Loading...
HomeMy WebLinkAboutC-2022 - Seal coat project, 1978I r 9 1 1 197$ September 11, 1978 CITY COUNCIL AGENDA By Ohs. ' CQ L ITEM NO. D -10 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1978 SEAL COAT PROJECT, CONTRACT NO. 2022 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a notice of completion. 3. Authorize the City Clerk to release the bonds 35 days after notice of completion has been filed. DISCUSSION: The contract for the 1978 Seal Coat Project has been completed to the satisfaction of the Public Works Department. The bid price was $31,382.00 Amount of unit price items constructed 36,399.43 Amount of change orders None Total contract cost 36,399.43 Funds were budgeted in the General Fund, Account No. 02- 3377 -015 Some of the streets were more porous and required more slurry than anticipated, resulting in the increase in the unit price items constructed. 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 August 25, 1978. Due to the need for patching some of the streets in advance of the seal coating, the contractor was delayed in starting until August 21, 1978. All work was completed on August 29, 1978. 9 map sho invocation of the work is attached. 1 Joseph T. evlin Public W ks Director QPD:jd Att. I or l VN<N ~COOIG h YIEWO ypll e. v �,,� ►Z Jo :. I. P1µ pR � y !'�EP.yEO� (4• FN n.'�,� �� Art R �4�FC,p�O -<4�t` Ca- `Qc a •..Je _ Z�q. 1 � Me�✓s�'Nf �' ... O � w * ' .4' � J R Q /y., a Po vo +t� b�.'oF. � j:r.•i ,KI -' - , i ..•Q. - p - wy " it I �� _.--• %/ t� 1 r l 4 �� �'e � � 3 a F ..,,.;', ��a•iiW "� ww�rEZ� J ip_ - 1 � : of 'i � ti �r•� ��o� e ; •�'�. \, `i DAP) � I t`• J� � � a Ll. VX 'P I �O�• a��y Y� � ��v oG�`cT ���``? P�OJ� � � I . r• - cF.Fjy HU�yq,0a g S4�yOC'ASTIE pip "may � z 1978 SEAL Co4T PROTECT ClTj' pF /S rN �' , / ✓Ey c -ZO2z <Il p J 57YEETS To AE SG!/,PRYdZED cj <nl� i y ap �c a � C �A e i June 26, 1978 CITY COUNCIL AGENDA ITEM NO. H -2 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1978 SEAL COAT PROJECT (C -2022) RECOMMENDATION: Adopt a resolution awarding Contract No. 2022 to Ted R. Jenkins for $31,382.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Two bids were received and opened in the office of the City Clerk at 10:30 A.M. on June 14, 1978: Bidder Amount Bid 1. Ted R. Jenkins, Long Beach $ 31,382.00 2. Roy Allan Slurry Seal Contractor, Laguna Niguel $ 32,354.40 The low bid is 4.9% higher than the Engineer's estimate of $29,920. Sufficient funds are available in the current annual street and alley main- tenance program, Account No. 02- 3377 -015. This project provides for the seal coating of approximately 20 lane miles of asphalt streets in the Newport Heights and Harbor View areas of the City, as shown on the attached exhibit. The use of the slurry treatment will extend pavement life and delay the need for costly resurfacing. In addition, the portion of Clubhouse Drive to be vacated will be seal coated with this project. The low bidder has satisfactorily performed similar work for the City in the past. The plans and specifications were prepared by the Public Works Depart- ment. The contract date of completion is August 25, 1978. J seph Tw evlin P blic Wd s Director :do Att. 0 l i J o � I 1- S•o� 1- I 1 r�DD F;�1 411 f X1110 'r•, �� � !! OI � �� i p��P / J OR C j � -E ,�`��• /� i 5 'y. I w • n • w • ! w n � w 1 s �`� F /F/j/ H°ryg0007,Q Q� ,'.v'yOC'gST�CC- O� SPNV A /�i ErX" /8 / T L� 197a 5e4L Co4T PRolCCT 8'44i �j� C -ZOZZ 5mlffr6 M SWACY wzeo <n 1 p 4 y � Ce 1b b C' RESOLUTION NO. 9:39 5 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS IN CONNECTION WITH THE 1978 SEAL COAT PROJECT, CONTRACT NO. 2022 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1978 Seal Coast Project, in accordance with the plans and specifications heretofore adopted, bids were received on the 14th day of June, 1978, 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 work in connection with the 1978 Seal Coast Project in the amount of $31,382.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 26th day of June , 1978. ATTEST: City Clerk r DDO /kb 6/19/78 N E Pf}n ? ' H 00 I �3 PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, SS, County of Orange. I am a citizen of the United Stales and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 19, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Niay 25, 1978 .......................................... ............................... I certify (or declare) under penally of perjury that the foregoing is true and correct. Dated at Newport Beach, California,lhis 5 dayof JUn 19 78 Signature , i' t 9 space is for the County Clerk's Filing Stamp A -_ -.— Proof of Publication of PUBLIC NOTICr CONTRACT NO. 2022 .. PUBllCN07'If:E...', CITY OF NEWPORT BEACH CALIFORNIA ' . NOTICE Wir17NG RH)R ph(sa,'e'Ntse siyaal or, the 14th'' day. of'"Jiine; 19,' at which I times 1hI "*W Sq opened 'aiid < read, Qtr Parfofdling work 'as" '1978 SE!}Y, MAN PROTECT' �' COWMCr'N6.2022 wilb .:contrapt ddcumentii I' furAMO by the Public Wor);e DepartmentThe •additional copy at the.propoeal.farm is to 1?e {etaii}e5t by.the bidder for his racorde..• .ii'• '3 Eabli ,bid'`igust be a" "r,- • yr at the woidd. "SF.A 15 kir shall ])a clearly ma#ea on th6 out- i side of the engelope, bdhtairr ing tt fud. The bgntract docruments that must s completed; eze- cuted. snit 'returned in the sealed brd are: A. Proposal' B. Designation of : Subcen'-' tractors . C. Bidder's Bond D. Non - collusion Affidavit E., Statement of Financial. AespoIewbility - F. Technical Ability and Fat perienceAeferen2'es ". - I These docucegts'p' 2721 E. Coast Hwy., Corona del Mar, California 92625. affixed with`tlle" and titles of,the'pp1�S " PROOF OF PU mg on rpmai (''o1'Yh For corporate srgna_ lures of the 2 , & Nice .. Praleaf and Secretary or Amiafoot $ecrefary are re- quired and the Corporate Seal shall be affixed to all docu- ments requiring signatures. In the case of a Partnership, the - - signature of at least one gen- eral partner is required. I No bids will 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 lic- ease number and classifica- tion in the proposal. I One set of plans and con- tract documents, including special provisions, may be ob- i tained at the Public Works De- partment, City Hall, Newport I Beach, California, at no Post to licensed contractors. It is re- quested that the plans and contract documents be re- turned within 2 weeks after the bid opening. The City has adopted the Standard Speciticaions for Public Works Construction (1976 Edition) as prepared by the Southern California Chap- ters of the American Public Works Association and the Associated General Contrac- tors of America. Copies may be obtained from Building' News, Inc., 3055 Overland Avenue, Los 'Angeles, Califor -' nia 90034, (213) 870 -9871. The City has adopted' Stan- dard Special Provisions and Standard Drawings. Copies of these are available at the Pub -' lic Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach, This form is the only certificate of insurance acceptable to the City.. The successful low bid- der will be required to com- plete this form upon award of the contract. (A sample form is attached for reference,) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance com- pany or surety company lic. ensed by the State of Califor- nia. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the pro- visions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections .177amtaeq:), the Dimator: of:Industrial Be- lations' has'- aacdrtained.ahe general prevailing rate. of per diem wages in the locality in which the work, is to be per- formed for each craft, classi- fication, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the, shall be governed by all pro- visions of the California Ikaboi Code relating to prevailing wage rates (Sections 1770= 1781 inclusive). The contrac- tor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations.' The contractor shall post a bids..:'. .. 'NOTE: This funded'with''I Sharing %Fund work' °to - be tai contract must: quires that ceive week. and - all suticaHhd d must verify thnbA*A a' 'd fnage' benefitstpe3al'�cv�t?''Sn compliance' witk Mlle ,'Davis. Bacon Act, X{ 'it i "' Publish: May?25 and June 1, 1978 in the Newport Harbor Ensign. h'.4Y?q 1978 By Npq UNLir c: Qp wr TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1978 SEAL COAT PROJECT, C -2022 RECOMMENDATIONS: May 22, 1978 CITY COUNCIL AGENDA ITEM NO. H -10 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on June 14, 1978. DISCUSSION: This project provides for the seal coating of approximately 20 lane miles of asphalt streets in the Newport Heights and Harbor View areas of the City, as shown on the attached exhibit. The use of the slurry treatment will extend pavement life and delay the need for costly resurfacing. The estimated cost of the work is $30,000. Funds in the amount of $44,000 are available in the current annual street and alley maintenance program, Account No. 02- 3377 -015. It is proposed to use these maintenance funds for this project because the surfaces of the streets city -wide have worsened due largely to the heavy rains this year. The $30,000 was originally earmarked this year as an advance from the City toward street and alley assessment district construction projects, which did not materialize. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is August 25, 1978. oseph. �pevlin ublic oats Department BE Att. 0 te, 17 304 �4RY - / r In f . 1 _ 9 L-,5,4 .. I� r✓Ji'oe �' � l.at.. '� K ' ° Q o� w V � U a \ \ n ll 11 n q, EXH /B /T ,` /978 SfrIG CGWTP/eOTCCT �Y /FF r 0 C1t a 304 �4RY - / r In f . 1 _ 9 L-,5,4 .. I� r✓Ji'oe �' � l.at.. '� K ' ° Q o� w V � U a \ \ n ll 11 n q, EXH /B /T ,` /978 SfrIG CGWTP/eOTCCT �Y /FF r 0 November 6, 1978 Ted R. Jenkins 5400 The Toledo, No. 508 Long Beach, CA 90803 Subject: Surety : United Pacific Insurance Company Bonds No. U 06 42 44 Project z 1978 Seal Coat Program Contract No: 2022 The City Council on September 11, 1978 accepted the work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion vas filed with the Orange County Recorder on October 12, 1978, in Book 12880, Page 927. Please notify your surety company that bonds may be released 35 days after recording date. DORIS GEORGE City Clark DG:svk cc: Public Works Department RECORDING REQUESTED BY AND MAIL TO City of Newport Beach City Slerk 3300 W. Newport Blvd. Newport Beach, Ca, 92660 4#7141 EXUAPT C9 AMENDED NOTICE OF COMPLETION PUBLIC WORKS m 12880Fc 927 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 45 MI" 2 P MOOT ] 2 1978 Past LEE A. BRANCH, County Recorder T'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 29, 1978 the Public Works project consisting of 1978 Seal Coat Program, C-ZUZZ 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 r , Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. 1 declare under penalty of perjury that the foregoing is true and correct. Executed on October 10, 1978 at Newport Beach, California, VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on accepted the above described work as - completed a at otice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 10, 1978 at Newport Beach, California. .._'3 :at. i , CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: Oataber 1 1978 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Amended Attached for recordation iie of Completion of Public Works project consisting of coal r9ar program 1978 Contract No. 9 n 9 7 on which Ted R. Jenkins was the Contractor and United Pacific Insurance Companywas the surety. Please record and return to us. Encl. Very trul}fj yours, D�Georg� City Clerk City of Newport Beach '¢C .V tUINU Ktvut51CD BY AND MAIL TO CftY FALL NEWPORT BEACH 3300 Newport Blvd. Newport Beach Ca. 92660"> ... t 1-6010 EXEMPT C5 NOTICE.. OF COMPLETION PUBLIC WORKS m 1 2€39 ?c 1 058 RECORDED IN OFFICIAL RECORDS OF. ORANGE COUNTY, CALIFORNIA 9:05 A.M. SEPi 13 197 8 LEE A..BRANCH,\County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August~ 29, 1978 the Public Works project consisting of 1978 Seal Coat Program, C -1941 on which Ted R. Jenkins was the contractor, and United Pacific Insurance Company was the surety, was completed. V ERIFICATIZ I, the undersigned, say: CITY OF NEWPORT BEACH ector 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 September 12, 1978 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on copramt es i i i o7R 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 September 12, 1978 at Newport Beach, California. J ✓ DORIS GEORGE City Clerk ERK fu "'ALIF. i w w. September 28, 1978 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, CA 92702 6 On September 12, 1978 we sent a Notice of Completion to your office for recordation. It was regarding a IFob1vc Works project consisting of 1978 Seal Coat Project.on which Ted R. Jankb,s vas the Contractor. When we received the Notice back from you, we noticed that the wrong Contract nu-bar was typed on the form. (see attached copy) Please delete this number from your copy of the Notice. The correct Contract number for this project is Contract No. 2022. Thank you, Shirley W. Keller Deputy City Clerk ct encl. JORDING REQUESTCD `� BY AIJD MAIL TO 16010 CITY HALL NEWPORT BEACH • Bil 2839n 1058 3300 Newport Blvd. EXENIPT Newport Beacho Ca. 92660, - C 5 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA NOTICE. OF COMPLETION 9:05 AM SEP 131978 PUBLIC WORKS tEEA.BRANCH,CountyRecorder Jo All Laborers and Material Men and to Every Other Person Interested: YOU WILL, PLEASE TAKE NOTICE that on August 29, 1978 the Public Works project consisting of 1978 Seal Co.at Program, C -1941 C. 3r aoa� on which T d R. Jenkins was the contractor, and United Pacific Insurance Company was the surety, was completed. V ERIFICA' 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 September 12, 1978 at Newport Beach, California. VERIFICATION C I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on ceptemha,- 11 r 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 September 12, 1978 at Newport Beach, California. T-- DORIS GEORA City Clerk 0 0 NOTICE. OF COMPLETION PUBLIC WORKS 'lo All Laborers and Material Men and to Every Other Person Interested: YOU WII.,L PLEASE TAKE. NOTICE that on August 29, 1978 the Public Works project consisting of 1978 Seal Coat Program on which Tod R_ Sanklna was the contractor, and United Pacific Inauranca Company was the surety, was completed. CITY OF NEWPORT BEACH, ,' /�ublic (N�rks Director V ERIFICAT I, the undersigned, say: 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 September 12, 1978 at Newport Beach, California. I, the undersigned, bay. I am the City Clerk of the City of Newport Beach; the City Council of said City on ga: tomhor 11 197A 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 September 12. 1978 at Newport Beach, California. DORIS GEOR E City Clerk t CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Date: September 12, 1978 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Attached for recordation is Notice of Completion of Public Works project consisting of 1978 Seal Coat Program Contract No. 2022 on which Ted R. Jenkins was the Contractor and United Pacific Insurance Company was the surety. Please record and return to us. Encl. Very truly' yours, DGeorge V City Clerk City of Newport Beach CITY OF NEWPORT BEACH Date August 2, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2022 Project Seal Coat Projecctt - 978 Attached is signed copy of subject contract for transmittal to the contractor Contractor: Ted R. Jenkins Address: 5400 The Toledo, #508, Lone Beach, CA 90803 Amount: $ 31,382.00 Effective Date: August 2, 1978 Resolution No. 9395 Doris Geo e Att. cc: Finance Department Q City Ilall 3300 Newl)ort Boulevard, Newport Beach, California 92663 CITY OF NEWPORT BEACH - PUBLIC WORKS DFPARTMENT MEMO T0:_ ( t"t`1 c 6y j(, _ Date FROM: At, liuressti► ��x FNa� SUBJECT: L `j 1 i3 SeA-(., CoA-r C Zgz-z- Trm -aan &4e -rr+6 4 cO ei 6F 74kb. Suf e{T COr.1tKgGT SEM►, ! �• a� Copies To: lr, Signed U PUT IT IN WRITING . . . . . . .dRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. Z V'Z Z 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, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 7 -13 -78 when signed by an Authorized Representative of FIREMAN'S FUND INSURANCE GROUP Name o Insurance Company and when issued to City shall be valid and form part of Policy NO. LC 243 09 40 insuring TED R. JENKINS (Named Insured expiring 12 -1 -78 THIS CERTIFICATE APPLIES TO THE NAME OF AGENT OR BROKER OWEN M. BROWN FOLLOWING JOB ONLY: 1978 SEAL COAT PROJECT, CONTRACT NO. 2022 ADDRESS - AGENT /BROKER 13505 San Antonio Dr., Suite G Norwalk, CA. 90650 Autnorizea Representative 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 CXorcj THIS CERTIFICATE IS 1SSQi MATTER OF INFORMATION ONLY AND CONFERS NO .�'HTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DqPM,& _D, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AOFN(Y OWEN M. BROWN INSURANCE COMPANIES AFFORDING COVERAGES 13505 SAN ANTONIO DRIVE, SUITE G NORWALK, CALIFORNIA 90650 LETfERY A FIREMAN'S FUND INSURANCE GROUP !.f PANY B IFR NAME AND ADDRFSC OF COMPANY ■ _FTTEH V TED R. JENKINS —. 5400 THE TOLEDO, #508 COMPANY D LFT FR LONG BEACH, CA. 90803 COMPANY C LETTER 1i 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 000 COMPANY ' Fi;': ',CY lYPF OF °NSUFANCF POUCY NVM3ER LACn LETTER Pd Y!Y.AT;ON GATE g66PEGA7E OCCbRRFNCL GENERAL LIABILITY RUDRYIN.IJIFY 8 8 COMPRFHLaSrvE IORM. ❑ PREMiSES- OPERA: IONS PROPFRTY:WMAGE $ $ EXPLOS',ON AND COL!APSL UNDAERGROUND PA7APO El PAC i BODIIV iN.;VRV 4Nii ❑ CONIRACTUAL INSUPANCF I PPOPLPTY DAMAGI $ $ BRO D FORM PROPERTY ('OMR NLO DAWcL [� INnLPENnLrvr CONTRACiORd ?FRSONAL iN30PY 'LR IINA INju Y $ AUTOMOBILE LIABILITY PL )IV N.; n.. -7�. :fOMPUi ur NS v( e;)PU i Wi lli Y 0,1L;• i �I_.�OViN(ii I i [Ai:a i:�:6URRf. Nf.4 r 0 IIR ILI- - _ .- i.. ...... ._. EXCESS LIABILITY 7 NI:.�R !rim :WORKERS' COMPENSATION] A and WP 220 47 28 12 -1 -78 EMPLOYERS' LIABILITY ftAW.&{ THIS '1S TO CERTIFY THAT WE HAVE ISSUED A VALID WORKER'S COMPENSATION POLICY 'iIN A FORM APPROVE BY THE CALIFORNIA INSURAN COMMISSION TO THE EMPLOYER NAMED ABOVE :FOR THE POLICY PE;IOD INDICATED. i DESi;dIP. w.' OF URf RA.:U VB. VLl.TION' 'Fi,"I , JOB: 1978 SEAL COAT PROJECT, CONTRACT NO. 2022 Cancellation: Should any of the above described policies be (-nnc:elled betore Tina expirat': r;n OjW theieui. the Issuing com- pany +'ill gl%jMXMgXmail -3g- days written notice to the below named certificate Lolder.XXX)(Xl}Oy XX RM: b7F74% 4( 79RbL✓. R9SXQS�HI% 9{ Q( IX' �C44} 47 i�Xk2@ lty7f[} 9Z F76 $Yc7i`➢f7C0t7479ffiX4iX>K➢i31{ BY REGISTERED MAIL. NAME AND AOPRF95 01 CFRTT1CA1 F HOLDFR CITY OF NEWPORT BEACH CITY HALL 3300 WEST NEWPORT BLVD. NEWPORT BEACH, CA. 'ACORD 25 (Ed.2.77) DATL Issut.rv._.. JULY _13,1978 OWEN M. BROWN wed R. Jenkins Co. JUN 2 B 1978 t: F CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT is i CONTRACT DOCUMENTS FOR 1978 SEAL COAT PROJECT CONTRACT NO. 2022 Submitted by: ED R. JENKINS Contractor 5400 The Toledo. #508 Address Long Beach, CA 90803 City Zip .(213) 4394551 Telephone $31,382.00 Total Bid Price .. .. +► •4 Page -1. - -- iT:TY Of NEWP�`k`�B�CCH, CAiIFORNItk -, :" - ' NOTICE INVITING BEDS SEALED BIDS will be` received At the office of the City C1erk,.City Hall, Newport Beach, I ' California, until 10:30 A.M. (as determined by telephone time signal) on the 14th day of 'June 1978, at which time they will be opened and read, for per�oiming work as off— 1978 SEAL GOAT PROJECT J CONTRACT NO. 2022 Sift We submitted on-the proposal form attached with the contract documents .must furnished by the Public Works:Depariment. The additional copy of the proposal form ,. is to be retained by the bidder for h.is records. Each bid must be. accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid-. The title of the project and..the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. `! The contract documents that must be completed, executed, and.returned in the sealed bid are: A, Proposal r 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 oil behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant-Secretary are required anie�o_rporate Seal signatures. In the case of a >�sartnershh3p, sha. .. Mixed to all requiring the signature of at least ohe general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with: i. the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor.shall state his license number and classification in the proposal. One set of plans and.contract.documents, including special provisions. may be obtained at the Public Works:Department, City Hall, Newport Beach. California, at no cost to licensed contractors. It•is requested that the plans and contract documents be returned within 2 weeks after the bid opening. L (cont.) y' C 7 e _._'is t .' ,..�„ t' - - -.. ., _.. e..::....• ',.'''. ._ ..:..a'e..a... ... . x3. -.: __....._ ... _. ._:r. it`�s�_ ,. ,. � .� ,; ''���� vim:: . ,. i, .. i t I ,..� �,� .;k:.x_._... s.�;G� - ��:- ,..E �;„� '' ��..� ,�, � _. i i i i Page 1a;; . The City has adopted the Standard S ecifications for public Works Construction (1976 Edition) as-prepare y t e Sout rn a fern a hapterTot e rican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 9003$, (M) 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 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted.by the City of Newport Beach., This form-is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon.award of the.eontract. (A sample form is attached for reference.) a 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 hol&11.1s' rating of A or better; and a fipancial Cate ggoory of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability): In accordance with the pprevisions of Article 29 Chapter 1, Part 7 of California Labor Code (Sections 1770.et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of.per diem wages in the locality in which the work is to�be performed for each craft, classification,.or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. Alt parties.to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 incTusive). The contractor shall be responsible for compliance With Section 1777.5 of the California Labor Code for all apprenticeable 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.th6 right to reject any or all.bids and to waive any informality in such bids. . }r Y; i... .... € � - �� 9 ...� .,� Page 2` All bids are to be computed on thi ii i;`af the given: estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or.omissions on the part of the under- signed in making up this bid. The undersigned.agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or-bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. . 253619 Classification C -12 Accompanying this proposal is Bi ' Cas erti �e C ec , Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 .439 -9551 P one u er id er s Name tsFam 1 June 14, 1978 Date 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: Ted R. Jenkins. oar • �'• •i '.' .. '.. � d '' . �::_9s...�- �;s�5-.1"�a...re�.�^ i- 'Xa.S�'�.''s". "'�4L'6i'i�F�� - mom.;.' r o- 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. N/A 2. 3. 4, 5. 6. 7. 8. 9. 10. 11. 12. S /Ted R: Jenkins Individual Type of Organization (Individual, Co- partnership or Corp.) 5400 The Toledo, #508 �lm�.e`y� ��.:;. ,, • -. *.•t 2�� � �y�� '.: ���y.,��.� r �L80i�n� 4v�s.5!'dsicSCi$dGQ�i�`m_.P� F(ORIGINAL SEE CITY CLERK'S FILE Y Page 4 BIDDER'S BOND TO.ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Ted R. Jenkins as Principal, and- United Pacific Insurance Company as Surety, are held. and firmly bound unto the City of Newport Beach, California, in the sum of 10% of total amount of bid Dollars ($ - ), lawful money of the United States for the payment of wh4ch 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 1978 Seal Coat Project - Contract No. 2022 in the City of Newport Beach, is accepted by the Ci.ty 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 12th day of 19 78 . Corporate.Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact : :, . , Principal S*. United Pacific Insurance Comanav Surety S /Owen M. Brown M.m'- �8.'_�_ e�- �'��..�n'r a nx- ..a ....§i3�ia�gj"' '� .3'tYO:i� Yas+a,s}n` �" 9..'. _... �_ � m���. ,. GTVa1a__: iti:. e.._c..LV�NC. ia.x� 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 14th day of June , 19 78 My commission expires: June 10, 1980 TED R. JENKINS S /Elizabeth .7_ mmptutu Notary u is � ' i s •.s FOR ORIC SEE CITY CLERK'S FILE COPY 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 law bidder. On file with City Clerk Page 6 • � i. � ;? r K` ': �' i ��:3 spa sa za.'�.� .3.__ az .�...• — �'i"m�.iw..u,�rxa:x`�.. NAME AND QUALIFICATIONS OF PROPOSED FOREMAN: { Page 8 Fremhage for this bond included in charge for LABOR AND MATERIAL BOND Bond NO U 06 4d" 'r _Performance Bond. E"euted iln'C Parts. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City Newport Beach, State of California, by motion adopted June 26. 1978 has awarded to Ted R Jenkins i hereinafter designated as the "Principal", a contract for 1978 Seal Coat Project Contract No. 2022 in the City of Newport Beach, in strict conformity with the Drawings,.,, 'ecifications and other contract.documents on file in the office of the City,Clerk he 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, j 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: 1 NOW, THEREFORE, We. TED R. MrUNS. as Principal, and UNITED PACTFrC rr7aneaT7cr rM PAMV as Surety, are held firmly.bound unto the. City of Newport Beach, in the sum of FIFTEM THOUSAND IM =r ZK-M _o = •,io uuu 1, 11 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 6overnment.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 -�` �,< _ _.. y Y _= 4Y.wCw ...ate —..�# � ._. »... `5- _ -+i. '.� - '.'> ..n'�... �q ,.. L ' Page 9 i (Labor and Material Bond - Continued) i 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 13TH day of sins _F r, Approved as t f �—Z Cit tt n y t �•T Authorized Signature and Title UNITED PAS r . INS MAN (+ MPANv Name of Surety r _ 443 Sou S atto lac v f ^ - 1 _ �. 6WEN K. BROWN, Attorney -in -Fact OWEN M. BROWN INSURANCE Address of gent 13505 San Antonio Dr.,.Suite G Norwalk. CA. 90650 Telephone No. of Agent Phone: 213- 864 -Ml .�_.:_, ,./` �. �. �1 �:_ ;�. -•;�Ar ��� /rte - -..� �� ��� �'., ,, Cr,�' 'rl. b. L � n t 3 .�. State of California ) ss: County Of LOS ANGF.T.RS ) Do JULY 13 19 78 , 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_j., own name as Attorney- in-F_act. OFFICIAL SEAL BARBARA J. BENDER NOTARY PUBLIC'- CALIF04NIA t05 AN Ezs COUNTY r.y Comm. Ox p res MAY 23, 19M My Commission expires -91 1, Notary Publi m and for said ounty BDU -1818. ED. 3/72 tCAUF.I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS,.That' Page 10 Bond No. U 06 42 44 Executed in Four Parts. Premium: $157.00 WHEREAS,.the City Council of the City of Newport Beach, State of California, by motion adopted June 26, 1978, has awarded to TED R. J'ENKINS hereinafter designated as the "Principal ",.a contract for 1978 SEAL COAT in the.City of Newport.Beach, in strict conformity with the drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach;. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful.performance.of said contract; . NOW, THEREFORE, We, ` TED.R_ JEMINS 1 as Principal, and TTNTTPn PAC COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THTRTy -nNF TNG111SANn TFiRFF HuNnRFn- F.ZGHTyY Two Asp No /iooTHs =__ ollars ($ 31,382.00 ). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to.be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that.if the .above bounden:Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and. perform the covenants, 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 � ai9[ �, <_ t of any such change, extension.of t . xations or additions to the terms of the contract or to the work or to the s fens. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principalshall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed•by the Principal and . Surety above named, on the 13TH day of JULY , 19 78 Approved as to f i rney Authorized Signature.and Title rnJTmr?n vnrrFrr naarmarur� _rnmm�*ry � _ a'� �' Name of Surety 443 South. Shatto. Place 100S Ando A7A9 r i _1 •� ! mature idnu inie or AUtnorrzea Agent OWEN M. BROWN, Attorney -in -Fact , ddress of Agent 13505 San Antonio Dr.,.Suite G Noxvalk, CA. 90.650 Telephone No. of Agent • �, . _ .. � .. r ��� � .. `..a�'°ss�, ..,�^ s:= .am"a. "Y.,..s� ^ -- mss?- ..a:;�..:�s.: State of California 1 1 ss: County of LOS ANGELES 1 On JULY 13 , 19 78 , 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 UN ITED PACIF IC INSURANCE COMPANY, as Surety, and h.-.13- own name as Attorney -in -Fact. OFFICIAL SEAL ' a 9AR3Aa J. B'c;JnPR ¢rY' --•':^ NOTARY PUBLIC - CALIFORNIA V�S ANGELES COUNTY F,Sy rcmm. expires 1iAY 23, 1560 My Commission expires 19 _ Notary PuW in and for saitl ounty . Page 12 CONTRACT• THIS AGREEMENT, made and entered into this �ay of 199 try and between the CITY OP 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 1978 SEal Coat Project - Contract No. 2022 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and ,Specifications. 2. for furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also .for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description. connected with the work;'also, for all expenses incurred by or inconsequence 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. ! ! .. � .. `' BYda.ivst '�..�°'`�- ..�.;�.�.a. ...:�.�rat'% ��3_«- ,fre�;s:33.v�. �." ac�r_ .z.:s Page 13 5. Pursuant to the Labor-Code. o.f the State of California; the City Council has ascertained the generpre al vail.i1v rates,.of per diem wages for each craft or type of workman needed to execute the;contract.and'a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference,herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or .indirectly arising from the performance.of the contract or work, regardless of responsi- bility for negligence; and.from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by.the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Cleift CITY OF NEWPORT BEACH, CALIFORNIA By: t�J + ay ed T'EM - By: . Title i By: . Title I . .. . ..... . • • PR I of I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978 . SEAL COAT PROJECT CONTRACT NO. 2022 PROPOSAL To the Honorable City Council City 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 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. 2022 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 WIRTTEN IN WORDS PRICE PRICE 1. 680 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ Forty six Dollars and fifteen Cents Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Thirty one thousand three hundred eighty two Dollars and no Cents June 14, 1978 Date CONTRACTOR'S LICENSE NO. 253619 C -12 TELEPHONE NUMBER C2111 39 -955 CONTRACTOR'S ADDRESS 5400 The Toledo- #Sng, Inng Reach, CA 90803 • ♦ � ♦ 4. ���G'v'.s.._ ... ... _ .s .. _ .� - aba..xu s — xu� -�:]C k�- S�.'�� .,� 6�Gi{ 'i S� ...� °(^ ..... "u$:��K. _sr"sd�S�" �6'ew -r rI'.. • .ii .CITY OF- NEWPORT BEACH PU8ttKS DEPARTMENT INDEX_;,,, TO:..; . SPECIAL P JW #ONS FO .1978 SEAL.COAT PROJECT . CONTRACT NO. 2022 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 . . . . . . . . . . . . . . . . . . . . . . . . . . 3 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . 3 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . .4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . 4 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. e 1 � . L �nu �'(rt'.w.,,e5 -.�,., S ..:: T � -v C3�c-0:%aai`e- t�_.:i'i �k ® «5iAA�Sji' 5 .: ®! t..a.,r�c" N,.F — �n:.�1{.T �.,..v_:.,.� xa.._e d... ..`ux�.- .c_.�:,,y,�..n..._ ".:.. 5_a ....:...�e�'� CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1978 SEAL COAT PROJECT CONTRACT NO. 2022 I. 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- 5366 -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, including supp ements to ate. copies may be purchased rom Building News Inc., 3055 Overland Avenue, Los Angeles; California 90034, telephone: (213)870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE Only bids from responsible bidders will be considered. To qualify as a responsible bidder, the contractor.shall have a successful performance record in the application of cationic quick -set slurry seal and shall have actually placed at least 5,000 extra long tons. Bidders shall submit, with their bids, the name of the proposed foreman who must have a minimum of two years' experience in this type of work. This foreman shall be present whenever slurry seal is being applied. The contractor will be required to obtain a valid City business license prior to the start of work. III. PAYMENT The unit price bid per extra long ton of slurry seal coat shall include full com- pensation for all labor, materials, equipment, and transportation required for slurry seal coating 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: 1. The contractor shall complete all work on this contract within 60 consecutive calendar days after award of the contract by the City Council. 0 9 �;. �. • • SP 2 of 5 2. 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.ten (10) days' written advance notification of any proposed major changes to the original approved schedule. 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 conditions require a longer curing period. In this event, the contractor shall install suf- ficient 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 com- mercial 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. A second written notice, prepared by the City, shall be distributed by the con- tractor to the affected businesses and residents 2 days in advance of the seal coating. The notices will alert the abutting properties of the temporary inacces- sibility 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. •� � •4 -. -. -. y '�Y -:: ': `� @+H.�. c -v �. {,e�{��v �:uh'4.�� �i "�s�•. ' }'hr:.R` _ - .a.r.r...F...e.?r .'+.��.rre'w.sarl'nrv.vd� ..r a ...mv�:i.�wY.��'• y, SP 3 of 5 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- Once 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 verifi- cation of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during. Part 1. d'. Observations as to texture, signs of surface skinning, or tackiness in the specimen at the start of Part II. e. Percent of Portland cement or hydrated lime added - -if they are required . to overcome mix segregation at free - flowing consistency. A copy of the wet track abrasion test procedure (Test Method Number T -100) published by the International Slurry Seal Association, December 1976, is available for review at the Public Works Department. 3. Materials a. Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to QS-KH, using.penetration grade 60. =70 paving asphalt as'a base. It . 0 n u W r. 0 SP4of5 shall, meet the following specifications when tested according to appro- priate ASTM methods. Emulsion Test Furol viscosity at 770F, Sec. Residue from distillation; % by weight Sieve test.( %.retained on No. 20) Particle charge test Storage stability; one day settlement Mixing test (job) Sec. @ 70OF Residue 20 -100 57 min. .10 max. Positive 1% max. 120 min. D244 D244 D244 D244 D244 Chevron P -12 Test. Penetration 40 -110 D5 Solubility in Tgichloroethylene, % 97.5 min. D2042 Ductility at 77 F, cm. 40. min. D113 The contractor shall submit a certificate of compliance analysis supplied by the manufacturermerifying 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 p ro perty, 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 thor- oughly scrubbed prior to coming in contact with the cationic emulsion. 5.. Workino 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. i 0 kw s '„ „ •t, • SP 5 of 5 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 shall not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and con- crete pavement and /or concrete gutters shall be completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. b. 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 +23j% 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 20h%. The slurry applied on the day samples were taken shall be consi.dered 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. �6 x .a • • 0 1. 1. A R 7-5, 722 e,5 .6Z ZleRy 56A L.64- CITY OF NEWP 1978 5,FAL. COAT PROTECT AlAA20OR VIEW AREA O 4 1�41 t zl-�KIM. Av I BOO C-2020 DRAWN _A,—O. DATE 4 -7dg APPROVED -,� 1,1 � Ao*'T PUBLIC WORKS DIRECTOR R.E. NO. JUMP DRAWING NO. I /opz J 11 ti It, AL HIV t e FJFAV ME 3T.2EET5 70 BE 5L.11 "Y $BALED CITY OF NEWPORT BEACI 1978 SE..4L. GOAT PROJECT NEWPORT NE /GHT5 /n� i i1j non A tlf'ifln�l� C -002Z DRAWN A.B• DATE 5-14 -70 APPROVED aa, A55T. PUBLIC WORKS DIRECTOR R.E. NO. 1280G DRAWING NO. R- 53%i/ -t. 20M 2 y TURNING BASIN �tri / inn •�� is ` � L �' O FJFAV ME 3T.2EET5 70 BE 5L.11 "Y $BALED CITY OF NEWPORT BEACI 1978 SE..4L. GOAT PROJECT NEWPORT NE /GHT5 /n� i i1j non A tlf'ifln�l� C -002Z DRAWN A.B• DATE 5-14 -70 APPROVED aa, A55T. PUBLIC WORKS DIRECTOR R.E. NO. 1280G DRAWING NO. R- 53%i/ -t. 20M 2 ,. 4 0. r • 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 an 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 lass than 6500,000 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 hold 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 •hall 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. S. 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, Non -Owned and Hired Automobile; Products Liability - Completed Operational Promisee- Operations, Contractor) Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsem r r e effective Authorised Reksentative of and when issu cis�Ar� 11 No.tli ing expiring i when signed by an amt o nsurance Company) l)e valid and form part of Policy NAM OFaAi O 8H9�OR ADDRESS - AGE TI^,f// /B/`ROKE uc or zo epreeon at ve 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 CITY OF NEWPORT BEACH .PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1978 SEAL COAT PROJECT CONTRACT NO. 2022 Submitted by: e. Contractor Address city r Zip <o?eP )ne�9 -94z-1 � 3l� 3?3Z.�a ✓,4� Total Bid Price ,':a � .:�: ,,. ��� _.. ,. t Page I €ITY OF NEWPORT.BE-ACH,'CALIFORNIA NOT;IC- INVITING BIDS _",_-SEALME BIDS will be received at the office of the City Clerk, City.Hall, Newport Beach, fornia, Unt A (as determined by-telephone time signal) on the day o,, u 79 78, at which time they will be opened and read, for P - pe orm.ng.worc as toI Tows : 1978 SEAL COAT PROJECT CONTRACT NO. 2022 Bids must be submitted on .the proposal form attached with the contract documents furnished by the,Public "Works Department. The additional copy of the proposal form is to be retained by the-bidder for his records. Each bid must be accompanied.by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside.of the envelope containing the bid. The contract documents that must be completed, executed, and ,returned in the sealed bid are:: A. Proposal B. Designation of Subcontractors C. sidder's Bond D. Non= collusion Affidavit f. 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 lfice President and Secretary or Assistant.Secretar are required a.-nFE a rorprate_ Seal shat* ed to all documents requiring signatures. In the case of a ar>s-tnersh 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 I.II.of the Business and Professions' Code. The contractor shall 'state his license number and classification in the proposal. One set of plans and cohiract..do.cuments, :including special provisions, may be obtained at the ,Public.Works.Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is .requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont ��i .':� 0 Page la The City has adopted the Standard S ecifications for Public works construction (1976 Edition) as prepared by t e Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) 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 holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties. to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable 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. . waive any informality :r- Revised 10 V7 77 M W Page.2 Ail 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. i 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 providi g for the registration of Contractors, License No. (0/j Classification Accompanying this proposal is 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. -Je Ills-A �,J, • %! Aut o�rlzed 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 -p ners if a co- partnership: r DESIGNATION Of SUBCONTRACTORS 0 Page 3 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 Sub cory actor Address 1 /V/ 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Type of Organ�i on (Individual, Co- partnership or Corp.) ��Q tfF le . -10MIJ V UNITED 1=AAFIC INSURANCE�OMPANY HOME OFFICE, TACOMA, WASHINGTON Bond No. U 76 45 16 BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we TED R. JENKINS as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Tacoma, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH 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 SEAL COAT PROJECT CONTRACT NO. 2022 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 theevent 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 12TH day of JUNE A.D. 19 78 BID OPENING: 'JUNE 14. 1978 BDU -2305 Ed. 10 -73 TED R. JENKINS Princi 'I) {Seal) BY:,( ( le) OW%%*T9. BROWN, 'Att4frrfy -in -Fact . z P State of California j j SS: County of LOS ANGELES 1 On JUNE 12 , 19 78 , 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 his own name as OFFICIAL SEAL BARBARA I BENDER °� OO NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY th. rl. Ml expires MAY 23, 1980 My Commission expires on, 1_1511A F11 .'i ? WAI 19 1 • i� .. I _ . Id 91DOER''S -BOND i0 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 Mars ($ ), 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) Principal (Attach acknowledgement of Attorney -in -Fact) Surety i resentRIAV. resent at the time of hs say, ►either they nor any of enteany arrangement or agree- . offs such irITY OF NEWPORT BEACH them, has p_.or is to pay to such has given s.;to,,give to such other tever, or°saffiant or affiants or entered into any arrangement or agree - ends 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 prohioit 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-rho 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 otherbpeerson in any way or manner, any of the proceeds of the contracts sought by his Subscribed and sworn to before me this day of 19 . My commission expires: Notary Public { r l p.,.� fc �- .�.�.s,�;:� �����^� ''-'�r t - _..a,.,�.tG.wa�_mt?,,,.. a..s�'atc � -x.... r -' '. eaE _' 1 .um�3�. -.., _:,__' mx.. ..' ='+n?+'> ��� iLS:.:acdn .e ��ara w w J a a N TO a47 C In 1 O (l l4'Idn21) STATE OF CALIFORNIA L COUNTY OF__ OS ANGELES �. On june -_J4 below. rne, the undersigned. a Notary Public in and for said State, personally appeared TED R. JENKINS .._.�. —�.._ ._..�_._......_._�..�__ . —, known to me to be the person _ ____ whose name_ ._._ sob = m -(bed t,. the wtihln in�trmnent and acknowledged that__."__ e"ma'd ibe an1e OFFICIAL SEAL VG'1'1 'VFSS my hand and n(tlmal peal. r EU %A3IN 1. WRAMONTES ) NOTARY PUBLIC • CALif'ORNtA S ignatume� .:�1�iL�'__ =''^�.�_''t / />GL_ 1� l' S ANGELES CCUN ?y 1 " "" "" h'Y cnmm. emires lU9 10, 1980 Name (Typed or Printed) (This ama far oM.1.1 noladal 1.1) is ''z,r .a.. _.'i ���a i�=-�7 }���rr ��� �o- t ua °uSS 0. h t C ti �^". ,._ ?-k' w.. ,. ..s „•ors _`.'.� "' � .. ... __ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978 SEAL COAT PROJECT CONTRACT NO. 2022 PROPOSAL To the Honorable City Council City of Newport Beach 3300.West Newport Boulevard Newport Beach, California 93663 Gentlemen: PR 1 of '1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2022 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 WIRTTEN IN WORDS PRICE PRICE 1. 680 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ Dollars e �- and l s Cents Pe'r Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: c/ Dollars Cents $ 3 / 3 g't. Date CONTRACTOR'S LICENSE NO �i M — CONTRACTOR'S ADDRESS Ih i. 0 INDEX SPECIAL PROVISIONS ,FOR 1978 SEAL COAT PROJECT CONTRACT N0: 2022 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 . . . . . . . . . . . . . . . . . . . . . . . . . . 3 a. Asphalt Emulsion 3 b. Aggregates . . 4 c. Water . . . . . . . . . . ... . . . . . . . . . . . 4 _ 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . 4 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. 0 �; "� � .. -'�' '°'-rte,. x�� -yam. _..�zr. a,,,� � �" -�* ���._.'_� -- :: . SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1978 SEAL COAT PROJECT CONTRACT NO. 2022 I. SCOPE OF WORK 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- 536,6 -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, including supp ements to ate. copies may be purchased rom ui ding News Inc., 3055 Overland Avenue, Los Angeles; California 90034,.telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE Only bids from responsible bidders will be considered. To qualify as a responsible bidder, the contractor shall have a successful performance record in the application of cationic quick -set slurry seal and shall have actually placed at least 5,000 extra long tons. Bidders shall submit, with their bids, the name of the proposed foreman who must have a minimum of two.years' experience in this type of work. This foreman shall be present whenever slurry seal is being applied. The contractor will be required to obtain a valid City business license prior to the start of work. III. PAYMENT The unit price bid per extra long ton of slurry seal coat shall include full com- pensation for all labor, materials, equipment, and transportation required for slurry seal coating 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: 1. The contractor shall complete all work on this contract within 60 consecutive calendar days after award of the contract by the City Council. 0 9 SP2of5 2. .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.ten,(10)-days' written advance notification of any proposed major changes to the original approved schedule. {: Ten (10) days prior to the actual start of work in any area, the contractor shall €urnish 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 conditions require a longer curing period. In this event, the contractor shall install suf- ficient 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 com- mercial 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. A second written notice, prepared by the City, shall be distributed by the con- tractor to.the affected businesses and residents 2 days in advance of the seal coating, :The notices will alert the abutting properties of the temporary inacces- sibility 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.' i `. • SP 3 of 5 VII FIk& .CLIANING AND SURFACE :PREPARATION' Prior to applying the sealriwing material, all dirt, oil and grease spots, and all other objectionable mat €er 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 verifi- cation 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 shalt be held to a minimum. cr' Any tendencies observed towards mix segregation during Part 1. . Ai d '. Observations as to .texture, signs of surface skinning, or tackiness in the specimen at the.start of Part II. e. Percent of= Portland cement or hydrated lime added - -if they .are required to overcome mix segregation at free- flowing consistency. A,copy of the wet.track ;abrasion ,test procedure (Test Method Number T -100) published by the International Slurry Seal Association, December 1976, is available for review.at the Public Work's Department. 3. Materials a Asphalt €mullion s the dsphalt.emuls#on : shali.be of:the cationic uick set ,type,. similar q. ►.S�KNiis +_tration ,dFadb' 60= 70.viatf "asnhatt as'.:'a i'se= tt ...:.; 5 r f _ SP 4 of 5 ..._ ,� shad meeiG.t a fs iing specifications when tested according. to:- _aporo priate ASTM methods.;.- , ° Emulsion Test Furol viscosity at 770F,,Sec. 20 -100 D244 Resi4ue from distillation; % by weight 57 min. D244 Sieve test ( %-retained on No. 20) .10 max. D244 Particle "_,charge:test Positive D244 Storage stability;- one day settlement 1% max. D244 Mixing test ' {.fob} -Sec. @ 709F 120 min. Chevron P -12 , :residue Test Penetration 40 -110 D5 Solubility in.T6ichloroethylene, % 97.5 min. D2042 Ductility at 77 F; cm. 40. min. D113 The contractor, shall submit a certificate'of compliance analysis supplied., by the manufacturer yer}ifying 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 (t) 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 Gity. 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 thor- oughly scrubbed prior to coming in contact with the cationic emulsion.. 5.: Working Hours The application of the slurry shall be scheduled to commence after 7:00 A.M. and shall be completed prior to 3:00 P.M., or as directed by the engineer. b: No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at joints shall not exceed 2" and shall be feathered; excessive unapproved .overlaps will not be paid for. Joints between asphalt pavement and con- crete pavement and/or concrete gutters shall be completely and neatly sealed without excessive stopover onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry shall be neatly .spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. Utility Vault and Box Covers, and Signal Detector Pads The contractor shall be responsible for tying out or making the necessary arrangements td_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 operatt6h.; 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 percenta9e 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 2031%. 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. I - p ti o� 0t0 ,o V 33N U�aW P� .r ' k EE TS To HE 54 112 eYy 5;EA G ECG CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978 SEAL COAT PRckrECT HARBOR MEW AREA 0 f li Q � AV,E qb 0 4 "' C Q4� C -2022 DRAWN A- DATE APPROVED z -? /f) A6*4r PUBLIC WORKS DIRECTOR I R.E. NO. 1;aW DRAWING NO. R- 53&6 -1- I /Opz p ti o �bY� ST Q� O41 GE /VO •� Jv- Iri 0 IL AL ^fM r �'- rleDcnRr n�. H� l �RCE a .rG � Q .Qn a� DY Jn '4 �vEti all Y �4Y CUFF va• L cC CoG!N?Y ,�� TURN /NG BASIN - °_ _ A � > o Fs', < u LIDO .I 1 C � F�7 \ �y STREETS TD BE 3L41ANY SFALBD CITY OF NEWPORT PUBLIC WORKS DEPAF 1978 SEAL GOAT PROJECT NEWPORT NEIGH 775 Y a V /owe=, �CvG �UJ ?jLULJ�CJ��` % v non n -zoZZ I I DRAWN A.B. DATE I APPROVED , " I 4557. PUBLIC WORKS DIRECTOR R.E. NO. ZZJ3 DRAWING NO. R-53"-1,1 ya. 2 0 CITY OF HE WPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has iYaucd to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to an "Policy ", and endorsed said Policy as follows to •*sure 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 6500,000 each occurrence, $500,700 aggregate protective and contractual, $1,000,000 aggregate products. 2.1 Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (10) 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, 7300 Newport Boulevard, Newport Beach, California. 91661. 7. 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, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Promisee - Operations; Contractorq Protective 1iability; Marine or Aviation (when applicable); and Property Damage. This Endo rsem r effective Authorized Re sentative of and when issu Ci4a 11 No. ing oxpir when signed by an ame o neurones ompsny - — l;e valid and form part of Policy NAM FAA I' R ADDRESS - AGE /BROKEE - _ \� ut or zc epreson ative 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 } K 4 7 U1 a F5 IP ua 4�w �F�[0 J T K LLJ la: L .L W i i I I F 2 r 1— 1Y i- Ot h Z N � Q N $I � Z w � `a V W Y� Y Lw.. — J N h Q • 0 RESOLUTION NO. 9395 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS IN CONNECTION WITH THE 1978 SEAL COAT PROJECT, CONTRACT NO. 2022 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1978 Seal Coast Project, in accordance with the plans and specifications heretofore adopted, bids were received on the 14th day of June, 1978, 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 work in connection with the 1978 Seal Coast.Project in the amount of $31,382.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy t� the successful bidder. ADOPTED this 26th day of June , 1978. r ATTEST: City Clerk DDO /kb 6/19/78