Loading...
HomeMy WebLinkAboutC-1941 - Seal coat program 1977-78JAN 23 1918 By tM CITY Comm CITY OF N"Von KNAQ TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1977 -78 SEAL COAT PROGRAM (C -1941) RECOMMENDATIONS: January 23, 1978 CITY COUNCIL AGENDA ITEM NO. H -9 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 1977 -78 Seal Coat Program has been completed to the satisfaction of the Public Works Department. The bid price was $49,636.90 Amount of unit price items constructed 55,331.57 Amount of change orders None Total contract cost 55,331.57 Funds were budgeted in the General Fund (Account No. 02- 3377 -014) A mid -year budget adjustment to the project account in the amount of $5,630.34 has been prepared to cover the additional funds required. Many of the streets were found to be more porous than had been anticipated, resulting in an increase in the amount of slurry seal coating required. The design engineering was performed by the Public Works Department. The contractor is Ted R. Jenkins of Long Beach, California. The contract date of completion was May 26, 1978. The work was com- pleted on December 15, 1977. A sketch showing slurry sealed streets is on the reverse. oseph;T. Devlin blic rks Director :jd CID I I ` gxlylg I r /977 -7d XWL eWr oA4V*&AoW MUM# ENn 41 y TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1977 -78 SEAL COAT PROGRAM (C -1941) RECOMMENDATION: August 22, 1977 CITY COUNCIL AGENDA ITEM NO. H -2(c) Adopt a resolution awarding Contract No. 1941 to Ted R. Jenkins for $49,636.90 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 10:30 a.m. on August 9, 1977: Bidder Amount Bid 1. Ted R. Jenkins; Long Beach $ 49,636.90 2. Roy Allan Slurry Seal Contractor; Laguna Niguel 51,291.00 3. Pavement Coatings Co.; Anaheim 51,944.30 4. Chamber -Mix Concrete, Inc.; Stanton 58,644.10 5. Flex- Paving & Engineering, Inc.; Tustin 59,450.30* *Corrected amount based on unit price extension. The low bid is 1% lower than the Engineer's estimate of $50,040. Funds for this project have been provided in the Annual Street and Alley Seal Coating Program, Account No. 02- 3377 -014. The project provides for the seal coating of approximately 30 lane miles of asphalt streets within the City, as shown on the exhibit on the reverse. The use of slurry treatment will extend pavement life and delay the need for costly resurfacing. The low bidder has satisfactorily performed similar work for the City in the past. The contract date of completion is May 26, 1978. The plans and specifications were prepared by the Public Works Department. 1n hector Z- I I - f . r \ I xv ;� L\ CL +us W 'yrry� f l P. ?7 i ;,` �� ✓C C CSC C� _ S , UPC �� , �S 'IBt i '.,�.. `C �! _ � ��' \��07 ni� T �. C•L"` ACC '. /97 7- 76 saw. ca4r PAve-AP4w S7RCC/5 70 BG JWAFRY SEAGBO EN D RESOLUTION NO. 9172 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS FOR THE 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1977 -78 Seal Coat Program, in accordance with the plans and specifications heretofore adopted, bids were received on the 9th day of August, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is TED R. JENKINS; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Ted R. Jenkins for the work in the amount of $49,636.90 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 August , 1977. Mayor ATTEST: City Clerk DDO /bc 8/22/77 o 1Q77 By fl a Q fY COUNCIL CITY OF NwwPORT B:ACFI TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1977 -78 SEAL COAT PROGRAM (C -1941) RECOMMENDATIONS: July 25, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on August 9, 1977. DISCUSSION: This project provides for the seal coating of approximately 30 lane miles of asphalt streets within the City, as shown on the attached exhibit. The use of slurry treatment will extend pavement life and delay the need for costly resurfacing. The estimated cost of the work is $50,000. Funds in this amount have been provided in the annual street and alley seal coating program, Account No. 02- 3377 -014. The contract requires completion of all the work by May 26, 1978. Providing the contractor with the flexibility of scheduling work in the various areas of the City throughout the year should result in lower prices and better coordination for the preparatory patching to be performed by City forces. The plans and specifications were prepared by the Public Works Department. Att. lin Director t o �r rr !: i O N,.. QL n U o£r�yo'Q 7Cu��E�c IL IL J EXN /B /T Jl /977 -7B sadLcwr AvAvo 'A.N °- YC 'J N sr smweT✓ rep GEC szojwYsewmaO END PUBLIC NOTICE" PUBLIC NOTICE 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 August, 1977, at which time they will be opened and read, for performing work as follows: 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 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;eash,'certified check or Bidder's Bond, . made, payable- to the City of Newport Beach, for an amount equal to al 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 enrelope containing the bid. The contract documents that must be completed, exe- outed, 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 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 bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1976 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 as 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 at seq.), ;the City Council of. the City of Newport Beach has aster= 'tained the general prevailing rate of per diem wages ;in the locality in which, the work is to be performed for leach craft, classification, or type of workman'or mechanic ,needed to execute the contract and has set forth these :items in.Resolution No. 8950 adopted December 13, 1976. 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 �too prevailing_wage rates (Sections_1770 -1781 inclusive). ;fihe, contractor shall be responsible for compliance with Section. 1777.5 of the California Labor Code for all ap -. ,prenticeable occupations. The contractor, shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the' Public Works Department. ' The City reserves the right to reject any or all bids and to waive any informality in such bids. llZ, DORM GEORGE, CITY_ CLERK 7 ¢_ CITY OF NEWPORT BEACH, CALIFORNIA. IPubllsh: July 28,, 1977,_ 14 .the Newport Harbor Ensign 4 0 February 2, 1978 Ted R. Janklas 5400 The Toledo 14mg Beach, Ch 90903 Subject: Surety i United Pacific Insuraws Company Bonds No. : U 93 39 48 Project t 1977-78 Se4 goat Program Contract No. : MI The City Council an January IS., 1978 accepted the work of subject project and authorized the City Clark to file a Notice of Completion and to %*Is&" the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder, an January 25, 1978 In Book No. 12541, Page 1384. Plosee notify your surety company that bonds may be released 35 days after recording date. Doris George City Clark as eel Public Worke Department �,A Fl�aa��QJwroivY�: Rs CITY OF CLERK BEACH RFP�FS Fo /fie 3300 NEWPORT BOULEVARD r NEWPORT BEACH, CALIF. 92663 3355'7 � EX P� ",PT C4 i NOTICF. OF COMPLETION ! PUBLIC WORKS BM 12542PG 13,94 RE^OROED IN OFFICIAL RECORDB Oi ^- -.E COUNTY, CALIFORNIA 9.0_. ,., . JAN 251978 J. VIV.iii CARLYLE, County Recorder `fo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on December 19, 1977 the Public Works project consisting of 1977 -78 Seal Coat Program on which Ted R. Jenkins was the contractor, and United Pacific Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 24, 1978 at Newport Beach, California. VERIFICATION OF I, the undersigned, say: RK I am the City Clerk of the City of Newport Beach; the City Council of said City on January 23, 1978 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 January 24, 1978 at Newport Beach, California. # • CITY OF NEWPORT BEACH CALIFORNIA City Hal, 3300 W. Newport Blvd 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 1977 -78 Seal Coat Program Contract No. 1941 on which Ted R. Jenkins was the Contractor and United Pacific Insurance Company was the surety. Please record and return to us.. ! Very trul yours, L vi Doris George !VI City Clerk City of Newport Beach Encl. 0 CITY OF NEWPORT BEACH Date Sootmbsr 29. 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. )9&1 Project 3ea1 Coat ProaM/1977 -78 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: _T .*A Address: 5400 na ToUdo- Long Eeaa}y, CA 90883 Amount: $49,696.9Q .� Effective Date: Uptaaber 23, 1977 Resolution No. 9172 Lzx'� A�- Doris Geo e Att. cc: Finance Department Q City Hall • 3300 Newport Boulcvard, Newport Beach, California 92663 Approved by the City Council this 25th day of July, 77. D s George, City Clerk CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 Submitted by: TED R. JENKINS Contractor 5400 THE TOLEDO ress CITY CLERK LONG BEACH, CA 90803 City Zip 213 - 4399551 Telephone $ 49,636.90 ota Bid Price s ..t� �n _ l a ;:stw�1 ge do btds;:y the prb�rj are a. :o at .lead One gofteral partner s required. bs =aceeptad i m_,a- contractor wt* has not been, license afiter, Lt1e bfid_ opening. rf or ! ate Seal W. a Partfliership, :ificatiohAn the proposal. special provisions, may,.be:obtainad Beach, "Caltforniay at no :cost to ins and contract documents be returned �i! #tom Et #c �� 'incd ito #� - +387• :� ifcrn#a -� ! t gtand rd Aall k �e a� ail 1���'t the Public. ;;f insurance fa 0 E 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 providingq for the registration of Contractors, License No. 253619 Classification C - l2 Accompanying this proposal is "Bidder's Bond" (Cash, Certified Check, Cas ier s Check or Bon 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. 213 - 4399551 Phone Number August 8, 1977 Date TED:R. JENKINS Bidder's Name (SEAL) S TED KINS ut VIM pignatjdW Authorl-led Suture Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: 0 e 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. NONE 2. 3. 4. 5: 6. 7. 8. 9. 10. 11. 12. Individual Type of Organization (Individual, Co- partnership or Corp.) aM A �:.� FOR ORIGINAL 0 CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TFD R_ JENKINS , as Principal, and UNTTFn PACTFLC INSIIRANCF COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of an amount of ten percent of the total bid in Dollars ($ 10% of bid ), 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 1977 -78 Seal Coat Program (Contract #1941) 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 August 1977 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) My comm. expires May.23, 1980 TED R. JENKINS Principal By S /OWEN M. BROWN Title Attorney -in -Fact 0 • NON- COLLUSION AFFIDAVIT E 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. Subscribed and sworn to before me this 9th day of p„ gmt 19 77 My commission expires: ,lung 10 -. 19Rf1 Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY r Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk Signed 0 Atlumm r ith a stateaent of the, work af;s.Wj. r character to —_ he has rformeand successfu]Xj cpi�pteted _.. �.. •i;'N06;;..�IV�IYiGY w G)µ`. assa IPA - . Year' Coaip3eted for blML -7, idrmed:FBetail) : :: , Person to Ernstaci : Te]aBhoee-" 6n `fi]'e nth :City' Clerk - G NAME 1NiD QiI IfICA $F-'PROPOSEO FOREMAN. '2 Martin ;h��: Premium charge for this bond included in charge for Performance Bond. LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 Bond No. U 95 39 48 Executed in Four Parts WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 22, 1977 has awarded to Ted R. Jenkins hereinafter designated as the "Principal ", a contract for 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We . TED R. sENKINS as Principal, and I.mTqgn PACTP TNRiT niac (Y]MPANV as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWENTY FOUR THOUSAND,EIGHT HUNDRED EIGHTEEN & 45/100ths - -- Dollars ($ 24,818.45 )p 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 above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And 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 notice of any such change, extension of time, alterations or additions 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 art, day of 19_x. i r i Approved as to fp?m: A %.� q0ZIC0911 J f City Attorney 1 (Seal) Name of ontractor Principal Authorized Signature and Title Ted R. Jenkins, Sole Owner Authorized gnature and Title UNITED PACIFIC INSURANCE COMPANY (Sealy Name of Surety 443 South Shatto Place = �' 0 ' Addre u y - .= ture Authorized Age.1Tt-T-,.-.'- OWEN M. BROWN, Attorney -in -Fact - OWEN M. 'BROWN INSURANCE resI o QQent 13505 San AnIonio Dr., Suite G. Norwalk, CA. 90650 Telephone No. of Agent Phone: 213 - 864 -2581 4% State of California ss: County of LOS ANGRLF.S On September 8th , Ig 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared OFTEN M. 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 ; own name as Attorney -in -Fact. OFFICIAL SEAL BARBARA J. BENDER NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY MY Comm. expires MAY 23, 1980 i My Commission expires 19 _ Notary PublioWn and tor said county BDU -1818 ED. 3n2 (CALIF.) STATE OF CALIFORNIA, :► COUNTY OF LOS ANGELES OFFICIAL SEAL BARBARA J. BENDER m NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY My comet expires MAY 23, 1980 ACKNOWLEDGMENT -- General— Wolcatts Form 232 —Rev. 3-64 ss. ON September 8th , 19 77 , before me, the undersigned, a Notary Public in and for said State, personally appeared TED g _ TRNKTNS , known to me to be the person— whose name— subscribed to the within Instrument, and acknowledged to me that _he_ executed the same. WITNESS my hand and official se . Notary lic in and for said State. Page 10 Bond No. U 95 39 48 PERFORMANCE BOND Executed in Four Parts Premium: $186.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Augnct 92- 1977 has awarded to Tad R_ .lenkins hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents oh 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 anda" }ie terms thereof require the furnishing of a bond for the faithful performance of sa'li�.. contract; NOW, THEREFORE, We, TED R. JENKINS as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach,.in the sum of FORTY NTNE THOIJSAND.Six HUNDRED THUM SIX AND 90 /100ths ----- Dollars:($49,636*90 ) , 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, con- ditions, 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. And 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice i S i , ri Page 11 (Performance Bond - Continued) of any such change, extension of time, al rations or additions 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 Rth day of ce *e Ar , 19 7z Tea R. Jenkins, Sole Owner Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY Name of Surety 443 South Shatto Place f _ ddrA ess ► e y.c S' ture and f uthorized Agent OWEN M. BROWN, Attorney -in -Fact Approved as to form OWEN M. BROWN INSURANCE 0410�q Address of Agent 13505 San Antonio Dr., Suite G City ttorney Norwalk, CA. 90650 Phone: 213 -864 -2581 Telephone No. of Agent 0 'Z7 • I I State of California ) r� ) ss: j County of LOS ANGELES ) On September q h 1977 , before me, the undersigned, a Notary Public in and for said County, personally appeared nyM!H iii. unrv. 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 OFFICIAL SEAL 13ARRARA J. BENDER m NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY NI comm. lrpiras NAY 23, 1988 My Commission expires 19 _ otary ubli n and 0% id ounty BDU -1818 ED. 3n2 (CALIF.) _ STATE OF CALIFORNIA, A COUNTY OF LOS ANGELES ss. ON September 8th 19 77 before me, the undersigned, a Notary Public in and for said State, personally appeared OFFICIAL SEAL BARBARA J. BENDER [C- NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY My mmm. expires MAY 23, 1980 ACKNOWLEDGMENT —General— Wolcotts Donn Zit —Rev. 3.64 ` ,TED R. JRNKTNS , known to me to be the person— whose name— _ is subscribed to the within Instrument, and acknowledged to me that _he_ executed the same. WITNESS my hand and official seal Notary PDbli in and for said State. CONTRACT THIS AGREEMENT, made and entered into this ,,--2 34 day Page 12 of , 192_?__, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and TED R. JENKINS hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941 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 arty, 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 therefor 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. 4. Page 13 5. Pursuant to the Labor Code of the State.of California, the City Council has ascertained the general prevailing rates o Qrporated em wages for each craft or type of workman needed to execute the contract and ule containing such information is included in the Notice Inviting Bids and is 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.ateVery kind, nature, and description, directly or indirectly arising from the performan6 f 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 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: ty C er Approved as to form: ; 6 - ty -Attorney CITY OF NEWPORT BEACH, ,�CA)LIIFOORNNIA By: 1/GY`e'\ mayor By: Title STATE OF CALIFORNIA, 9OUNTY OF LOS ANGELES 3 OFFICIAL SEAL BARBARA J. BENDER L@ NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY My Comm, expires MAY 23, 1980 ACKNOWLEDGMENT— Genemi— Wolcotte Form Zit —Rev. 3M ss. ON September 8th before me, the undersigned, a Notary Public in and for said State, personally appeared TED R. JENKINS known to me to be the person— whose name— is subscribed to the within Instrument, and acknowledged to me that _he— executed the same. WITNESS my hand and officials Notary Putific in and for said State. PR 1 of 1 PROPOSAL To the Honorable City Council C.ity.of Newport.Beach .3300 West Newport Boulevard Newport Beach, California 93663 Gentlemen The undersigned declares that he has carefully examined the location of.the work, has read f;. 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. 1941 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 !TER-DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WIRTTEN IN WORDS PRICE PRICE 1. 1390 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 Five Dollars and Seventy One Cents Ir. , Per Extra. Long Ton $ 35.71 $ 49,636.90 0 i $ 49,636.90 Date CONTRACTOR'S LICENSE NO..253619 C12 CONTRACTOR'S TRACTOR'S ADDRESS 541IC1: The Tm1 s:. L+ TELEPHONE NUMBER 213 - 4399551 Beach. CA 90803 4. ��:: .,..�..:�_ ?., .»- .....�. .«_ "x ,._..?s. sc': ._.. �.a::�.. .m.4'µ -:.� r ;;:- +a :i::,.r„ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . 1 V. VEHICULAR.AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . . 2 VI. NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . . . 2 VII. FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . . . 3 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . 4 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . . 4 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . . 5 6. Application of the Slurry . . . . . . . . . . . . . . . . . . 5 a. Joints . . . . . . . . . 5 b. Utility Vault and Box Covers, and Signal Detector Pads 5 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 i. r-1 Li SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 . SP 1 of 5 The work to be done under this contract consists of furnishing all labor, equipment, 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 the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5348 -L), the City's Standard Special Provisions, the City's Standard Specifications, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 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 of asphalt pavements. IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK Within ten (10) days after notification of award of the contract by the City, the contractor shall submit his proposed slurry seal mix design (see Section IX.2) and a schedule of work which shall incorporate the following requirements: Work shall not begin before twenty (20) calendar days following submission of the schedule to the City. E 0 SP2of5 2. All work shall be completed by May 26, 1978. No extensions of time will be allowed under this contract. 3. No work shall be scheduled for the period from December 16, 1977 to January 3, 1978, or during national holiday periods without express approval by the Engineer. 4. The complete construction schedule shall be submitted in writing and shall be approved by.the Engineer prior to the start of any work. It shall show the geographical areas and the approximate periods of time planned for work in each area. Unless otherwise approved by the Engineer, the contractor shall provide thirty (30) days written advance notification of any proposed major changes to the original approved schedule. It is the intent of these special provisions to allow the contractor the flexibility of scheduling his work conveniently throughout the year, while maintaining sufficient advance notice for the required preparatory patching work to be performed by City forces. Ten (10) days prior to the actual start of work in any area, the contractor shall furnish the Engineer with a written schedule of daily operations for his approval. Once work is started on a street or on related streets in a tract, it shall be prosecuted to completion in a timely and diligent manner so as to minimize incon- venience to the public. The contractor shall employ sufficient workers and equip- ment to assure completion of the work each day for which notification has been given to the affected properties. V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Sections 7 -10 and 302 -4.4 of the Standard Specifications except as modified by these Special Provi- sions, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 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 (lighted if necessary), 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 collector streets, a minimum of one open traffic lane in each direction shall be maintained at all times. Sealing operations shall be conducted so as to keep access to commer- cial areas and long cul -de -sac streets open at all times. The contractor shall furnish and post on streets to be sealed, temporary "No Parking" signs stating the date of the restriction. The signs shall be in place forty -eight (48) hours in advance of the need for enforcement. VI. NOTIFICATION OF BUSINESSES AND RESIDENTS Based on the approved construction schedule, the City will send a preliminary notice to the affected businesses and residents, advising them of the location and approxi- mate time of the work. • • SP3of5 A second written notice, prepared by the City, shall be distributed by the con- tractor to the affected businesses and residents forty to fifty (40 -50) hours in advance of the seal coating. The notices will alert the abutting properties of the temporary inaccessibility to their driveways, and shall specify the date the work will be done 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. 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 adher- ence 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 Utilities Superintendent, Mr. Jim Frost at (714) 640 -2221. 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 notification of award of the contract by the City. 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 tacki- ness 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. M 4 • . SP4of5 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 Furol.fiscosity at 770 Residue from distillat Sieve test (% retained Particle charge test Storage stability; one Mixing test (job) Sec. Residue F, Sec. 20 -100 ion; % by weight 57 min. on No. 20) .10 max. Positive day settlement 1% max. @ 700 F 120 min. Penetration 40 -110 Solubility in Trichloroethylene, % 97.5 min. Ductility at 770 F, cm. 40. min. Test D244 D244 D244 D244 D244 Chevron P -12 Test D5 D2042 D113 The contractor shall submit 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 conform to Section 203 -5 of the Standard Specifications, except that it shall consist of 100 percent ( %) rockdust. Certified weigh tickets shall be presented to the Engineer immediately upon delivery of the aggregate to each site. Upon completion of the work in each area, the contractor shall completely remove all excess stockpiled aggregate and return the site to its original condition prior to his operations. Payment shall be made only for the actual amount of aggre gate used. Prior to placing aggregate (or any other materials or equipment) on private property, the contractor shall submit to the Engineer written permission from the property owner for such storage or use. 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. Equipment All equipment, tools, and machinery used in the performance of the work shall conform to Section 302 -4 of the Standard.Specifications, 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. li 5. Working Hours . SP5of5 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 completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objection- able 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. Utility Vault and Box Covers, and Signal Detector Pads The contractor shall be responsible for tying out or making the necessary arrangements to have the affected utility owners tie out their surface facilities prior to construction. The contractor shall wrap all affected utility boxes, manholes, etc. with plastic or an equivalent protective coating, prior to the application of the slurry, and shall locate, clean, and remove all slurry materials from the utility covers and traffic signal detector pads upon completion of the seal coating operation. 7. Control of Mix and Testing A minimum of five (5) slurry samples per day will be taken throughout the application operation. Tests 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 tests performed at City expense. The percentage of asphalt emulsion in the mix shall not vary more than +2i% 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. The contractor shall, at the direction of the Engineer, repair and reseal all areas of the streets which have not been sealed properly and completely. No extension of time will be allowed for delays due to repair and resealing or improper mix. Any additional tests required by the Engineer prior to con- tinuing slurry application and the additional slurry required to correct the previously rejected slurry application shall be at the contractor's expense. 'FAII t rA A UG Z3 v 77 All" M T u CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED 1977- 4S5�r PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO — v � � n v (� 3 ? I) I hlt--o Dil Aj ix i W Q NicN�csvo In LiERYL 3 ` \ t-� QF��i L a lQ S d� J LN• �m �a a�T Mdoil .dMB ° o 3 m 0 cz. S T. �' CUHBdPLdNO '� L Th... r oX R tM _ ` ' BfOFORO I✓ESTCL /FF DO 1�\? CITY OF NEWPORT BEACH PUBLIC AWORKS DEPARTMENT 777 -719 *SE•4L COAT ~404V P,44I 1 1 I i w /i°sAlOb' \m �0. "I C Vow i ' JOE.ILCQ DRAWN ✓W DATE S�/// ✓.� J�////JJ`/`�/� APPROVED .9,55'Y.' PUBLIC WORKS DIRECTOR R.E. NO. DRAWING N0. 04P-s64e ate: OWEN M. BROWN INSURANCE 13505 SAN ANTONIO DR., SUITE G COMPANIES AFFORDING COVERAGES COMPANY A NORWALK, CA. 90650 LETTER rll, FIREMAN'S FUND INSURANCE GROUP COMPANY O LETTER v NAME AND ADDRESS OF INSURED /� COMPANV ■ - TED R. JENKINS - LETTU+ V COMPANY D 5400 THE TOLEDO, #508 LONG BEACH, CA. 90803 LETTER COMPANY C LETTER G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Limits of Liability in Thousands ( 00) COMPANY LETTER TYPE PE GFINSU INSURANCE POLICY NUM RCR POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ $ ° ❑ COMPREHENSIVE FORM ❑ PREMISES— OPERATIONS PROPERTY DAMAGE $ $ ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS/COMPLETEO OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ ❑ BROAD FORM PROPLHTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS 'Applies to Products _ /Completed $ ❑ PERSONAL INJURY Operations Hazard. Iagt snrlk Ir1UPYI AUTOMOBILE LIABILITY BODILYINJURY $ ❑ (EACH PERSON) S COMPREHENSIVE FORM ❑ BODILY IN JURY (EACH OCC URRENCE) OWNED ❑ HIRED PROPERTY OAMAGF $ BODILY BODILY INJURY AND NON OWNED DAMAGE $ EXCESS LIABILITY COMBINED HOUR Y INJURY AND ❑ UMBRELLA FURM PROPERTY DAMAGE $ $ ❑ OTHER I HAN UMHRFLLA COMBINED FORM _ —� WORKERS COMPENSATION STATUTORY A and I WP220 47 28 12 -1 -77 M EMPLOYERS' LIABILITY b :I <cH OO -.amnn RIM& THIS IS TO CERTIFY THAT WE HAVE ISSUED A VAL D WORKER'S COMPENSATION BY THE CALIFORNIA INSURANCE; COMMISSION POLICY IN A FORM APPROVED TO THE EMPLOYER H P I Y PERT D INDICATED. DESCRIPTION OF OPERATIONS /LOCATIONSP/EHICLES JOB- 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will ±&*MWAkkk mail 3g days written notice to the below named certificate holderXk9tKtodHMd K 3n;ads=kxmkmsbetI;4mpasx3am by registered mail. NAME AND ADDRESS OF CERTIFICATE HOLDER'. Septemb 13, 1977 CITY OF NEWPORT BEACH DATE ISSUED:_ CITY HALL 3300 WEST NEWPORT BLVD. )M�) l ,/ (((/// NEWPORT BEACH, CA. AUTHORIZED REPRESENTATIVE Owen M. Brown Ins 1 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. IQAI This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. G. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises- Operations; Contractors Protective Liability; (when applicable) ; and Property Damage. This Endorsement is effective 9 -13 -77 when signed by an Authorized Representative of FIREMAN'S FUND INSURANCE GROUP _ Name of Insurance Company and when issued to City shall be valid and form part of Policy No. LC243 09 40 insuring TED R. JENKINS Named Insured) expiring December 1, 1977 THIS CERTIFICATE APPLIES TO THE FOLLOWING JOB ONLY: 1977 -78 SEAL COAT PROGRAM, CONTRACT .No. 1941 NAME OF AGENT OR BROKER OWEN M. BROWN ADDRESS - AGENT /BROKER 13505 San Antonio Dr., Suite G OWEN M. BROWN IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company RESOLUTION NO. 9172 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS FOR THE 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1977 -78 Seal Coat Program, in accordance with the plans and specifications heretofore adopted, bids were received on the 9th day of August, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is TED R. JENKINS; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Ted R. Jenkins for the work in the amount of $49,636.90 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 ATTEST: City Clerk 22nd day of August , 1977. Mayor DDO /bc 8/22/77 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 Submitted by: ___l r" CI I \ L° f� T , 'x Contractor Address / c a e City Zip Approved by the City Council this 25th day of July, Telephone Doflis George, City Clerk Of Total Bid Price �,. • f �:.. R I,i`. :'_= -� `- ,_, ;::,::_ <�.` -:2,�, ! i► 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 t e State of California provid' g for the registration of Contractors, License No. Classification M Accompanying this proposal is , uertiTlea LnecK, Lasnler -s l.neCK 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. Phone Number �J 14e, c p } 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 -partn rs if a co- partnership: At DESIGNATION OF SUBCONTRACTORS The undersigned certifies tha listed contractors in making will be used for the work for City Engineer, and in accorda specifications. No change ma the prior approval of the Engineer. t he has used up his bid an which they b nce with the y be made in Item of Work 1. 2. 3. 4. 5. 6. 8. 9. 10. 11. 12. Page 3 the sub -bids of the following d that the subcontractors listed id, subject to the approval of the applicable provisions of the these subcontractors except upon Subcontractor Address Type of Organization (Individual, Co- partnership or Corp.) i • 0 s UNITED 1FA9FIC INSUR.ANC OIdPANY HOME OFFICE, TACOMA, WASHINGTON BID BOND Bond No. U 76 45 16 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 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 1977 -78 Seal Coat Program (Contract #1941) 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 9th BDU -2305 Ed. 10-73 ( Witness) day of August A.D. 19 77 Ted R. Jenkins, Sc1e Owner UNITED PACIF NS ANCE CqJMPANY BY _- OWE ROWN -in -Fact w State of California ss: County of TOR ANCEIFR On August 9th 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared OWEN M. 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. OFFICIAL CFAL n nA. ' ',A o J. BFiNhER m. ( NOTARY PU9UC - CALIFORNIA L. S ANGELES COUNTY My coma. cxp,res MAY 23, 1980 My Commission expires _ J19 BDU -1818 ED. 3/72 (CALIF.) 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, 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 Surety pa • w 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 th ds of the Contracts sought by this bid. Subscribed and sworn to before me this day of V -fly commission expires: Notary Public • 0 r .. _:. __:..__ ww_��.,:� -- �._ ,mod.:, .•: -_ : �. _::n,. _., . STATE OF CALIFORNIA COUNTY OF LDS ANGELES ss. ON 9 AuAu6t '19 7y before me, the undersigned, a Notary Public in and for said State, personally appeared _ TED R. JENKINS - - -- — , known to me, to be the person— whose name_ subscribed to the within Instrument, ` and acknowledged to me that .—he— executed the same. =SELIZABETJJ GIAL SEAL WITNESS my hand and official seal. 1. MIRAMONTES BLIC - CALIFORNIA NGELES COUNIY expires JUN 10, 1990 for said Form 231—Rey. 344 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tile undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. C1 0 { .. r iij a iT -. .. _. �'../ Ths# rsi a #ak t►t e# the ikot of::siw- ar- :cttaracter to "_ l€ited. l cai �a r, =has per#o1 d M suctessful:ty c _ �- - _= ,Fs►r. �- t)etai�l ..: - " Parscm #� Gorttaei_. `.: Tel sate ". No. .. '. _ . .. IT- .._ - it it 6 T7 f� -.- Ti u - .. -'.. -: - � ;c, rare �S� �k .3�ii�f►T - _.. , �-_ _ _ .., it it et TT TT .<c.^'-. 1 PROPOSAL To Ore Honorable City Council City of Newport Beach MOO West Newport Boulevard Newport Beach, California 43663 Gentlemen: PR I of I The undersigned declares that.:ho.has carefully examined the location of the work, has read, the Notice.Inviting Bids, has'examined the Plans and Special Provisions 'and'hereby proposes 9 to furnish all materials and do al`T. the work required to complete Contract No. 1941 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 WIR'TTEN IN WORDS PRICE PRICE 1. 1390 Furnistk all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply.slurry seal coating as shown On the plans. @ e Dollars and e4, 4�-p Cents --2. Z. Per Extra Lo Ton TOTAL PRICE WRITTEN INWORDS: -31V N MV AM Date,/ CONTRACTOR'S LICENSE C-/:),TELEPHONE NUMBER CONTRACTOR I.-S'ADDRESS --7—Z,& T /00 WA and ;7 Cents $ to/3 i�� .- ' 7;H V�� 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 SECTION PAGE I. SCOPE OF WORK ... . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . 1 V. VEHICULAR,AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . . 2 VI. NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . . . 2 VII. FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . . . 3 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . 4 a. Asphalt. Emulsion . . . . . . . . . . . . . . . . . . . . 4 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . 5 6. Application of the Slurry . . . . . . . . . . . . . . . . . . 5 a. Joints . . . . . . . 5 b. Utility Vault and Box Covers, and Signal Detector Pads 5 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 i. II III IV • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1977 -78 SEAL COAT PROGRAM CONTRACT NO. 1941 SCOPE OF WORK SP I of 5 The work to be done under this contract consists of furnishing all labor, equipment, 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 the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5348 -L), the City's Standard Special Provisions, the City's Standard Specifications, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard S ecifications for Public Works Construction, 1976 Edition. Copies may be purchase from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 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. 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. 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 of asphalt pavements. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK Within ten (10) days after notification of award of the contract by the City, the contractor shall submit his proposed slurry seal mix design (see Section IX.2) and a schedule of work which shall incorporate the following requirements: Work shall not begin before twenty (20) calendar days following submission of the schedule to the City. . . SP2of5 2. All work shall be completed by May 26, 1978. No extensions of time will be allowed under this contract. 3. No work shall be scheduled for the period from December 16, 1977 to January 3, 1978, or during national holiday periods without express approval by the Engineer. 4. The complete construction schedule shall be submitted in writing and shall be approved by.the Engineer prior to the start of any work. It shall show the geographical areas and the approximate periods of time planned for work in each area. Unless otherwise approved by the Engineer, the contractor shall provide thirty (30) days written advance notification of any proposed major changes to the original approved schedule. It is the intent of these special provisions to allow the contractor the flexibility of scheduling his work conveniently throughout the year, while maintaining sufficient advance notice for the required preparatory patching work to be performed by City forces. Ten (10) days prior to the actual start of work in any area, the contractor shall furnish the Engineer with a written schedule of daily operations for his approval. Once work is started on a street or on related streets in a tract, it shall be prosecuted to completion in a timely and diligent manner so as to minimize incon- venience to the public. The contractor shall employ sufficient workers and equip- ment to assure completion of the work each day for which notification has been given to the affected properties. V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Sections 7 -10 and 302 -4.4 of the Standard Specifications except as modified by these Special Provi- sions, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 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 (lighted if necessary), 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 collector streets, a minimum of one open traffic lane in each direction shall be maintained at all times. Sealing operations shall be conducted so as to keep access to commer- cial areas and long cul -de -sac streets open at all times. The contractor shall furnish and post on streets to be sealed, temporary "No Parking" signs stating the date of the restriction. The signs shall be in place forty -eight (48) hours in advance of the need for enforcement. VI. NOTIFICATION OF BUSINESSES AND RESIDENTS Based on the approved construction schedule, the City will send a preliminary notice to the affected businesses and residents, advising them of the location and approxi- mate time of the work. H • SP3of5 A second written notice, prepared by the City, shall be distributed by the con- tractor to the affected businesses and residents forty to fifty (40 -50) hours in advance of the seal coating. The notices will alert the abutting properties of the temporary inaccessibility to their driveways, and shall specify the date the work will be done 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. 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 adher- ence 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 Utilities Superintendent, Mr. Jim Frost at (714) 640 -2221. 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 notification of award of the contract by the City. 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. I c. Any tendencies observed towards mix segregation during Part 1. d. Observations as to texture, signs of surface skinning, or tacki- ness 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. 3 0 0 SP4of5 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 Furol fiscosity at 770 F, Sec. 20 -100 Residue from distillation; % by weight 57 min. Sieve test (% retained on No. 20) .10 max. Particle charge test Positive Storage stabilit ; one day settlement 1% max. Mixing test (job Sec. @ 700 F 120 min. Residue Penetration 40 -110 Solubility in Trichloroethyiene, % 97.5 min. Ductility at 770 F, cm. 40. min. Test D244 D244 D244 D244 D244 Chevron P -12 Test D5 D2042 D113 The contractor shall submit 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 conform to Section 203 -5 of the Standard Specifications, except that it shall consist of 100 percent ( %) rockdust. Certified weigh tickets shall be presented to the Engineer immediately upon delivery of the aggregate to each site. Upon completion of the work in each area, the contractor shall completely remove all excess stockpiled aggregate and return the site to its original condition prior to his operations. Payment shall be made only for the actual amount of aggre gate used. Prior to placing aggregate (or any other materials or equipment) on private property, the contractor shall submit to the Engineer written permission from the property owner for such storage or use. 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 of the Standard Specifications, 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. • • SP5of5 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 completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objection- able 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. Utility Vault and Box Covers, and Signal Detector Pads The contractor shall be responsible for tying out or making the necessary arrangements to have the affected utility owners tie out their surface facilities prior to construction. The contractor shall wrap all affected utility boxes, manholes, etc. with plastic or an equivalent protective coating, prior to the application of the slurry, and shall locate, clean, and remove all slurry materials from the utility covers and traffic signal detector pads upon completion of the seal coating operation. 7. Control of Mix and Testing A minimum of five (5) slurry samples per day will be taken throughout the application operation. Tests 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 tests 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. The contractor shall, at the direction of the Engineer, repair and reseal all areas of the streets which have not been sealed properly and completely. No extension of time will be allowed for delays due to repair and resealing or improper mix. Any additional tests required by the Engineer prior to con- tinuing slurry application and the additional slurry required to correct the previously rejected slurry application shall be at the contractor's expense. - - -A \ 1� JAgr . p 110PO '� I j \ f C' th /114 �� 4 p. �� o� 0 / CAM 7 m fh 1— 1 1WIlll r WI r /rte v .y 3333> _ST.F�'ETS 177 BE �` sQ2Q ��% mY S'Ll.6F1PY SEALED � "vs�, • F: -�. Rey '�O CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT �` MIR7T7- 799 /� JL�Z fr G/W / ��9VT~ pN N , C: 110111111 " F A C� A o � � G T vy DRAWN ✓/W DATE ✓�r�+�� APPROVED 4459 PUBLIC WORKS DIRECTOR R.E. NO. C DRAWING N0.- ^ ,�: M V/fTe YO V/f PL • v, 0 PAj vicnen iiiciA \ \ �i W r' \O wer g c t F all Q\'tea c x. c` z\ \ to \ z' gi MdR�a Qd G4�B m o 1 cz F. m.. O " CUHBE ?LdNO i L � r OX RD 2N Y DR \ BEOFO,PO IYES7CL /FF Z c.19 : NESR'L/FF nP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT � 'R%%" %8 SEAL C'0,4T ~049 Woe �1 I i 1 \ 8 F 21 � .�'dlX1' .AE.IICQ DRAWN ✓w DATE APPROVED zi A? .4850Y PUBLIC WORKS DIRECTOR R.E. NO. !s° DRAWING NO. R 5�-Z ~4 Y i 11 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, lion -Owned and Hired Automobile; Products Liability - Completed Operations; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsemy`�\ effective Authorized Re N1. sentative of and when issu� Cis all No. expir ing when signed by an Name of Insurance Company be valid and form part of Policy O NAME OF AG= 0 O R ADDRESS - AGE /BROKE . Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company 0 C— 0 TED R. JENKINS CO. INC. 5400 THE TOLEDO, LONG BEACH, CA 90803 9 August 1977 CITY Of NEWPORT BEACH 3300 NewpoAt Bouteva)Ld NewpoAt Beach, CA 92660 Attention: M. At Be,i.ngbseA Pub Pic (Uahk6 DepaAtment n- c� ReSeAence: CONTRACT SEAL COAT PROGRAM" 7� Z *•�,Fy�� ` CITY OF NEWPORT BEACH js Bid Date: 9 August 1977110:30 a.m. DeoA MA. Being46eA: OuA supeAi.ntendent boA the above- AebeAenced project wiU be Doug MaAtin �oA the duAation ob the woAk. In addition, please bind a comptete copy o6 ouA b.i-nanci.ae statement box the yeah ending DecembeA 31, 1976 ouA tatest on bite. Ib we may be ob SLUtheA assistance, ptease do not he6.itate to cage ou,% ojjice. Thank you. Sir , TED R. JENKINS PU BLIC WORKS 'A p 1977 p CITY OF cc: pAoject bite „NE'NPORT BEACH, CAono Q CALIF. S SLURRY SEAL • WALK TOP PAVING w r I rn SOUTHERN CALIFORNIA 213 • 439 -9551 NORTHERN CALIFORNIA 415 534 -1090 0 Ce4tif ied -9udlic c-4ccountants 510I Cast cAnaheim -Cong Beach, Calif mnia go8o¢ SlepAone (213) 597 -4#22 1��sj � t, i1Y`„µ}4• � ' _ rrrrC4� RECEIVER 3 P9ll11 wall, AUG 101sn. CITY OF NEWPORT BEACH � ` CALIF. Agif uff� & 91T. Cevified -9ublic d7ccountanls 5101 East 4nalleim ..Cony geacA, Calilmnia go8oq gelepnone 213) 597-4422 March 3, 1977 TED R. JENKINS CO., INC. THE ACCOMPANYING STATEMENT OF FINANCIAL POSITION OF TED R. JENKINS CO., INC. AS OF DECEMBER 31, 1976, AND THE RELATED STATEMENT OF INCOME AND THE STATEMENT OF CHANGES IN FINANCIAL POSITION FOR THE YEAR THEN ENDED WERE NOT AUDITED BY US AND, ACORDINGLY, WE DO NOT EXPRESS AN OPINION ON THEM. 0 0 TED R. JENKINS CO.9 INC. STATEMENT OF FINANCIAL POSITION DECEMBER 319 1976 ASSETS CURRENT ASSETS CASH IN BANKS — IST STATE BANK — GENERAL 72.01 AMERICAN CITY — GENERAL 1,241.36 AMERICAN CITY — PAYROLL 4,507.86 — ACCOUNTS RECEIVABLE 452,151.04 RECEIVABLE FROM EMPLOYEES 1,093.03 450,049.56 FIXED ASSETS EQUIPMENT 5360550.27 OFFICE FACILITY 1,857.93 FURNITURE 29063.68 ACCUMULATED DEPRECIATION 153,268.OJ- 387,203.8c" OTHER ASSETS RECEIVABLE FROM OFFICERS 7,216.33 DEPOSIT 1,926.89 9,145.22 TOTAL ASSETS 846,398.66 FOR INTER`4AL USE ONLY THE ACCOMPANYNVG REPORT SHOULD 6E READ IN CONJUNCTIO;4 WITH THIS STATEMENT PREPAIRED FROM THE ACCOUNTING RECORDS WITHOUT AUDIT PHILLIP M. DUFFY E CO. — CERTIFIED PUBLIC ACCOUNTANTS — LONG BEACH CALIF. ..... ...... TED R. JENKINS CO.9 INC. STATEMENT OF FINANCIAL POSITION DECEMBER 319 1976 LIABILITIES AND STOCKHOLDERS EQUITY CURRENT LIABILITIES ACCOUNTS PAYABLE 152,136.71 PAYROLL TAXES PAYABLE 369163.78 SHORT TERM NOTES PAYABLE 75,000.00 NOTE G CONTR PAY -CUR PORT. 749210.79 FRINGE 6ENEFIT PAYABLE 19297.68 338,808.96 LONG TERM LIABILITIES CONTRACTS PAYABLE 55,578.22 NOTE PAYABLE - 1ST STATF & SANWA 120,177.36 DEFERRED FED INCOME TAX 179483.00 LESS CURRENT PORTION 749210.79- 119,027.79 STOCKHOLDERS EQUITY PAID IN CAPITAL 109333.07 RETAINED EARNINGS 378,228.84 388,561.91 TOTAL LIAR. AND STOCKHOLDERS EQUITY 846,398.66 FOR INTERNAL USE ONLY THE ACCOMPANYING REPORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT PREPAIRED FROM THE ACCOUNTING RECORDS WITHOUT AUDIT PHILLIP M. DUFFY C CO. - CERTIFIED PU3LIC ACCOUNTANTS - LONG BEACH CALIF. E TED STATEMENT JANUARY 19 R. JENKINS CO.9 INC. OF INCOME AND RETAINED EARNINGS 1976 THRU DECEMBER 31, 1975 MONTH % YEAR TO DATE o INCOME 5069785.84 100.0 194139297.22 100.0 COST OF SALES MATERIALS 232,462.62 45.9 520,972.81 36.9 WAGES 96,398.90 19.1 269,076.54 19.0 FIELD EXPENSES 339637.19 6.0 73,025.21 5.2 OUTSIDE SERVICES 69181.44 1.2 19,419.44 1.4 SUBCONTRACTERS 45,332.25 8.9 749879.34 5.3 TOTAL COST OF SALES 411,512.40 81.2 957,373.34 67.7 GROSS PROFIT 95,273.44 18.8. 4550923.88 32.3 EXPENSES DUES L SUBSCRIPTIONS 970.67 .2 1,737.88 .1 GAS, OILY PARTS L SERVICE 239049.36 4.5 709894.90 5.0 TELEPHONE 2,846.23 .6 59490.41 .4 UTILITIES 115.22 .0 2,133.65 .2 INSURANCE L BONU COSTS 10,741.24 2.1 52,966.03 3.7 INTEREST 4,760.49 1.1 25,667.93 1.9 LEGAL L ACCOUNTING 3,140.24 .6 11,063.64 .8 LICENSES, TAXES, PERMITS 2,361.24 .5 12,648.87 .9 OFFICE EXPENSES 2,463.38 .5 9,047.34 .6 ADVERTISING 454.80- .0 REPAIRS L MAINTENANCE 1,030.75 .2 4,016.33 .3 PAYROLL TAX EXPENSE 7,738.05 1.5 269440.09 1.9 ANSWERING SERVICE 94.40 .0 337.05 .0 TRAVEL+ PROMOTION, L CREW 12,956.32 2.6 29,602.10 2.1 CONTRACT LABOR 16.50 .0 49511.33 .3 OPERATING MATERIAL 4,734.92 .9 10,917.34 .8 EQUIPMENT RENTAL /EXPENSES 29129.31 .4 49247.59 .3 DEPRECIATION 139191.00 2.5 52,762.00 3.7 OFFICERS SALARIES 4,875.00 1.0 19,125.00 144 OFFICE SALARIES 139865.05 2.7 20,641.93 1.5 CONTRIBUTIONS 55.00 .0 MISCELLANEOUS 81.40 .0 81.40 .0 RENT - OFFICE 500.00 .1 29815.00 .2 RENTAL SPACE - E'QUIPMENT 144.00 .0 79953.89 .6 TOTAL EXPENSES 11,804.71 22.1 374,741.95 26.5 FOR INTERNAL USE ONLY THE ACCOMPANYING REPORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT PREPAIREU FROM THE ACCOUNTING RECORDS WITHOUT AUDIT PHILLIP M. DUFFY L CO. - CERTIFIED PUBLIC ACCOUNTANTS - LONG BEACH CALIF. 0 TED R. JENKINS CU., INC. STATEMENT OF INCOME AND RETAINED EARNINGS JANUARY 19 1976 THRU DECEMBER 31, 1976 OPERATING INCOME LOSS GAIN ON SALE GF ASSETS NET INCOME BEFORE TAXES NET INCOME OR LOSS- RETAINED EARNINGS 1/1/75 RETAINED EARNINGS TO DATE MONTH % YEAR TO DATE o 16,531.27- 3.3 81,181.93 5.7 797.00- .0 80,384.93 5.7 297,843.91 21.1 378,228.84 25.1 FOR INTERNAL USE ONLY THE ACCOMPANYING RE=PORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT PREPAIREO FROM THE ACCOUNTING RECORDS WITHOUT AUDIT PHILLIP M. DUFFY G CO. - CERTIFIED PUBLIC ACCOUNTANTS - LONG BEACH CALIF. TED R. JENKINS CO., INC. STATEMENT OF CHANGES IN FINANCIAL POSITION JANUARY 1, 1976 THROUGH DECEMBER 31, 1976 CASH WAS PROVIDED BY: OPERATIONS: Net Income 80,384.93 Add: Expense not requiring cash expenditure- Depreciation 49,963.00 Increase in Accounts Payable 19,945.36 Increase in Fringe Benefit Payable 1,297.68 Decrease.in Receivable from Employee 4,394.62 Decrease in Prepaid Taxes 6,796.00 Increase in Payroll Tax Payable 11,391.95 93,788.61 Deduct: Increase in Accts. Rec. 169,895.24 Increase in Deposit 1,000.00 Decrease in Wages Payable 3,418.75 174,313.99 (140.45) Provisions: Decrease in Receivable from Officer 11,232.25 Increase in Short Term Note 75,000.00 TOTAL CASH WAS PROVIDED 86,091.80 CASH WAS APPLIED TO Acquisition of Fixed Assets 24,429.66 Payoff Contract Payable 19,351.71 Payoff Notes Payable 6B,5oo.64 701.39 112,983.40 EXCESS OF CASH APPLIED OVER CASH PROVIDED (26,891.60) CASH IN BANK JANUARY 1, 1976 23,697.00 CASH IN BANK DECEMBER 31, 1976 (3,194.51) �p IM1ppenrn I nnn rnu nur'ounono Hrt•'� r.lt W�ee.mt dutlu J��I�I�I; TEI. �Y¢f! g' Yi D. CirnL /ir✓ %�u / /'c �%rrorm /un/ L1mry �irucb, ii,r /i /unniu • - P R EP A BY APPROVEO DY 27 (1) 131 (4) L E No j zz 2 Oa lei C,O,/ 91 e- cr 3 4 ;44z 76 7' .W,zX,z 1-57 Z/'� /.,p 4e? �,;;r 7 ;,2 771 :7z 9 O'C' �ra 7 '0 "07, toe I-?mos or 0 r 1-3 G2 3 G/ 90 ep 14 4l-e cc 1-71 15 16 q 17 ;rl 9 9 799 /-S-- lleti 20 21 R vs/ 22 O's'O, pa e2: 23 pa&7 RO 012 �e 24 .7 25 /ZOO e 4- -C sel 26 27 28 dIl 29 30 4./wm 31 /1.76 A�' te e,.v � , 32 z -76 A3, 34 35 36 37 38 39 40 17 -9 7 r 4. E a N N �F 4 W u S �n ue i em u n�ui Q9111 I NNI�1111 I� �oniinn m i 4 W u S �n r F E 7 N O CO O a� t- J F- F T CL W W Z C7 2 W N, C, J LM W IJ S cn niaiu�u u��l��llllllllllll�� IM �1 I�AI I� nm� n �nem i N, C, J LM W IJ S cn