OaWleUm and to release the bards 35 days after Notion of Completion has been filed. Notice of Cowletion was filed with the Orange o=rty Pecorder on December 30, 1975 in Book 11608, Page 1107. Places notify YOUIr surety oanpany that bonds . may be released 35 days after reo irding date. Laura Lagios, OC City Clark. LL: m& PLEASE "-TL'.` ?: TO: RE C.' rr CLER �VESTED q er 31264- EXEMPT LOULEVARD C8 NEW: ':.:;, '11r:,'.'--;'-; CALIF. 92660 NOTICE OF COMPLETION PUBLIC WORKS 41 BK 1 1608PG 1 107 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. DEC $.p 1975 J. WYUE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Novenber 21, 1975 the Public Works project consisting of Seal Coat Program, Phase I, 1975 -76 on which Chamber -Mix Concrete, Inc, was the contractor, and Firanm's Fund Insurance Ccapany was the surety, was completed. V ERIFICATIOIN I, the undersigned, say: CITY OF NEWPORT BEACH Works 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 December 23, 1975 at Newport Beach, California. Aftvffi VERIFICATION OFICIIY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on December 22, 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 December 21 1g75 at Newport Beach, California. F rs�b'rc���� j 0 F, X, >6 ..71 46 c�cy . r CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: .1.4 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 as coat Rwg =, ghao T, 1975 -76 Contract No. '1749 on which Chamber-Mx tea, =. was the Contractor and p4 ,mon0a Fund was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. I 0 0 Date October 16. 1975 i TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1749 Project Rut Coat Pragyug, mme 1, 1975 -16 Attached is signed copy of subject contract for transmittal to the contractor. j Contractor: Chamber -Mix Concrete, Inc. Address: 11236 Nestern Avenue, P.O. Boa 356 Stanton, California Amount: $ 42.320.00 Effective Date: 10 -15 -75 Resolution No. 9599 LL;dg Att. cc: Finance Department Laura Lagios 119r October 10, 1975 TO: CITY CLERK FROM: Public Works Department SUBJECT: 1975 -76 SEAL COAT PROGRAM PHASE 1 (Contract No. 1749) Attached are four copies of the subject contract documents as well as the insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining three copies to this department for distribution. Thank you. J'hn S. Wolter roject Engineer JSW:h Attachments b.M1e1►I CiNE:. � '� ���ir IM MA14D S . Pin- em 'WMt 5t►LO MA0.tme A60asso P.O. sox $s! aT ►Mf OM, C ►{.t� "I an aware of sad will comply with Section 3700 of the Labor Code, requireing wary employer to be insured against liability for Work*='* Compensation or to undertake self - insurance before commencing any of the work. CHkXMM -KU CONMMTE, INC. r _ WC FL /ch Dated: September 30, 1975 ...5,7�, mu BROOM fBE 11011Wj . CONJUNCTION WITH A f A 1 RIME COMPANY IEEE ASOVE 579e -10-72 1 R RPRIPRSAP 17 10- ` `� 2 `' 0 03 INDIVIDUAL PARTNERSHIP ® CORPORATION FORM 1SE E3 (OTHER) aman MI • x , ��iv,,ES�P. , • LOCATIONS —ALL USUAL WORKPLACES OF THE INSURED AT A F.O. BOX 247 • opt "tom WHICH OVERED By THIS OLOCATED THE UNLAESS 9T1xTON, CA. CONDUCTED ARE AT ADDRESS SHOWN OTHERWISE STATED HERRIN: 11236 WESTERN AVENUE STANTON, CA. ITEM E. THIS POLiCV APPLI 70 TH RKM OM i A UPATIONAL DISEASE IJLW OF EACH OF THE FpLLq WIN AT PRM4- 30- 75To 4- 30-76 ADpDi TAHE "NWm Al BAl TN� CALIFORNIA I NT HIS M TNIII REM, EKCEPf AB EP�MIGLLY /AOMDm E�YNLRE IN THIS roliC PREMIUM BASIS( ESTIMATED RATES PER JIOp ESTIMATED ANNUAL Y. W NOT DI ANY OI TTY OTHER Oi THI POLICY. CODE NO. TOTAL ANNUAL REMU�NEE�RAeTIION { O REMUNERATION PREMIUMS CLERICAL OFFICE EMPLOYEE[ NO.C.• MIO VARIES .24 i SALESMEN, COLLECTORS OR MERIENGERS— OUTEEE0 I 67M VARIES j .50 DRIVERS. CHAUFFEURS AND THEIR HELPERS NO.C.— OOMIHRcm L* TSSO IM NOT SPECIFICALLY INCLUDSO IN THE CLASEMKATIONS EMiRED ESLOW.I BUILDING MATEIIAL DIAL -00 SECOND 8232B VARIES 4,61 HAND MATERIALS PAINTING DECORATING OR PAPER BANGING - N.O.C.- 5474A VARIES 6.12 INCLUDING SHOP OPERATIONS STREET OR ROAD CONSTRUCTIOU -PANG OR REPAVING, 5506 VARIES 7.56 SURFACING OR RESURFACING 01 SCRAPING -ALL [IKOS- INCLUDING AIRPORT RDNNATS, WA>MING APRONS, INCIDENTAL FIELD PLANTS, FENCE OR GUARD RAIL CONTRUC710M AIRCRAFT OPERAnON- TRANSPORTATION OF PERSONNEL 7421 I VARIES 3.74 IN THE BUSINESS OF AN ENPLOM 110T OTHERWISE ENGAGED IN AIRCRAFT OFERATION- MEMBERS OF FLYING CREW was CONSTANT El EAPKh SE CONSTANT cl LOSS AND EXPENSE CONSTANT ENDORSEMENTS ATTACHED 110168 _ MINIMUM O MA E: PREMIUM SHALLB MATED MIUM 220 SEMI•ANMUALLY ❑ QUARTERLY ❑ MONTHLY C IT PREMIUM �1 M S. LLLLM 4A — ABILITY: j SUBJECT TO ALL TH MS Oi THIS POLL Y HAVI EVCE TN ET 3- 13 -75 /"d THIS DECLARATIONS PAGE If I"VK0 IN CONJUNCTION WITH A f A ,GIG FORM 579e -10-72 FORM 1SE . CITY OF NEWPORT BEACH 0 CERTIFICATE OF 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. _27 MODIFICATIONS TO THIS CERTIFICATE ARE NO— T �CEPTABLE Project Description: Seal Coat Project Phase I.- Contract No. 1749 Fireman's Fund Insurance Co. — Primary Liability This is to certify that the and American Home 'Assurance Co. - Umbrella Name of Insurance Company) has issued to CHAMBER MIX CONCRETE California 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. r T Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protectii $1,000,000 Products $ 500,000 Contracts �l �kik.LkEQ ��MI ���Q�\ Policy No. COMPREHENSIVE LIAB. Combined Single From:4 30 75 $ 500,000Protecti, Limit Bodily Injury or Property Damage L 419 4 To: 4/30/76 $ 500.000 CSL $ 500,000 Products $ 500,000Contract Each Occurrence UMBRELLA BE1151814 8/14/75 to 76 $1,0.00,000.00 ver Primary Limi shown above. 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 (awhen.aipbJe). ese coverages re i u e Name of Agency or Broker: QUINLAN INSURANCE, INC. Address of Agency or Broker: P.O. BOX 2520, Newport Beach, California 92663 Telephone No. (714) 833 -9550 QUINLAN INSURANC�./rj Countersigned by: Authorized- Yhsuranc oinpany',Representative Effective date of this endorsement: September 29, 19 75 Endorsement No. 6 Amended re ial ) re i sal :s This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the fotlowmg: ! COMPREHENSIVE GENERAL LIABILITY INSURANCE — MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE -30 -76 ADDITIONAL INSURED (GI16) (Owners of Contractors) i iSchedule i Name of Person or Organlatlon faatlon of Covered Operations (Additional Insured) I CITY OF NEWPORT BEACH SEAL COAT PHASE I i CONTRACT 01749 ! Premium Bases Rates Advance Premium -- __Bodily Injury Liability frost $ TREI $ (127 per $100 of cost $ nn* Property Damage Liability I Cost $ I t 023 per $100 of cost -j A UDIT f Total Advance Premium $ s agreed that: .. f 'Persons Insured" provision is amended to include as an insured the person or organization named abocc (hs- :: rt:onai insured "), but only with respect to liability arising out of (1) operations performed for the additional in: .:r..i . ..:,:red at the location designated above or (2) ads or omissions of the additional insured in Connection with his g:r r.:: .i ,perafiors. .. re of the exclusions o! the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance. ' Additional Exclusions This insurance does not apply: ^., bodily injury or property damage occurring after : work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the edci.t:. ...c covered o =erations has been completed or tS Portion of the named insured's work out of which the injury or damage 'arises has been put to its intende :i by :.. :1¢c•foq other than another contractor or subcontractor engaged in performing operations for a principal c:: a'psf bodity injury or properly damage arising out of any act or omission of the additional insured or any of his .... ;: supervmon of work performed for the additional insured by the named insured; f. L, proporly damage to I:; ; rr :perty owned or occupied by or rented to the additional insured, r•r!y used by the additional insured, 'Y pony in the care, custody or control of the additional insured or as to which the additional insured N for any purpose , control, or (4) work performed for the additional insured by the named insured 4. Additional Definition. When used in reference to this insurance, "work' includes materials, pmts and equipment furnished in n: 1:,jn therewith. POLICY NUMBER SNA LC -241 95 24 INSURED _ DEAN CAAMBERSI, CHAMBER MIX CONCRETE T9-29-75 EFFECTIVE FIREMAN'S rUND INSURANCE COMPANY PRODUCER THE AMERICAN INSURANCE COMPANY QULYLAN INSURANCE INC /ml 10 -3 -75 NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION AMrEERRj COMPANY COUNTERSIGNATURE OF AUTHORIZED AGENT }yI[�CAA,NJ[�AUTOM/gOOB/UX INSURANCE ' r" J PRESIDENT 70•X , 105143-1-73 11236 WMST[11N AV M, STANTON, CALIF. PHON91627 -2216 THE HARP PAVE-01F 30'?PACE SEALER Chapber -Mix Concrete*c. Good Swvko and D"ndabw racks ti. _ r s _ Ir MAILING ADDRESS P.O. BOX 356 STANTON. CALIP "I am aware of and will comply with Section 3700 of the Labor Code, requireing every employer to be insured against liability for Workmen's Compensation or to undertake self - insurance before commencing any of the work. CHAMBER -MIX CONCRETE, INC. By c Fred LaGrande Secretary FL /ch Dated: September 30, 1975 ,.. .. .. .. .... N —y.,:. yea �a'..:... .. ... .... /MIYW/>1ifWRi h �.�. PC MY ""A 11111 U 17 I NIP- 182 80 03 Cumn ax OgRt:Rlm, INC. P.O. DOOX /2�4� 7 STAR", FROM 4- 30-75 TO 4 -30-16 INSURING COMPANY IEEE ASOVID C] INDIVIDUAL ❑ PARTNIERSHW ® GDR- ORATION . ❑ (Ormm) LOCATIONS —ALL USUAL WORKPLACES Of THE INSURED AT • OR FROM WHICH OPERATIONS COVERED SY THIS POLICY ARE CONDUCTED ARE LOCATED AT THE ADDRESS SHOWN UNLESS OTHERWISE STATED HEREIN: 11236 WESTERN AVENUE STANTON, CA. CALIFORNIA IIRNN •• VLPNN.iIFNCwI NT. VI wRR�Tlww 'I ENTRIES IM TNIE IT[Y. [ %COT N EP6IR1OMyY OED [LEEWN IN THIS POLICY• DO NOT MODIFY MIY OP TIDE OTN[R !"KL YS O- TNIS 6Y. CODE NO. PREMIUM BASIS RATES I ESTIMAT[D MR �IW TOTAL ANNUAL O I R[MUNNRATION .I RE MUN[RATION ESTIMATED ANNUAL PREMIUMS CLiRICAL OPTIC[ EMPLOYEES MAC.- «,o VARIES { .24 SAL[[MEN. COLLECTORS OR YEYSNSERS— DUTMEIt I VARIES I .50 DRIV[RS• CHAUF-EURS AND THEIR HIPAWIS R&A.— COMM[RCIAL• TS« I IMF NOT S- [CI-ICALLY IRCLUO[D IN THS CLASSIFICATIONS ENTERSO MO.OW., MINIMUM PREMIUM BUILDING MAMIAL DEALERS- 000112CIAL -NO SECOND 823213 VARIES 4.61 : HAND MATERIALS MADE: PAINTING DECORATING OR PAPER HANGING - N.O.C.- 5474A VARIES 6.12 B[MIdNNVALLY OUARTp¢LV INCLUDING SHOP OPERATIONS MONTHLY 1 F,' i DEPOSIT PREMIUM R j_] _SOD STREET OR ROAD CONSTRICTION - PAVING OR REPAVING, 5506 VARIES 7.56 SUBJECT TO ALL TN TERMS SURFACING OR RESURFACING OR SCRAPING -ALL KINDS - INCLUDING AIRPORT RD WATS, WARMING APRONS, INCIDENTAL FIELD PLANTS, PENCE OR GUARD RAIL CONTTRCTION AIRCRAFT OPERATION- TRANSPORTATION OF PRRSONNEL 7421 VARIES 3.74 IN THE BUSRIESS OF AN ENPWrER NOT OTHERWISE ENGAGED IN AIRCRAFT OPBHATION- MRIBRRS OF FLYING CREW 0 LOSS CONSTANT C3 EXPENSE CONSTANT C] LOSS ANO E%PENBE CONSTANT ENDORSEMENTS ATTACHED 110168 MINIMUM PREMIUM N J M T6 OF P MIUM MALL BED � TOTAL ESTIMATED : MADE: ANNUAL PREMIUM_ _F_l 11 1 �`,A -- 220 S B[MIdNNVALLY OUARTp¢LV MONTHLY 1 F,' i DEPOSIT PREMIUM R j_] _SOD LI M y. LIM O IAN L . OF TNIS POLICY MOVING -- MP LABILITY. f ERENCE THERETO. SUBJECT TO ALL TN TERMS 3 -13-75 /dud THIS DECLARATIONS PAS[ If ISSUSD IN CONJUNCTION W17N A t A �1RNG IORM 6710- 10.7'1 FORM 16E v . CITY OF NEWPORT BEACH 0 CERTIFICATE OF 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.� 17 MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEPT BLE Project Description: Seal Coat Project Phase I - Contract No. 1749 Fireman's. Fund Insurance Co. - .Primary Liability This is to certify that the and American Home I Assurance Co. - Umbrella Name of Insurance Company) has issued to CHAMBER MIX CONCRETE Name of Insured P.O. BOX 356 Stanton California (Address OT —1 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. r Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts )K ��I�.LaEQ �kQKRF1 nW Policy No. COMPREHENSIVE LIAR. Combined Single Limit Bodily Injury or Property Damage LC2419524 From: 4/30/7 To: 4/30/76 $ 500.000 CSL $ 500,000Protecti $ 500,000Products $ 500,000 Contract Each Occurrence UMBRELLA BE1151814 8/14/75 to 76 $1,0.00,0,00.00 er Primary Limi snown above. 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 (dwhen.a�cp�icdab�e). ese coverages re i u e Name of Agency or Broker: QUINLAN INSURANCE, INC. Address of Agency or Broker: P.O. BOX 2520, Newport Beach, California 92663 re sal) ve CSL CSL!, aal CSL is Telephone No. (714) 833 -9550 QUINLAN INSURAN , C./ Countersigned by: -- AuthoFi `suranc mpariy'Representative Effective date of this endorsement: September 29, 19 75 Endorsement No. 6 \ Amended O � I E 40 L P 1 i This endorsement modifies such insurance as G afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE — MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE '-30 -76 ADDITIONAL INSURED (G116) (Owners or Contractors) Schedule Name of Person or Organisation Loation of Covered Operations (Additional Insured) CITY OF NEWPORT BEACH SEAL COAT PRASE I CONTRACT #1749 Premium Bases Rates Advance Premium Cost $ TRn $ 077 Per $100 of cost Cost S S nee per $100 of cost $ .rmrm i i is agreed that: 'Persons Insured" provision is amended to include as an insured the person or organization named above (hen :. :: cnonal insured' ), but only with respect to liability arising out of (I) operations performed for the additional in::c.^.,,' ....�rd ;•.:red at "+c location designated above or (2) acts or omissions of the additional insured in connection with his ger,:r,: .. .:Derv(iJG9. .. no c! the exclusions of the policy, except exclusions (a), (e), (f), (g), 0), (j) and (m), apply to this insurance. Additional Exclusions This insurance does not apply: `o bodily injury or properly damage occurring after -i; work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the add' tic �tal Ir.: . ,r.e covered operations has been completed or tb _t portion of the named insured's work out of which the injury or damage arises has been put to its intended use Dy . ruza'� n other than another contractor or subcontractor engaged in performing operations for a principal a:: a part .. ... -. t , bedily injury or property damage arising out of any act or omission of the additional insured or any of his employ,,. .. .. .... :::.prrvls:on of work performed for the additional insured by the named insured: .1 I, property damage to t:. { r,:r;erty owned or occupied by or rented to the additional insured, . , Iporty used by the additional insured, '? - ..,perry m the care, custody or control of the additional insured or as to which the additional insured is for any purpose ex, 1:q control, or (4) work performed for the additional insured by the named insured. 4. Additional Definition. When used in reference to this insurance, "wort' includes materials, pane and equipment furnished in connec- Lon therewith. POLICY NUMBER SNA LC -241 95 24 INpURED AN DE CRAMBERSa CRAM ER MIX CONCRETE EFFECTIVE 9 -29 -75 FIREMAN'S FUND INSURANCE COMPANY PRODUCER THE AMERICAN INSURANCE COMPANY QUINLAN INSURANCE INC /ml 10 -3 -75 NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY COUNTERSIGNATURE OF AUTHORIZED AGENT e PRESIDENT 70•X 105143-1-73 i, LJ Approved by the City Council this 25th day of August 1975. ra Lagios, My Cl--m 0 CITY OF NEWPORT BEACH. PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 SUBMITTED BY: Chamber -Mix Concrete, Inc. Contractor 11236 Western Ave., PO Box 356 Address CITY CLERK Stanton, California 90680 City iP _(714).828- 7633.. Telephone $42_320. Total Bid Price s ', :.: _ ...:e..,_�. _ � ..,�... � _. , ..,..Ar ... �. • CITY OF NEWPORT BEACH PR 1 of 1 PUBLIC WORKS DEPARTMENT 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1749 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: RICE 1. 1150 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 -six Dollars and Eighty Cents $ 36.80 $ 42,320.00 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Forty -two Thousand Three Hundred Twenty Dollars and No Cents $ 42,320.00 S /Fred LaGrande yncrete. Inc. Bidder's Name September 4, 1975 S /D. M. Chambers, President Date Authorized Signature CONTRACTOR'S LICENSE NO. 200227 TELEPHONE NUMBER (714) 828 -7633 CONTRACTOR'S ADDRESS 11236 Western Avenue Stanton, California 90680 • 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 9th day of September , 1975 , at which time they will be opened and read, for performing work as follows: 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility 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 — heCorporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $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 providing for the registration of Contractors, License No. 200227 Classification C -61 Accompanying this proposal is " , , uasnler -s LnecK 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).828 -7633 Phone u er M, t JT4 =I M RYA o. Bid a Cher s Name Co -Mix ncrete. Inc- (SEAL) S/n_ M�pharc, president 1�ut or�ze ignature Aut orize tgna ure 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: - . • , ..FiT PS :y ' 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. 6. 7. 8. 9. 10. 11. 12. S /Fred LaGrande Chamber -Mix Concrete L Inc. Bi er s ame S_ /D. M. Chambers, President ut oriz d51gnature Corporation Type of Organization (Individual, Co- partnership or Corp.) ..FOR OGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Chamber Mix Concrete, Inc Page 4 as Principal, and Fireman's Fund Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the Amount Bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of 1975 -76 Seal Coat Program Phase 1 Conteart Nn_ 1749 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 9th day of September , 19 75 Corporate Seal (If Corporation) Chamber Mix Concrete Inc Principal (Attach acknowledgement of Attorney -in -Fact) SiMelvin D. Peel. Notary Public Fireman's Fund Insurance Company Commission Expires Jan. 19. 1976 Surety By s/w F Crosby Title • NON- COLLUSION AFFIDAVIT 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 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. Chamber -Mix Concrete, Inc. S /D. M. Chambers, President S /Fred LaGrande Subscribed and sworn to before me this Sth day of September 19 75. . My commission expires: Notary Public 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. S /Fred LaGrande S /D. M. Chambers President Signed —" I I 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. 1975 City of Downey Bob Brace 861 0361 1975 City of Santa Fe Springs Phil Studebaker 868 0551 1975 City of Lakewood Mr. Shatto :.. 1975 City of Rosemead Mr. Durham 288 .. S /Fred LaGrande S /D. M. Chambers, President igne LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 BOND NO. SCR 7112275 PREMIUM: INCLUDED IN WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted September 22, 1975, has awarded to Chamber -Mix Concrete, Inc: " hereinafter designated as the "Principal ", a contract for 1975 -76 Seal Coat Program Phase 1 Contract No. 1749 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 CHAMBER -MI% CONCRETE, INC.' as Principal, hereinafter designated as the Contractor and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of TWENTY -ONE THOUSAND, ONE HUNDRED SMY AND NO 1100— Dollars ($21,160.00- =----=- - - - - -) c, L+ 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. n El (Labor and Material Bond - Continued) • Page 9 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 received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive dotice of any such change, extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal 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 29TH day of SEPTEMBER , 1- 9__.75 CHAMBER -MIX CONCRETE, INC. Seal) BY: eal) X (Seal) o tractor This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk FIREMAN'S FOND INSURANCE COMPANY - (Seal) BY: f/• L ' (Seal) W. E. CROSBY ATTORNEY.�al ).^ 0 0 NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT ' STATE OF CALIFORNIA On this.._...._29TH --------------- day of.._..._._- ._.SEPTEMBER - -_- .,, -_. -. 19.....75.., before me, - - - - -- ELVIN D. PEEL - County of S. 5. �--- �----------------------- ----_.--.-_-- ---"-- '----- -_- ..- ...-. -...._ , a Notary Public in and for said -_.... ORANGE__- _,_-- _ -,_ -_ _ -_ -Count State aforesaid, residing therein, duly commis - - ' '- --------- - - ---' -' '- -- aR'ANGF - ----' - - -' y. e y 360042-5-65 sioned and sworn, personally appeared _... W }_E. CROSBY known to me to be the person whose name is subscribed to the within instrument us the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal, at my office in the said .. _. .... _ ... .. _.._ County of .... .. .. _. ..... . the day and year in this certificate first above written. Notary Public in and for the -------- State of California. My commission expires_.._. ....... ... -- County of- ----- -....- _ORANGE ­ MELVIN D. PEEL PUBLIC • CALIFORNIAI w A PRINCIPAL OFFICE IN ORANGE COUNTY _My Commission Expires Jan. 19, 1976 360042-5-65 sioned and sworn, personally appeared _... W }_E. CROSBY known to me to be the person whose name is subscribed to the within instrument us the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal, at my office in the said .. _. .... _ ... .. _.._ County of .... .. .. _. ..... . the day and year in this certificate first above written. Notary Public in and for the -------- State of California. My commission expires_.._. ....... ... -- County of- ----- -....- _ORANGE ­ • i Page 10 PERFORMANCE BOND BOND NO. SCE 7112275 PREMIUM: $212.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 22. 1975, has awarded to Chamber -Mix Concrete. Inc. hereinafter designated as the "Principal ", a contract for 1975 -76 Seal Coat Program Phase 1 Contract No. 1749 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, CHAMBER-MIX CONCRETE, INC. i as Principal, hereinafter designated as the "Contractor ", and FIREMAN'S FUND INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FORTY -TWO THOUSAND, THREE NUNDRED TWENTY AND NO /100)ollars ($42,320.00-- - - - -), 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. USSUT ROE OR ME OO.SlS$ :f3UIMJ84 OHI .1T9HOHOO %IM- fMMUHO YHAWD masu2HI amm 2I mmniv ------ OO.OSE.SJ 001\Om7 am YTKm Q3fIQHUH KMT .axAaUGHT OWT -YTSOi R 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 29TH day of SEPTEMBER 19 75 . CHAMBER-MIX CONCRETE, INC. Seal) FIREMAN'S FOND INSURANCE COMPANY (Seal) Seal) W. E. CROSBY ATTORNEY- ET%itl (Sea)'} Surety zC sa�TeaE Hies i :Y8 ............ YHAWO SOHAAREHI aM 2'KAMBAIR \ ME i TOQ#�iS- YMOTTA YH2OA0 .H Al ■ § I » \/ ) / } }\ a \ 0 m \Q /� � a i ,77r� p ` ' r to \\ ...k ! \/ M .w ) �) ca & ) I 4 \ 0 m \Q /� Ln ( LA / }k -,t ƒk} rri ! \/ M .w ) �) ca & ) I 4 9 0 Page 12 CONTRACT THIS AGREEMENT, made and entered into this 15rr4 day of O c� ro m E,w , 19-75 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Chamber -Mix Concrete, Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of 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. 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. CITY OF NEWPORTBEACH, CALIFORNIA By:_ t' �ayor ATTEST: "' mix CONCRETE, IND. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1975 76 SEAL COAT PROGRAM PH SE CONTRACT NO. 1749 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 I. SCOPE OF WORK 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 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- 5275 -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 and 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. All work shall be completed by October 31, 1975. • SP2of5 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 undivided 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) 640 -2221. `• • . SP3of5 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 - rte. � . - - _ _ =� -�- --.:� .� __..�, . _. _.._..... r ...__.. -_.._ __. _ . �. ,,..- : -- a��� --�"�� • =-== n u Residue_, Penetration Solubility in Trichloroethylene % Ductility 770 F, CMS Test 40 -110 D5 97.5 min. 40. min. D113 SP4of5 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 stopover 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 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 20k %. 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. 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. t • 43 ao T 2 �� � D L •� �� s,,o4 aisr Ire � _ I � z' a L �� n m� m 7 0 A i�1 Q a�7 rn l `fin m 39 u T C (/) _ an L� II m 37 ru r q m Apr T�-- 0 N d5 .f I I C_> �7 ®� r / 1 L -3 QF7 34rruf LJuLi U�3 ®� / `nl �� 33 O 0 L> r �A� sz szl C `� i pqE L 29 r, eln , y� zs l CV /�rd l 111 ►� It ��7 1 ��� 1 0 II a l /� Y /o� l o IS N � o 4l� OC °c C yt�U�O 0L < n � \ � QIVERjI � �43J4 �� otDn \� VIA\ 0139 , \ I / \ Aouja) PIA 1 l/ \\ Nn�•1a bin \\ � _ ; \ vIn \1 \9Zp3dij VIn \voj,3 ,1n1A�, - \ \ \ �\x -� i$ V7 \� \ \ q, A �� C qIn A � S 1�gynrA b VIA \ ` w `\Nt79 VIA A n. ,VIA Y)IN b0 VIAA `jkvdl ve \vin\A 11A 3tsNOnwlAln\ \. 'NIaN� bIn A\ 1 o4 I °�31io �" A �N1Na%vv' • \ a,13n VIA \\ old" Z d1� SCALE: I"= 8001 \\1 Cho \ (' `1�- -�r,/r�c2n CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1975-1976 SEAL COAT PROGRAM PHASE I DRAWN. G. L.W. DATE` APPROVED ASST. PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING No. R- 5275 —L (Sht. 1) • • r 011 ��Q�r. a 50N o;� O N FEQ oa oN S} C o o �J ✓, GGLr �UGGNIA D�NOT F y C EpP R GSP C1 \ \) PR ° S1 ST. 62 Sr GI S1. 59 S1� 581 S1' S1. 56 114 S1\ 55 5ar kl S1• o S . 53a o �\ 52N 1. U 51 s1 11\\ 50 1\ 47'N *m7m,► SCALE: I"= 5001 Z .0 O A �-A 45 ra/ } 1. 44')\ �11 to a 43 a T 2 57 I A 42"'O S7. o 11 2 41sT S7. it L 39 " S7' C CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1975-1976 SEAL COAT PROGRAM PHASE I 0 G Z� j / / ClT I / G.e.J o _ � � D �/� rD \ �0 L � b z � 3,9 1 �T 37 , 7 1 i1 30' 11 3stNs C--3 m--.2 ` Y L ty7 3ZH� S7 DRAWN ,G.LW DATE -1 ®� APPROVED ASST. PUBLIC WORKS DIRECTOR R.E. NO. 12806 DRAWING No. R- 5275-L (Sht.2 LO �i� iWnun!�Y mnnumnnnmi mni! ���uuwiiiiil��II�NII IN N iaeu im n�ti II�111RU�lllulllll�l�ll� dNN�tltlll�l� LO �IINIIIRI�9111fl1fl1 �n �n��Nn�IM��bMl�ll�flu�� �INauIAIIIINIAAIIW� 11111111111111111111mmNI 11111111111111111111mul Approved by the City Council this 25th day of August 1975. ` a z Labra Lagios, C y Cl CITY OF NEWPORT BEACH PUBLIC WORKS DRTMENT CONTRACT DOCUMENTS FOR 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 SUBMITTED BY: Chamber -Mix Concrete, Inc. Contractor 11236 Western Ave PO Box 356 Address Stanton, California 90680 City ip (714) 828 7633 Telephone c�2,3zc� lcp Total Bid Price # , 4 i� I {:.: . '., i „ i -. . - � . '., i • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 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. 1749 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. 1150 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ u.2 y s , Z�b:--"s Qwn Dollars and v F(C,u" C ✓T5 and $ Rio 8 $ Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: IFOQ -TY Two ^i->� %4+un �1 14a-F-E f- "J4('4&0 Dollars and cn� ad — wf,.fr'( no( -('9f4 - Cents $ c12) 7�7 4 04iamber- x Concre e, Inc. Bidder's Name September 4, 1975 et. Zt•1__. Date Author'e�Signature CONTRACTOR'S LICENSE NO. 200227 TELEPHONE NUMBER (714) 828 7633 CONTRACTOR'S ADDRESS 11236 Western Avenue Stanton, Calif. 90680 f` • 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 10:30 A.M. on the 9th day of September , 1975 , at which time they will be opened and read, for performing work as follows: 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 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 Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. 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.) Air t 0 The City has adopted the Standard S ecifications for Public Wor (1973 Edition) as prepare y t e out ern California Chapters Public Works Association and the Associated General Contractors may be obtained from Building News, Inc., 3055 Overland Avenue, California 90034, (213) 870 -9871. Page la T the American of America. Copies Los Angeles, 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. 200227 Classification C -61 Accompanying this proposal is "Bidder's Bond" (Cash, Certified C ec , Cashier's Check or on 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. 0141 er 7633 Phone Nurr -ber Ahnmho.._Mie !l------- T.... 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: Prp.sifipmt., nPAn M Cham"hers Sppra ..AMr! Fran TACunndc TrAaaurer, Pr Ad T.ArrAncip. uME• W.R. Allan I Ej 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. 4. 5. 6. 7. 8. 9. 10. 11. 12. Chamber -Mix Concrete, Inc. Bidder's' ame Authorized Sig ture Corporation Type of Organization - (Individual, Co- partnership or Corp-..) Chamber -Mix Concrete, Inc. 11236 Western Ave Stanton. Calif. 90680 Address . 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we Page 4 as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($_ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves; jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, 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) By Title Principal Surety 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. Q.:n. Subscribed and sworn to before me this O *1day of , 19!X5_, My cq�.�sion expires: \Q � Pr •1tt nr;.`.CIAL SLAL LO j �'l_•v i�^"'- "� f:atar, Pu Sl c-Cc'nfa; ria .01 Ori ice fn Oracge Co. i• ±tom N'y carri;;lonlzp;:bJ, 26,1979 Notary Public STATEMENT OF FINANCIAL RESPONSIBILITY `J Page 6 The undersigned submits herewith a statement of his financial responsibility. Signed 4�o 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone _NO. 1975 City of Downes Bob Brace AFl n�Fl 1975 City of Santa Fe Springs Phil Studebaker PAR n55i 1975 City of Lakewood Mr. Shatto 866 9777 1975 City of Rosemead Mr Durham PRA 66:71 .� . . 4 ,.: �. _... .�� �. .., _. .. �...._w,_.... =� ..� ,.: �. _... .�� �. .., _. .. �...._w,_.... I • BOND NO. SCR 7101420 FIREMAX N FUND INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That Wc, CHAMBER MIX CONCRETE, INC. (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a cmrporatcn organized and doing business u::der and by virtue of the laws of the State of California, and d.:ly licensed for the purpose of making . guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) to the lust and full sum of TEN PERCENT OF THE AMOUNT BID------------------------------------- - - - - -- Dollars ($ 10% -------------- �-law;ul money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the 1975 -76 SEAL COAT PROGRAM PHASE 1 CONTRACT NO. 1749 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bend for the completion of said work as required by low, ther. this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be only signed and sealed this 9TH day of SEPTEMBER 1 360277— (FF) —11.66 1975 CHAMBER MIX CONCRETE INC. FIREMAN'S FUND INSURANCE COMPANY By W. E. CROSBY At'orney -In -Fan: x o_ n fD Q a fl a 0 0 'TJ b O 0 M z to M x Y r 0 0 2i e 0 �a 0 m r w 0 0 a -W C7 4 I NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT .......................................... STATE OF CALIFORNIA \t/ On this .............. 9TH -------------- day of........_ SEPTEMBER 1975......, before ....County of (S. S. me, -- MELVIN- _D.._PE ,------------ --------------- ---- '----.._- ----_...._....... , a Notary Public in and for -- ------- - - - - -- - ---- ORAUGE ----- ' ----------------- said .__.....- ..,_URANGE - - County, State aforesaid, residing therein, duly commis - / PUEIBLD PEEL LV N . j .,. RY IC CALIFORNIA' NOMTA 1 PRINCIPAL OFFICE IN ORANGE COUNTY Nly Commission Expires Jan. 19, 1976 360042 -5,65 sioned and sworn, personally appeared.. . known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. PI WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the said ...... ................ ..._. .. .....County of .............. ........... ... .......... the day and year in this certificate first above written. A \ .� I( %I,CA,�t~.. V., " ..- ......._..........I ............ ... .................. ...... _......... Notary Public in and for the......... State of California. My commission expires. ........County of- ----------- ORANGE ...... ........ RESOLUTION NO.' A RESOLUTIONT OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE 1975 -76 SEAL COAT PROGRAM, PHASE I, TO CHAMBER MIX CONCRETE, INC., CONTRACT NO. 1749 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1975 -76 Seal Coat Program, Phase I, in the City of Newport Beach, in accordance with the plans and specifications heretofore adopted, bids were received on the 9th day of September, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Chamber Mix Concrete, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Chamber Mix Concrete, Inc. for the work in the amount of $42,320.00 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 22nd day of September, 1975 r ATTEST: City Clerk DDO:yz 9/16/75