Loading...
HomeMy WebLinkAboutC-2048 - Seal Coat Program 1978-79March 26, 1979 CITY COUNCIL AGENDA . u, ..,. ITEM N0. H -14 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1978 -79 SEAL COAT PROGRAM (C -2048) 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 -79 Seal Coating Program has been com- pleted to the satisfaction of the Public Works Department. ment. The bid price was $36,960.00 Amount of unit price items constructed 36,182.16 Amount of change orders None Total contract cost 36,182.16 Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Depart- The contractor is D & D Asphalt Maintenance of Upland, California. The contract date of completion was March 31, 1979. All work was completed on March 11, 1979. 14 Benjamin B. Nolan Public Works Director GPD:jd • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1978 -79 SEAL COAT PROGRAM (C -2048) RECOMMENDATION: 0 November 13, 1978 CITY COUNCIL AGENDA ITEM NO. H -2(h) Adopt a resolution awarding Contract No. 2048 to D & D Asphalt Maintenance & Grading for $36,960 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 10:00 A.M. on November 1, 1978: Bidder Amount Bid 1. D & D Asphalt Maintenance & Grading, $36,960.00 Upland 2. Ted R. Jenkins, Long Beach $37,144.80 3. Roy Allan Slurry Seal Contractor, $37,400.00 Laguna Niguel 4. Pavement Coatings Co., Anaheim $42,064.00 The low bid is 16% lower than the Engineer's estimate of $44,000. Funds in the amount of $45,000 are available in the current annual street and alley seal coating program, Account No. 02- 3378 -014. This project provides for the seal coating of approximately 22 lane miles of asphalt streets in the West Newport, Central Newport, and Corona del Mar 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. D & D Asphalt Maintenance & Grading has not previously performed work for the City. However, the contractor's designated job foreman has satisfac- torily completed a similar City project for another contractor. A check of the references supplied by D & D indicates the company has recently completed simi- lar work satisfactorily for other agencies. The plans and specifications were prepared by the Public Works Department. The contract completion date is March 31, 1979. J. Benjamin B. Nolan Public Works Director AB:jd Att. a t� r.r �na--I ` C�e liI A5 /., \ e/1� •CT L/ J AISI AD ,N a ///-Soo � SMEET5 70 AE 54URRY SUZZO NEWr04T smawdrf ti C -2048 `! 3�s + \� c��� 1 s ' y✓' N 30 \ \, CiUP G� G� C CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /978-79 SEAL COAT PROGRAM 1 - o all z 11 e,\ Z .� •` 11 J � 1. �m 1 Z ;I?V,1Yld Floe to D ZIA 11 yId A� C �iCO R1 y /E• Q � p0�, . r h DRAWN AIB DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO, M-SO& DRAWING NO. R- 5370 -1, Ilowe 13 • A11 i 1 nl 'J I. r. II y1 _ pqR .p DP /F� weaevnra o ° EE • rn STREETS M BE SLURRY SEALEO C-20-40'. CITN cc C�CW it~," ro R r m p ;o �rn1n� II 1 11 ME PORT BEACH /978-7.9 SEAL COAT PROC7RAM LJ Q Jr o® Fo X117 DRAWN QPS DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. /Z60le DRAWING NO. R- 5370 -1- I Zof2 • 0 RESOLUTION NO. 94G A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO D & D ASPHALT MAINTENANCE AND GRADING IN CONNECTION WITH THE 1978 -79 SEAL COAT PROGRAM, CONTRACT NO. 2048 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1978 -79 Seal Coat Program, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of November, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is D & D ASPHALT MAINTENANCE AND GRADING, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of D & D ASPHALT MAINTENANCE AND GRADING in connection with the 1978 -79 Seal Coat Program be accepted, and that the contract for the described work be awarded to said bidder; and 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 13th day of ATTEST: City Clerk yor November 1978. DDO /kb 11/6/78 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States 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 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller Um 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: October 19, 191'8 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 19 dayof Oct 19 78 ........ er l Signature THE NEWPOM' ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92825. This .ce is for the County Clerk's Filing Stamp Proof of Publication of . PUBLIC NOTICE Notice Inviting Bids The City has adopted Standard Special Provisions and Standard Draw in'. . Copies of these are available at the Public Work, Department at a cost of $5 per eel. A standard "Cedi6cate of Insurance to, Contract Work" torn has been adopted by the City of Newport Beach. This loom is the only certificate a; apauq, acceptable to the City. The ,so' -essful low bidder will be required to complete this In,m upon award of the ...tram. For any required bonds, the company ISm 'ing bid bonds, labor end mafmial male, and insurance performance bngdn mast be an tense nee company or surely ompagy licensed the Slate d Cain Iomia. The companies must also have a Au.l eral policy holders rating of 1 er a cen hatter; and par the o wilt' of al lees), Key eyX as per the opmd n' of Be.,pa Koy Bating Guide (Prepenp uaniBlyl; In accordance with the previsions .l Article 2. Chapter 1, Pert 7 of the Calm lornia Iabor Corte (Sections 1770 et sac, ), the D rector of Industrial Relalione d hat asceained the general prevailing rate nl per diem wages in the locality in wldch the work is to m performed for each cmh, classification, or type of wmkmaq or mechanic is needed to exe cut, the contract. A copy of said deter matron ie available in the office d the City Clerk. All peones With. contract .hall hn gevemed by all q..1sunn d the California Iabor Code relating Io pre 'ailing wage rums (Sections 1770-1781 mchmive) , The contractor shall be an pgnsible In, compliance with Section 1777.5 of the California Labor Code to ell appientici able occupations, The contract., shall pat a copy of the prevailing wave rates at the job alt.. Copies may be obtained term the Pub. tic Work, Departmen. The City reserves the right to reject any or all bide and to waive any inlome- stity in such bids. Publish: Oel,be. 19, 1978 in The Newpal Ensign. I PROOF OF PUBLICATION PUBLIC NOTICE CRY OF l!ff��WPf911TBEACH, . CALF® NOTICE INVfiIt)S .SEALED BIDS will he nk. d a1 the office of the City Clerk, Cltjtell, New -' port Beach, California, until 1600 ^^qq. "a. determined by telephonRise vlgnall -I vm the'Ist day of Novanlla,^ 1978, ei. 1 ich lime they cell b`a' ai e' rd and lead, for performing work ae- lolloiw:' CONTRACT NU264 A(d CONTRACTtted on4h4' Bide ..lief be submitted on lbe;pr ms` ..,,� aal lore, attached with Ibis coi'itiad doe manta furnished by lhl Pub$y'.! W.gle Department. The additioval,ce16 of the pmpoeal form is to he Selei* by the .I bidder for hierecorde. Each bid must be accompepp d by each, certified check or Bidders Bond, made payable to the City of Newport Beach, for ea amount equal I. at least 10 percent of the sequel bid. The title of the project and the amid. "SEALED BID" shall be dearly marked on the outside of the env @Igpe comeim r no the bid. 'I'1'. contract documents that most be. completed. e.ecut el an41etmned in the sexed bid are: A. &opmal B. Designation of SubtoM{yctDca C. Bidder, Bond. ' D. Nomcolludon Affidavit, E. Statement of Financial. Respen. . 16ilty. F. Technical Righty;and Expe,ience flemmnem. f These documents shall he affixed with ❑:a floaters end titles vRlhe primes ,igni.g on behalf of the bidder. Foecon porn firma, the signatures o1:Bte'PioL drum or via. Presides, and Sanremry or Am'smnl Secretar,,. are r eq uired and the Curpemle Beal dandi be affixed to elf doqumenl. ramehisg'signatures. In the cave of . partnership, the sigualure of at Inset one gdnanel'Penn, as requi, rid. No bide will be recapped Ism a cam j trade who has not been Iicenaed in ec cmdance eifh the pmvdbngpt Chapter 91 Division In of the Bmi4,ia and, Prole, a.b Code. The co.beetdi,aAeA elate t license number sod da.aiirm in aalB . powerel. r Jne,set of plane 8nd contract docu- nU, including special . provisions, may obtained at the P,ublid.Worla Deport. .,nl. City Hall, Nmxpptt Beach, Ca16 isat no cost to ligrammd contractors, regarded Thal the Plans, and nom i :eel documemn be ielumed wfthin Iwo .eke after the bid opening. The City has adopted the Swederd `!gedacadom Ver Public Work. Co.: sWdlon (1976 Edition) as prepared by the Somhmn C.111h a in Chapmm of the American Public Work. Ass mboion and the 'Ae.ociated General Colosa tom of America, Copies may be obtain. qd ham Building Newe Inc.. 3055 Over. land Ave, L. Angels., CA 90034, (213) 8709871. October 10, 1978 CITY COUNCIL AGENDA ITEM NO. H -11 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1978 -79 SEAL COAT PROGRAM, C -2048 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on November 1, 1978. DISCUSSION: This project provides for the seal coating of approximately 22 lane miles of asphalt streets in the West Newport, Central Newport, and Corona del Mar 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 re- surfacing. The estimated cost of the work is $44,000. Funds in the amount of $45,000 are available in the current annual street and alley seal coating program, Account No. 02- 3378 -014. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all the work by March 31, 1979. Providing the contractor with the flexibility of scheduling work in the various areas of the City for an extended period should result in lower prices and better coordination for the preparatory patching to be performed by City forces. Benjamin B. Nolan Public Works Director AB :jd Att. A ati •cr a ^�� Dot aafa�� \i 43Q A2�5r��� AO 34 38 `L / °s800� 31��. \\ O he BLUasrY SE4cB0 irEwro4s swoRSs <i %G: C -2048 CITY 3s 1 5\ 30 ' S c , ��`�� ca D �j C� op M_. it t ,1 E 2 \, 2 �I?o1 19rG A�� �. to- C \ A., \mF NEWPORT BEACH I DRAWN Al DATE WORKS DEPARTMENT APPROVED 19749-79 SEA[. COAT f'ROCRAkf PUBLIC WORKS DIRECTOR R.E. NO. MAIL -* DRAWING NO. R_5370 -1— I . ,.3 \4, t 600' lVjlO - tI MdQd�d � \� ZV a r nl �I ' J' a �uD�� �'� • � /4F p�F'C s rRESTs ro BE 544IRACY 5EA4AW . -20140-. C J �1 p INDA 15L 1i1 A i CITY OF NEWPORT PUBLIC WORKS DEPAF ! �i�G Cv 0 O T kvo � 'f3 r Z� n q A 1 Cy o dj k IM � v �, /978-7.9 SEAL COAT PROGRAM APPROVED jq�j UU CSC 7z DATE 9 -t6 -78 PUBLIC WORKS DIRECTOR R.E. NO. /2 DRAWING NO. R- 5370-4 I ZofZ z April 9, 1979 D & D Asphalt Maintenance's!: Grading 1853 West Arrow Highway Upland, CA 91786 Subjectt Surety s Surety Insurance Company of America Bonds Nos. s 000874 Project s West 1978 -79 Seal Coat Program Contract No.: 2048 The City Council on March 26, 1979 accepted the work of subject project and authorized 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 was filed with the Orange County Recorder on March 28, 1979, in Book No. 13084 Page 1987. Please notify your surety company that bonds may be released 35 days after recording date. DORIS GEORGE City Clerk swk cc: Public Works Department R- JESTED BY AND MAIL TI) • a� f '3x84 -FG 198 CITY OF NEWPORT BEACH [f0"�r5 3300 W. NEWPORT BLIND; 1 NEWPORT BEACH, CALIF. 92660 =EXIIMAPT 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 March 11, 1979 the Public Works project consisting of 1978 -79 Seal Coat Program on which D & D Asphalt Maintenance & Grading was the contractor, and Surety Insurance Company of America was the surety, was completed. VERIFICATION I, the undersigned, say: CITY F NEWPORT BEACH�� Public Vorks 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 March 27, 1979 at Newport Beach, California. �c �r�ITirec obi -- 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 March 26, 1979 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 March 27, 1979 at Newport Beach, California. i` amity eLl r RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALF ORNIA 30 P:o 3 P.M. MAR 281979 LEE A. BRANCH, County Recorder • 0. CITY OF NEWPORT BEACH Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: March 27, 1979 Dear Ir. Carlyle: Attached for recordation is Notice of Completion of Public ` Works project consisting of 1978 -79 Seal, Coat Program Contract No. 2048 on which D & D Asphalt Maintenance & Grading was the Contractor and Surety Insurance Company of America was the surety. Please record and return to us. Very trulxj yours, D�Georg� City Clerk City of Newport Beach Encl. CITY OF NEWPORT BEACH Date December 21, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2048 Project 1978 -79 Seal Coat Program Attached is signed copy of subject contract for transmittal to the contractor. Contractor: D & D Asphalt Maintenance & Grading Address: 1853 West Arrow Highway, Upland, CA 91786 Amount: $ $36,960.00 Effective Date: December 21, 1978 Resolution No. 9466 Doris Geo e Att. cc: Finance Department F-1 City Hall 3300 Newport Boulevard, Newport Beach, California 92663 STATE COMPENSATION INSURANCE FUND 0 0 P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CERTIFICATE OF WORKERS' COMPENSATION INSURAN December 12, 1978 City of Newport Beach Public Works 3300 Newport Blvd. Newport Beach, California 92663 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. 453546 -78 6- 13- 78/6 -13 -79 � " ` u EMPLOYER PRESIDENT D & D Asphalt Maintenance & Grading P. O. Box 301 Ontario, California 91761 am SCIF FORM 262A ( REV. 8 -78) 63wazie can rs STATE COMPENSATION P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 I N S U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSU November 16, 1978 City of Newport Beach Public Works Department 3300 West Newport Blvd. Newport Beach, California 92663 �N�P CA41f���I This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subiect to all the terms, exclusions and conditions of such policies. 453546 -78 6- 13- 78/6 -13 -79 EMPLOYER D & D Asphalt Maintenance & Grading 1853 West Arrow Highway Upland, California 91786 kid -4(:y �--- PRESIDENT Job: 1978 -79 Seal Coat Program Contract No. 2048 SCIF FORM 262A (REV. 8 -781 63a .e-as MP STATE COMPENSATION INSURANCE FUND • P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such Policies. EMPLOYER PRESI SCIF FORM 262A (REV. 8.78) DUPLIOATE 63M 8e78 OPS ,r 9 0 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2048 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, 'Lion -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 11/17/78 when signed by an Authorized Representative of UNITED STATES FIDELITY & GUARANTY CO. Name of Insurance Company and when issued to City shall be valid and form part of Policy No. 1CC B 76120 insuring D & D ASPHALT PAVING (Named Insured) expiring 6/07/79 NAME OF AGENT OR :'/ ^� i- t 4(} .Dueck /br CROSBY INSURANCE, INC. ADDRESS - AGENT /BROKER P.O.Box 2505. Montclair, CA 0 s„ - : as • H G118 (Ed. 1 -13) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorseme4plissued subsequent to preparation of policy.) Endorsement effective 11/17/78 Policy No. 1CC.)76120 End.0sementr1p. I Named Insured 1 D & D ASPHALT PAVING o Count e< - Authorized Representative) H. J. Dueck /br 11/17/78 This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH 3300 W. Newport Blvd. Newport Beach, CA 92663 AS RESPECTS: 1978 -79 Seal Coat Program, Contract No. 2048 NAME AND ADDRESS OF AGENCY CROSBY INSURANCE, INC. P. 0. Box 2505 Montclair, CA 91763 tE AND ADDRESS OF IN<_UEL.0 D & D ASPHALT PAVING P. 0. Box 301 Ontario, CA 91761 COMPANIES AFFORDING COVERAGES COMPANY e U. S. F. & G. LETTER Il COMPANY O LETTER v COMPANY ■ LETTER V COMPANY D LFrTFR COMPANY E LETTER 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. I ACORD 25 Bid. 11, 77) , , Limits of Liability in Thousands ( 00) COMPANI' LETTER 7y PE OF INSURANCE POLICY NUMBER EXPIRATION POLICY EYPIF,ArIO.N DATE EACH AGGREGATE OCCURRLNCE GENERAL LIABILITY ROLit Y'N IIIPY b S A ® 1CC B 76120 6/07/79 COMPREHENSIVE FORM. ® PREMISES -0PF'RA TIONS PROPERTY DAMAGE ® EXPLOSION AND f:OttAPSF HAZARD ® UNOEP.GROJNO HAIARO © PROOUCTS.COMPLEI ED OPERATIONS HAZARD ® I BODILY NJURYAND I CONTRACTUAL INSURANCE PROPFRTY DAMAGE ® BROAD FORM PROPr RTY iIOMN:NLD j 1,000 1,000 DAMAGE ® INDEPENDENT CONTRACTORS _. PI PSGNA•_ INJURY $ ® PERSONAL INHIRV -- �. - -- - - -_ -- —I AUTOMOBILE LIABILITY eoDILYwP, f A ® (--- 1GG B 76120 6/07/79 TEACH PERSON; COMPHLHENEIvr F'CHM EtODILY INJURY I .NON CWNEiI BODILY IN.IURY ANT: E l 000 1 - -_ . ..._--- ___............. I AIF e ry ill L: Mewf.l: EXCESS LIABILITY -_ - -_ ....__. __,.i 7 -- ....... .__— ..._.. —___._ rt UMBRELLA FORM (NO COVERAGE PROVIDED HEREI NDER) lNV BOi Y iURY Nr, OTHER iH.AN UMBRELLA COMBI,ry E'J 4 DRrd WORKERS' COMPENSATION �..t:.tuFO:r. and (NO COVERAGE PROVIDED HERE NDER) _ EMPLOYERS' LIABILITY OTHER i DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES JOB: 1978 -79 Seal Coat Program, Contract No. 2048 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing com- pany will eH2Wotmxxa mail _30 days written notice to the below named certificate holder. 3ir3l E4�41� C�7lDOA�xBRL�d147070�d6RAA 11/17/78 NAME AND ADDRESS OF CERTIFICATE HOLDER. • — CITY OF NEWPORT BEACH DATE �SSO City Hall, 3300 W. Newport Blvd. Newport Beach, CA 92663 F - Z_ H. J. Dueck /br Attention: City Clerk AUTHORIZED REPRESENTATIVE I ACORD 25 Bid. 11, 77) , , r- Wes, i , 0 CITY OF NEWPORT LEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2048 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 11/17/78 when signed by an Authorized Representative of UNITED STATES FIDELITY & GUARANTY CO. _�_N5—me-of Insurance Company) and when issued to City shall be valid and form part of Policy No_ 1CC B 76120 expiring 6/07/79 insuring D & D ASPHALT PAVING (Named Insured):, a. t NAME OF AGEN<:E�ARO44&'iR— H.J.Dueck/ CROSBY INSURANCE, ADDRESS - AGENT /BROKER P_n_Rnx 2505. Montclair. C1 NAME AND ADDRESS OF AGENCY CROSBY INSU MCE, INC. B. 0. Boa 2505 Montclair, CA 91763 NAME AND ADDRESS OF INSURED D 6 D ASPHALT PAVING P. 0. Boi 301 Ontario, CA 91761 COMPANIES AFFORDING COVERAGES COMPANY LETTER A U. S. F. S G. COMPANY LETTER COMPANY ■ LETTER V COMPAN' LITTEF COMPANY C LETTER G fThis Is to certlfv that policies of Insurance listed below have been Issued to the Insured narned above,3nd are 'ur '.rrcP at this time. - �— Limps of Liability In Thousands (000) COMPANY i LETTER T'PEX N�V RANCC PO! Cy NUMBER POLICY I ExRRAHON DATE — - - -GFCO C;i I ' - L1NRF J61� GENERAL LIABILITY —i— ) A COMPHEHFNG +VE TGRM 1CC B 76120 6/07/79 E30011 NI.m: s PREMISE$ — OPERATION$ PROPERTY DAMAG( $ ? LxP!OSION AD(_, COLLAPSE HAAARO ® UNDERGROUND HAZARD ® PROPE I ATIO SLAZAR, ® CONTRACTUAL 600II Y INJURY AND PROPERTY 8 INSURANCE DAMAGI i S FORM PRDPERIY COMBINI0 1,000 I,000 ®BROAD DAMAGE i INDEPENDENT CONTRAC :OR$ PLIS,NAI_ INJVF-Y $ ® PL P,SON 4: IN )+IFY AUTOMOBILE LIABILITY 1 BOtuLV lrvpun 7$ A ® 10C B 76120 6 / 07/79 �FACH 11 1 CGMPP.EHF Ny.JE IURM - RODLY INJLIR'" I $ p-� :EACH A0,10E N1 '1 �G�7I7 Owrvee � � "ROPFRTv D ^Mi�c����� —ER � INJURY AND NON -0ANLJ PRO, H! $ I O.+A RI NT CI EXCESS LIABILITY f.. _...._._ —._. _,. Mf ?n EB (W C09A0E PROVIDED }1y'��FII BODIi Y I N.1'J Ra A Nn UMBRELLA FORM PROPERTY 1AMA_1F i £ OT..HEF TFAN UMHRE: LA COMBIN °D FORM WORK ERS'COM PE NSAT ION i ) g+A VIORY and (NO COVERAGE PROVIDED HE M%WER) EMPLOYERS' LIABILITY OTHER I DESCRIPTION OF OPERATIONS'LOCATIONSNEHICLES 3OB: 1973 -79 Seal Coat Program, Contract No. 2048 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will eF> $ mail _HQ— days written notice to the below named certificate holder, *KktiksKIIIS, NAME AND ADORFSS OF CERTIFICATE HOLDER CITY OF NEMRT BEACH City Hall, 3300 W. Newport Blvd. Newport Beach, CA 92663 Attentian: City Clerk 25 (Ed. Ill]) DATE - 'ISSUED' ._ is 11/17/78 H. J. Dtteck/br G115 (Ed. ) -I3) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (Tim following information is required only when this endorsement Is Issued subsequent to preparation of policy.) Endorsement effective 11/17/78 Policy No. 1CC B 76120 E I e Named Insured D 6 D ASPHALT PAVING • Count u �- � �A orized Representative) H. J. Dueck /br 11/17/78 This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lassoes) It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. flame of Person or Organization (]Additional Insured) CITY OF NEWPORT BEACH 3300 W. Newport Blvd. Newport Beach, CA 92663 AS RESPECTS: 1978 -79 Seal Coat Program, Contract No. 2048 G115 (Ed, 1.73) N 1. CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Approved by the City Council this 10th day of October, 1978. Deputy City erk CONTRACT DOCUMENTS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 Submitted by: D & D ASPHALT MAINTENANCE & GRADING Contractor 1853 West Arrow Highway Address Upland, California 91786 City Zip 714- 985 -1717 Telephone $36,960.00 Total Bid Price J Page 1 CITY OF NEWPORT'13EACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. (as determined by telephone time signal) on the I d ay of Nove�n�er_ 19]x, at which time they will be opened and read, for per ormrng work as o ows: 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 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 1n the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an-d—t-Fe—Corporate Seal shall be affixed toec�lcTo—cuments q ering signatures. In the case of a ahtnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents.be returned within 2 weeks after the bid opening. (cont.) \� t` s�t �;:'- j?G`..' ^�'`'.� �.."-,'k' -rn '�H -t.F:x .� a .+ "��r .i'?d -�-"sx -$£ 4'F I 1 Fia.,�y^ -'y'� Page I&: The City has adopted the Standard 5 ifications for Public Works Construction (1976 Edition) as prepared y t e Southern Callfornia Chapters o the 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 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 of 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. The City reserves the right to reject any or all bids and to waive any informality in such bids. Page 2 All bids are to be .computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within I ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the.contract is ready for sigdature, 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 4f California providing for the registration of Contractors, License No. 231324 Classification C -12 Accompanying this proposal i , uertlTlea GnecK, GASnier'S l.necK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3790 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions.of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 -9 - 7 . P one .0 er W =W1 , 17 • Bid er s Name (SEAL) Authorize igna Vre t orized Signature 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: A <.r i DESIGNATION.;,OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City.Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the.prior approval of the Engineer. Item of Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. I2 B. 9. 10. 11. 12. MIA ,11 N Tndividual Type of Organization (Individual, Co- partnership or Corp.) 1853 West Arrow Upland, CA 91786 A dress �� �� ��� = ,,.�;, '':- �� ,: �. :: -..;� z.a _.- �;�� .._ ..::.- .�x:.'"'-.,,'h,.._,;.,;, "-'.5u� r��" z.:. .._, ;.e.._:.,�_. .a�autvr ,.. :...._g: $-•_� -- .rnu..es�� -'- BOND NO. 000374 -9 ORIGINAL SEE CITY CLERK'S FI OPY ;4 t I Page 4.` a RTODER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, JOHN C. DOSH DBA D & D AS4'ff MAINTENANCE & GRADING as Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% NOT TO EXCEED THREE THOUSAND SEVEN HUNDRED AND NO/100 ----------- Dollars ($ 3,700.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach,,is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day of OCTOBER 19 78 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -i n4aM S /E. Madelaine Friedman. Notary Public JOHN C. DOSH DBA D & D ASPHALT MAINTENANCE & GRADING Principal (� S John C. Dosh By _/Neal L. Witt ��_�. r.. -; � �� ,. :r s 0 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 31st day of October , 19 78 My commission expires: August 27, 1982 S /John C. Dosh n"L C_ 1 OFFICIAL SEAL RAYMOND LEE CRESS NOTARY PUBLIC - CALIFORNIA LOS ANGELES CDUNN My comm. expires AUG 27, 1982 F �,- .� �. ® m we _ �,� .��.ei,,...�� .w,a.- s- .....;'�5�i �..z amr" _. _. _ �:.:�_ ... �..,,..._.,..;..�2:.:�:i� —stti'„ : -. I� • 4P FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. Page 6 r � '. -�x ^ -a S.. �i&a,. ..�.�..;.::., �- - x�.�vc�; -.i„ .. -NE o �...�.s :.. � a�>s..�rv.� :, - .-_.„...a= vizi- accz.- .,.«�..� _ ...,,'�i&Yh£;:= ._.__ - m-.... .....9,. �, _._ __. __ v_,.... The undersigned submits herewith a that proposed herein which he has { Year 1978 Ontario Motor Speedway Corp. Mr. Kenny Smith (714)983 -5811 1978 Lockheed Aircraft Service. Co. Mr. Ed Gray 7ta)9RR -�a�a P.O. Box 33 Ontario. CA 91761 1978 California State Polytechnic Univ.Mr_ (lick Hansnn. 3801 West Temple Avenue Pomona. CA 91768 NAME AND QUALIFICATIONS OF PROPOSED FOREMAN: .1nSppkWilliame _ -Moare in e+reetSlurry ., �7rurlea 102 X -69 �'aa§x�e- ..4s�,.�_. °"%Aivi._°c -.im ` ie= .'.c:�i �` I . ��� �' iL "" �:����� �a3�. 4A�.�enu -dc� -. BOND NO. 000874 • i PERFORMANCE BOND KNOW ALL MEN BY THESE.PRESENTS, That Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion.adopted November 13, 1978, has awarded to D & D ASPHALT MAINTENANCE & GRADING hereinafter designated as the "Principal ", a contract for 1978- 79.SEAL COAT PROGRAM, CONTRACT NO. 2048 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; as Principal, and.SU?�4F TIR as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TAT[7TV ST% THn IS Nn . NTNR A[[ MET) STRTY & Noll nn,__D011 ars . ($ �A 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 ourtelves, 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 i in any wise affect its obligations on this bond, and it does hereby waive notice 0 L �.F F I Page 11 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 5th day of DECEMBER , 19��. Approved as to f rm: '41i'AA U C y tore D & D ASPHALT MAINTENANCE & GRA=ftal) Name of Contractor (Principal) t orized Signature and Title aw�t2 uthoignature and Title SURETY INSURANCE COMPANY OF Name of Surety CALIFORN.19 :? 2250 W. Whittier Blvd. , La Hi6a CA V; dres f Surety i gnature •and T t e G.A. Van Buskirk o, Telephone No. of Agent Attorney —in —Fact i • • , f'.. �Y �Y., f ):' n```/� �... �. ' • i i �� _ _ � � _ ' � ✓ �� � _ i r i . _ M1 .. h � � • _ _ _ � 1� /� _ � ��. /. r I y�_ sue. U y ;yv! '. :' 3 +i � ..4 u�Yxu.���r' F'a�+"r ..� �Y,� �Ki.���.a�p �F.E... � �'�e Z@ 2\ \/ (( _ § \ \ § :%)2 §} :a /3•e° ,•- = e § .! :ƒ \% &© \ D :m zx G / ƒ!2/ : =r \ \)j\� \ 0 {�ot;m / :w§ ;g.. :s ) z � ~*/\ :bn 0 :a j 0 o :1 : /:e�m E ®a• =- /! /2t§» §a e»® } /§\ [a } ±2); / ID \2� 2| � \ \ \� { \ (� �� Surety Jnaourance Compare • l California Box 2430 HOME OFFICE IN LA HABRA, CALIFORNIA V 00100 La Habra, California 90631 CERTIFIED COPY OF POWER OF ATTORNEY 1 now all men 6y these Presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint G. A. VAN BUSKIRK of LA HABRA, CALIFORNIA its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit. Indemnity, Surety and undertakings that may be desired by contract, or may be given in any action or proceed- ing in any court of law or equity; policies indemnifying employers against loss or damage caused by the mis- conduct of their employees, official surety and fidelity bonds. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEREOFy Surety Insurance Company of California has caused these presents to be signed by its duly authorized officer,• ^ weal to be hereunto affixed this 14th day of SEPTEMBER 1978. f.................................................................... ............................... (`r / d., SURE IN NCE CO ANY OF CALIFORNIA !NCOR ?ORATED c 1`�.: ^;. J:, 1gSO� �' John F. Merrill � //f President STATE OF SS: COUNTY OF ORANGE On this 14 day of SEPTEMBER A.D. 19 78 , before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. Notary Public OFFiC.T.AL SEAL C ^O 1, J 1r0CJ.S PoOTARY 9V- IC CALrORPIIA 1i .,A; COU.NTY IKE 2250 W. Whittier Blvd., to Habra, CA 90631 My Commission Expires FEBRUARY 4, 1981 CERTIFICATE I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the atWhed,Poa r-. of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section -.7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this_. December _5., _1978 (SEAL) 560 -09 -3 (E) Secretary u KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City Council BOND NO. 000874 Page 8 LABOR AND MATERIAL BOND That of the City of Newport Beach, State of California, by motion adopted November 1$, 197$. has awarded to D & D ASPHALT MAINTENANCE & GRADING hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to. tie done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We D & D ASPHALT. MAINTENANCE & GRADING as Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of EIGHTEEN THOUSAND FOUR HUNDRED EIGHTY & NO /100 -- Dollars ($ 18p480.00 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment.Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified In the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under.Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in.any suit brought upon • • r: �' � I _. -.. �: ............ .. ..._ .. .. .... i �.. l 1 I i I •� i on s. i Page 9 (tabor and Material Bond Continued) this bond, as required by.-the Provisions of Section 4205 of the Government Code of the State of California.. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of DECEt+ M , 19_2 . Approv d al to f )4. 1 tty 'AttAry D & D AgEHAU 11A & Seal Name of Contractor Principal GRADING .w uthorized Signature and T t e Authorized Sgnature and Title SURETY INSURANCE COMPANY g G1) Name of Surety CALIFORNITi GA: VAS BUSKIRK ATTORNEY —IN —FACT AV, r O?so.Z. /i7odr��.¢ic G/Lpi�� 3 aress of g Telephone No. of Agent i �. �� _ �<<:,i� ��:- .�� _ ,i .. __ .. ,. ,� •,! _� .. _.; . ,... : - .. �� � I .. _ ' �_ � /� i < :; ��Fk ... x, � `.4[.fs r :'_..� > ?^�..x � .� � �y -�.. e..- .L.'. '�' -��� , �a' y/ �'y3RA� _ i hRS .. s. t �1' a�_A .V:- .as3.m� ¢v �C;`rtiu:�ee•"".....J'-' STATE OF CALIFORNIA COUNTY OF ORANGE 5th DECEMBER 19..8........... before me On this ................._............. ............................day of.............. ...........,-.................. , personally came.................................... ....... ........................... ....G. A .= -VAN BUSKIRK to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with the By -Laws of the said Corporation, and that he signed his name thereto by like authority. 45.., Of FICIAL SEAL v Gp,�� a �,, E. MADELAINE FRIEDMAN 5 %"Z! � :' NoraFr PIJBVC CALL %GRNJA \� PRINCIPAL OFFICE IN e !,i• ORANGE COUNTY e My Commission Expires April 5, 1982 Simi (Notary Public) Surety* Jnmrance Company of California HOME OFFICE IN LA HABRA, CALIFORNIA Box 2439 V 00104 La Habra, California 90631 CERTIFIED COPY OF POWER OF ATTORNEY 1JLnow all men ly tAese presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, .pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit; "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint G. A. VAN BUSKIRK of LA HABRA. CALIFORNIA its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and undertakings that may be desired by contract, or may be given in any action or proceed- ing in any court of law or equity; policies indemnifying employers against loss or damage caused by the mis- conduct of their employees, official surety and fidelity bonds. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regvlarly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEREOF Surety Insurance Company of California has caused these presents to be signed by its duly authorized officer, ana-- iQ8X4P)?\a seal to be hereunto affixed this 14th day of SEPTEMBER , 1978. / -1" `o'j SURE INNCE CO ANY OF CALIFORNIA INCORPORATED c `I —< v� �� ifa� +. .3i, iCO9 1 a' John F. Merrill By i President STATE OF SS: COUNTY OF ORANGE On this 14 day of SEPTEMBER A.D. 19 78 , before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came Sohn F. Merrill, President of SURETY - INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. � Notary Public OFFICIAL LAL Si a< I WOTAPY PUCK: CPL 0 ;::A �� 2250 W. Whittier Blvd., La Habra, CA 90631 My Commission Expires FEBRUARY 4, 1981 CERTIFICATE I, the undersigned, certifv that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Law., of said company as set forth in said Power of Attorney, are now in full force and effect. IN T$STINIONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company December -5 1978 this. ... .............. . ... ........................... ... /f ._.(SEAL) ..._ .............. .... ....t r12� ...�/....,....._...1 ✓..._.... ..secretary 560-05 -3 (E) party of the first part, and 0 & D ASPHALT MAINTENANCE & GRADING hereinafter designated.as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 19-2z, the City, 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 1918 -79 SEAL COAT PROGRAM, CONTRACT NO. 2048 and to perform and complete:in a good and workmanlike manner all the work pertaining thereto shown on the P1ans'and Specifications therefor; to furnish at his own proper cost and expense,all toots, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the.Ci.ty), 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 wo W until its acceptance by the City, and for all risks of every description connected.with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work; except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully. completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is.on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the.Proposal, as the case may be'. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ.the said Contractor to provide the materials and to do the work according to the terms.and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon. the conditions set forth in the Specifications;.and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to -the full performance of the covenants herein contained.. 4. The Notice to.Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications,, are hereby incorporated in and made part of this Agreement. v t C Page 13 the State,of.California, the City Council has s_-of per em wages"for each craft or type of d -:. € containing such information is rated by reference herein. 6. The Contractor shall assume the demise 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 responsi- bility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA By: mayor ATTEST: C ty Clerk D & D ASPHAL T Contractor (SEAL) By C Title By: Title ial�, , .. t ; CITY OF NEWPORT. BEACH PUBLIC WORKS DEPARTMENT ;.4978 -79 SEAL•' A7 PROGRAM CONTRACT NO. 2048 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 93663 Gentlemen PRIofI 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. 2048 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. 880 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 -two Dollars and No Cents $_ 42.00 $_36.960.00 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Thirty -six Thousand Nine Hundred Sixty . Dollars and No Cents $ 36,Q6n -0n Date CONTRACTOR'S LICENSE NO. 231324 TELEPHONE NUMBER 714 -985 -1717 CONTRACTOR'S ADDRESS 1853 West Arrow Highway. Upland. CA 91786 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . 1 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . . 2 VI. NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . . . 2 VII. FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . . . 3 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . 4 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . . 4 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . . . . . 5 6. Application of the Slurry . . . . . . . . . . . . . . . . . . 5 a. Joints . . . . . . . . . . . . . . . . . 5 b. Utility Vault and Box Covers, and Signal Detector Pads 5 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 • • SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 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- 5370 -L), the City's Standard Special Provisions, the City's Standard Specifications, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE Only bids from responsible bidders will be considered. To qualify as a responsible bidder, the contractor shall have a successful performance record in the application of cationic quick -set slurry seal and shall have actually placed at least 5,000 extra long tons. Bidders shall submit, with their bids, the name of the proposed foreman who must have a minimum of two years experience in this type of work. This foreman shall be present whenever slurry seal is being applied. The contractor will be required to obtain a valid City business license prior to the start of work. III. PAYMENT The unit price bid per extra long ton of slurry seal coat shall include full com- pensation for all labor, materials, equipment, and transportation required for slurry seal coating of asphalt pavements. IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK Within ten (10) days after notification of award of the contract by the City, the contractor shall submit his proposed slurry seal mix design (see Section IX.2) and a schedule of work which shall incorporate the following requirements: 1. Work shall not begin before twenty (20) calendar days following submission of the schedule to the City. V 2 • • SP2of5 All work shall be completed by March 31, 1979. No extension of time will be allowed under this contract. 3. No work shall be scheduled for the period from December 15, 1978 to January 2, 1979, or during national holiday periods without express approval by the Engineer. 4. The complete construction schedule shall be submitted in writing and shall be approved by the Engineer prior to the start of any work. It shall show the geographical areas and the approximate periods of time planned for work in each area. Unless otherwise approved by the Engineer, the contractor shall provide thirty (30) days written advance notification of any proposed major changes to the original approved schedule. It is the intent of these special provisions to allow the contractor the flexibility of scheduling his work conveniently throughout the year, while maintaining sufficient advance notice for the required preparatory patching work to be performed by City forces. Ten (10) days prior to the actual start of work in any area, the contractor shall furnish the Engineer with a written schedule of daily operations for his approval. Once work is started on a street or on related streets in a tract, it shall be prosecuted to completion in a timely and diligent manner so as to minimize incon- venience to the public. The contractor shall employ sufficient workers and equip- ment to assure completion of the work each day for which notification has been given to the affected properties. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Sections 7 -10 and 302 -4.4 of the Standard Specifications except as modified by these Special Provi- sions, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The contractor shall schedule his operations so that all streets can be opened to traffic at the end of the working day, except when unexpected weather condi- tions require a longer curing period. In this event, the contractor shall install sufficient barricades (lighted if necessary), interspersed within the treated lane to prevent use until curing is completed. On divided streets, the contractor shall work on only one roadway at a time unless otherwise permitted by the Engineer, and a minimum of one open traffic lane shall be maintained at all times on the roadway being sealed. On undivided collector streets, a minimum of one open traffic lane in each direction shall be maintained at all times. Sealing operations shall be conducted so as to keep access to commer- cial areas and long cul -de -sac streets open at all times. The contractor shall furnish and post on streets to be sealed, temporary "No Parking" signs stating the date of the restriction. The signs shall be in place forty -eight (48) hours in advance of the need for enforcement. VI. NOTIFICATION OF BUSINESSES AND RESIDENTS Based on the approved construction schedule, the City will send a preliminary notice to the affected businesses and residents, advising them of the location and approxi- mate time of the work. • 0 SP3of5 A second written notice, prepared by the City, shall be distributed by the con- tractor to the affected businesses and residents forty to fifty (40 -50) hours in advance of the seal coating. The notices will alert the abutting properties of the temporary inaccessibility to their driveways, and shall specify the date the work will be done and approximately when the street will be restored to normal vehicular use. A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the schedule. The City will prepare the written renotification explaining the cause for delay and stating the new schedule. VII. FINAL CLEANING AND SURFACE PREPARATION Prior to applying the seal coating material, all dirt, oil and grease spots, and all other objectionable matter shall be removed from the pavement by power sweep- ing, supplemented with hand brooming, scraping, grinding, etc., to assure adher- ence of the slurry coat to the pavement surface. VIII. WATER If the contractor desires to use available City water, it shall be his responsi- bility to make arrangements for water purchases by contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. IX. SLURRY SEAL MATERIALS AND APPLICATION 1. General Cationic Quick -Set slurry seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifications and these Special Provisions. 2. Slurry Seal Mix Design The contractor shall submit a slurry seal mix design and the results of a wet track abrasion test, performed on the design mix, to the City for approval within ten (10) calendar days after notification of award of the contract by the City. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during Part 1. d. Observations as to texture, signs of surface skinning, or tacki- ness in the specimen at the start of Part II. e. Percent of portland cement or hydrated lime added - -if they are required to overcome mix segregation at free - flowing consistency. 3 2 • • SP4of5 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. Materials a. Asphalt Emulsion The asphalt emulsion.shall be of the cationic quick -set type, similar to QS -KH, using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appro- priate ASTM methods. Emulsion Furol fiscosity at 771 F, Sec. 20 -100 Residue from distillation; % by weight 57 min. Sieve test (% retained on No. 20) .10 max. Particle charge test Positive Storage stability; one day settlement 1% max. Mixing test (job) Sec. @ 701 F 120 min. Residue Penetration 40 -110 Solubility in Trichloroethylene, % 97.5 min. Ductility at 771 F, cm. 40. min. Test D244 D244 D244 D244 D244 Chevron P -12 Test D5 D2042 D113 The contractor shall submit a certificate of compliance analysis supplied by the manufacturer verifying that the base asphalt used in the emulsion is in conformance with these Special Provisions. b. Aggregates The mineral aggregate shall conform to Section 203 -5 of the Standard Specifications, except that it shall consist of 100 percent ( %) rockdust. Certified weigh tickets shall be presented to the Engineer immediately upon delivery of the aggregate to each site. Upon completion of the work in each area, the contractor shall completely remove all excess stockpiled aggregate and return the site to its original condition prior to his operations. Payment shall be made only for the actual amount of aggre- gate used. Prior to placing aggregate (or any other materials or equipment) on private property, the contractor shall submit to the Engineer written permission from the property owner for such storage or use. c. Water Water used with the slurry seal shall be from any domestic supply approved by the City. Refer to Section VIII for the availability of City water. Equipment All equipment, tools, and machinery used in the performance of the work shall conform to Section 302 -4 of the Standard Specifications, with mixing performed by a continuous flow mixing machine. All tanks and machinery shall be thoroughly scrubbed prior to coming in contact with the cationic emulsion. • • SP5of5 5. Working Hours The application of the slurry shall be scheduled to commence after 7:00 A.M. and shall be completed prior to 3:00 P.M., or as directed by the Engineer. 6. Application of the Slurry a. Joints No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete pavement and /or concrete gutters shall be completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objection- able excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. b. Utility Vault and Box Covers, and Signal Detector Pads The contractor shall be responsible for tying out or making the necessary arrangements to have the affected utility owners tie out their surface facilities prior to construction. The contractor shall wrap all affected utility boxes, manholes, etc. with plastic or an equivalent protective coating, prior to the application of the slurry, and shall locate, clean, and remove all slurry materials from the utility covers and traffic signal detector pads upon completion of the seal coating operation. 7. Control of Mix and Testing A minimum of five (5) slurry samples per day will be taken throughout the application operation. Tests on four (4) of the samples will be made to determine the percent of asphalt emulsion in the mix. The samples will be taken by the engineer and tests performed at City expense. The percentage of asphalt emulsion in the mix shall not vary more than +22% or -1% from that used in the approved design mix. For example, if the approved design mix contained 18% asphalt emulsion, the required limits would be 17% to 202 %. 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 „--- 4nuely , iortod elurry application shall be at the contractor's expense. 0 0 CITY OF NI.wpob.'." BEACH CFPi,irl'ATE OF INSUPAtlCC Pon CON1'Ri.,'r woRN CONTRACT NO. 'I his ;s, 1 certify That the Company named below has to the N.,mcd fissured t,,- policy of comprehensive liability urarrance identified herein, h,•,crnafter referred to As "Policy ", .,Art end„rsed said Policy as follows to assure compliance by the Named Insured with the lnsur.u,r'e zequirements of the Contract executed by the Named Insured ,Ind the City of Newport Bssoh, (hereinafter, "city "). I. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,00 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement &hall be cancelled or materially changed until thirty (10) days alter receipt by City of written notice of such cancellation or change by registered marl, addressed as follows: City of Newport Beach c/o City Clerk, 7100 Newport Boulevard, Newport Beach, California 92661. 1. 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 &rising out of or in connection with the contract executed by the named insured and the City. It in 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 "xcn" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, ❑on -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability: Marine or Aviation (when applicable); and Property Damage. This Endorsem eff cc ive _ _ when signed by an Authorized Re sentetive of _ -,- VVVVVV Name o Insurance Company and when iesu� C-l<9a all be valid and form part of Policy No. ��CCIJ ing/n /t11�111'( Nam Insure expiring ii Q NAME OF A R _ ADDRESS - AGE 15ROKEVZ AutVariz, 2 Rep rase nta tive 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 a� G tai d L'� 6� ' _r,� a \� �TA�`�° � Or ✓�E c 5f ��\ �0� ®� Jam, al ��r. <, dc3gr�i §��1W 0 /' 800 3 �= 36\ �\\ 35�N iv S, >D 33R S � s7-rae ,Er5 To !3E 5LZ4(',ZY 564LE0 4vfwro4: swoRSs y'c i G-G �o C J \i\; �` C -2048 Sr 30� J� n��A D C .•11 G9) A G a �9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978-79 SEAL COAT PROGRAM � YF G 0 ciry 1 1 74 V1 Z. 1 D ,1 Z. Vwo FLOP cs v 1 vm DRAWN pan DATE APPROVED �I W' 0` JFv j 1D 1 J� 1 11,1yy�� PUBLIC WORKS DIRECTOR R.E. NO. 1 =806 i ly DRAWING NO. R-5-3 70-L I lOPZ I n� A I I i "= Soo' oas EY /lp V U•P P9R oe . e MdadG� D ey6E 'S a oQ / OR. A4C�/i 04� � STREETS TO BE SL[JQiZY SEAL.EO C-2040 C J 11 0 DA I-qL6 of G.IOMON 70RY ANa )3" \ u 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /978-7-9 SEAL COAT PROG!?AM r IC -) Jul u� X6,34 �oC - sz DRAWN �_ DATE __2= 2B -7ES APPROVED PUBLIC WORKS DIRECTOR R.E. NO. /ZaO DRAWING NO. R- 5370 -1- 1 ZOFZ RESOLUTION NO. 9 46 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO D & D ASPHALT MAINTENANCE AND GRADING IN CONNECTION WITH THE 1978 -79 SEAL COAT PROGRAM, CONTRACT NO. 2048 WHEREAS, pursuant to the notice inviting bids for work in connection with the 1978 -79 Seal Coat Program, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of November, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is D & D ASPHALT MAINTENANCE AND GRADING, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of D & D ASPHALT MAINTENANCE AND GRADING in connection with the 1978 -79 Seal Coat Program be accepted, and that the contract for the described work be awarded to said bidder; and 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. ATTEST: ty CIO ADOPTED this 13th day of Mayor November . 1978. DDO /kb 11/6/78 CITY OF NEWPORT BEACH PUBLIC WORitS.DEPARTMENT Approved by the City Council this 10th day of October, 1978. Deputy City erk CONTRACT DOCUMENTS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 Submitted by: D & D ASPHALT MAINTENENCE & GRADING Contractor 1851 West Arrow 4W7 Address and ty 714 -985 -1717 Telephone $36.96o.00 ✓AIJ!j Total Bid Price 91786 L, November 1, 1978 Oate CONTRACTOR'S LICENSE NO. 231324 L .M „- TELEPHONE NUMBER 714- 985 -1717 CONTRACTOR'S ADDRESS 1853 West Arrow Highway ilpland, Ca. 91786 i • PRIofI CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978 -79 -- SEAL COAT PROGRAM CONTRACT NO. 2048 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. 2048 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. 880 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ 842.00 Dollars and no Cents $ 42, 00 $ 96.960.00 Per Extra Long Ton i TOTAL PRICE WRITTEN IN WORDS: Thirty3ixThousandNineHundredSixty Dollars and / ti no Cents $96.960.00 November 1, 1978 Oate CONTRACTOR'S LICENSE NO. 231324 L .M „- TELEPHONE NUMBER 714- 985 -1717 CONTRACTOR'S ADDRESS 1853 West Arrow Highway ilpland, Ca. 91786 i �s�a`�: � ,. ;. �� ,� • -, SEALED BIDS wi California, un ,_. A, 1, .. Clerk, City Hall, Newport Beach, by to e;time. signal) on the h time be owned ana :read, for 1= 3 x Bids must be submitted on the proposal form attached with•" dntract documents furnished by the Public Works. Department. The additional copy ofzthe proposal form '- is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the = amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on.the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non-collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the.signature.and` titles of the persons signing on behalf of the bidder. For'corporations, the signatures of .the President or Vice President and Secretar or Assistant SSecre�tary are required an t e ororporate Seal shall be a xed to.a71 docunents�ring. signatures. in the case`of a ar>s tnership, the signature of at least one general partner is required. No bids, will be accepted . from:a - contractor who has not been licensed in accordance with the.provisiuns 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 Depirtment,:'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. (font.) v_ 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 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 shalt be governed by E <_ all. provisions.of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shallbe 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 the right to reject any or all bids and to waive any informality in..such bids. � i F �: �. G<; �: �, ; : , Page 2 1 All bids are to be'- computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and federal Holidays, after having received notice.that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 231324 Classification C12 Accompanying this proposal is Boi Cas , , ugsmier -s GneCK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. _714- 985 -1717 i e u er November 1, 1978 Date D & D ASPHALT MAINTENANCE & GRADI_NG Bidder's Name (SEAL) DBA Authorized ign Authorized Signature Indtviduel 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- partnershif a co- partnership: 0 . +��_w,a -:. .w= ..de.�:�..uiv.._�:::.:::_ _ i� �.'a.'Sa �..... ,.- .:. ='La. ......5'..:'.Yr.. L..i... .:_,_... �.�__... ,. .._�wA`.:•. Page 3 DESIGNA SUBCONTRACTORS The undersigned certifies that he has -2T the sub -bias 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`Ehgineer. Item of Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. D & D ASPHALT MAINTENANCE & GRADING Bidder's Name Authorized Signature Individual Type of Organization (Individual, Co- partnership or Corp.) 1853 .West Arrow Uplandt Cs. s 91786 9 KNOW ALL MEN BY THESE PRESENTS, That we, JOHN C. ROSH DBA D & D ASPHALT MAINTENANCE & 42AD,gr Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA , as Surety, are held and firmly bound unto the City.of Newport Beach, California, in the sum of 10% NOT TO EXCEED THREE THOUSAND SEVEN FRED AND NO /100- - - - - -- Dollars ($ 39700-00 ) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally; ftrmly 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 -79 SEAL COAT PROGRAM, CONTRACT NO. 2048 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 30th day of OCTOBER 19 78 Corporate Seal (If Corporation) r� (Attach acknowled ement of Attorney -in -Fact JOHN C. DOSH DBA D & D ASPHALT SURETY INSURANCE C0MPA1*Y�6F_Q--6AL1F6WaA Surety _ By - - ...111 1.. ., ' .. STATE OF CALIFORNIA COUNTY OF ORANGE On this....... --- ..... . ... ..... .3II:th. .... ....... ..... day of. ..... ..... —D.. C. TQ. k3F. FIi, ................... - ................. ............ 19......7.8........ before me personally came ................................. .........................._ . NEAL L. WITT .......................... ............................................................................... ............................... to be known, who being by me duly sworn, did depose and say: that he is Attomev -in -Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with the By -Laws of the said Corporation, and that he signed his name thereto by like authority. iiiiii,,,i„ In,nnniiiiiiii„niiii., n,iiii.n,n. ..........iiin,n,iii,n,iii,,,,i OFFICIAL SEAL E. MADELAINE FRIEDMAN �9 NOTARY PUBLIC CALIFORNIA 5 PRINCIPAL OFFICE IN - 2 =• ORANGE COUNTY My Commission Expires April 5, 1982 mmmnn:nnnnnmInwn,mnmIII1 nt unnmm1� nimu, k.I.. nn 1n ..,n..nnnnT 51"1 .....: _..I .... ✓� c I /LLB✓ (Notary Public) Surely .9i�rance Company ol4alilornia Box 2430 HOME OFFICE IN LA HABRA. CALIFORNIA L Habra, LLllforda 98631 CERTIFIED COPY OF POWER OF ATTORNEY N? 001100 l(now all peen by ticeee Preden",` That Surety Insurance Company of California, a California Corporation, having its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to-wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the au- thority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint NEAL L. WITT of LA HABRA, CALIFORNIA its true end lawful _ _ _ . .....___..... ..__.. _..__.___.________ agent and attorney -in -fact, Lo make, execute, seal and dehver for and on its behalf as surety, and as Its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official bail and surety and fidelity bonds. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEPFDF..Surety Insurance Company of California has caused these presents to be signed by its duly au- thorized office e0(CW ^te seal to be hereunto affixed this 18th day of OCTOBER 19 77 .......... ..........I ........ ................... ... ... SUAET IN NCE CO ANY OF CALIFORNIA c d INCORPORATED o�1�> c �t/ 'n 1AN. 31, 1969 John F. Merrill \ Pres dent STATE OF CAM YeIIdKr / COUNTY OF ORANGE On SS: On this 18 day of OCTOBER A.D. 19 77 , before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. ��...... /.. ...Notary Public of nc•n1 ):Ar. —l� NOTARY PUnIc CAL IA;i c­:-: rr.;:;: ss MU � iSBl I 2250 W. Whittier Blvd., to Habra, CA 90631 My Commission Expires FEB. 4, 1981 .......... I .. . ............................... CERTIFICATE I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV. Section 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company 30, 1978 this........... O....ctober ................ ..... ............................... /J (SEAL) ................... .... .... gtrf .7.. ... .... ..fi...!L.!......... 360 -05-3 (REV, 6 /79) cretary 0 NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer.anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than, that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. ORPICiAL SEAL RAYMOND LEE CRESS NOTARY PUKX . CALWORNIA LOS ANGELES CMUM My wmm, upk�s XX 27, lYlt Subscribed and sworn to before me this 3/*'day of 0614P EJL , 19 79 - My commission expires: U Notary Public AymoliD � CQebs �l • • 'r _ � _ .. �` 1 _ � _ 4 F � Page 6 �a STATEMENT OF FINANCIAL RESPONSIBILITY oreagreesstonsubmit atstat statement within 24 hours after�thecbid pening�bflhey is the apparent low bidder. j� Signed L ..alp .. �:. i �. ' I 'I ;i ''" `:a. ' �: D & D AS LT MAINTENANCE & GRADI.NG • Phone; 71W985-1`717 Lic. #231324 JOHN C. DOSH 1853 W&Sl ARROW UPLAND, CALIFORNIA 91786 Nov. 2, 1978 To Whom It May Concern; List of names and tonage used. 1- Lockheed Aircraft Ontario 2- Chino Youth Authority Chino 3- City of San Dimas San Dimas 4- Noville Reality Upland 5- Fairview MobilPark Hemet 6- City of Monterey Park 7- Jerry Martin San Dimas 8- General Electric Ontario 9- Cambridge Apts. Claremont 10- Hawaiian Gardens City 11- E1Dorado CountryClub Indian Wells 12- Bussick Housing Alta Loma 13- City of Manhattan Beach 14- Fernwood MobilPark Ontario 15- UplandCascadeMobil Upland 16- Calvary Church Chino 17- SunriseShopping Center AltaLoma 175 375 1082 125 350 290 125 275 120 300 475 75 not completed. 275 325 275 450 Total Tons. - - - - -- 5092 This list prepared for City of Newport Beach it reference to contract # 2048, as requested. Sincerely, qA "� C John C. Dosh, DBA JCD /pa. P(I l/CftyfD NOV6 19RRxs CITY NEW ORT O A 8 < • & U A:31'HA1,T CUM] ANY • STATEMENT OF FINANCIAL CONDITION FOR TWELVE MONTH I'21110D ENDING DECEMBER 31,1977 i ASSETS LIABILITIES & CAPITAL i CURRENT ASSETS CURRENT-,LIABILITIES r yT ._. _. ......___. CASH ON HAND AND IN BANK _ _ �S 8tr r ACCOUNTS PAYABLE. TRADE _ f 9y3.5 4 00 ACCOUNTS RECEIVABLE TRADE 1$ LU S9b0 0 J PAYROLL TAXES PAYABLE —_ ._ -.. . . . - l LESS ALLOWANCE FOR DOUBTFUL ACCTS. II SALES TA% PAYABLE OTES REC E VA8LE 1 ACCRUED EXPENSES INVENTORY __ _ CONTRACTS PAYABLE Savings Bank Of America ?,loo p0 _ __ _ - -_- NOT[ S PAYABLE. UANK , I .., nsurance _. 2 3010 _ i NOTES PAYABLE. OTHER I( I I LOANS PAYABLE i PREPAID EXPL.N S'S _ 197% Federal & :hate Tax — 8 878 10_0 I., S£CU I „S ...... '. eKKENT ASSETS I.. I FIXED ASSETS ACI t.MULATLD DLPRLCIAIED 9Tgl LURREN' li 232 00{ COST DEI'IIECIATION COSF LANG S I x x I$85000 ho LONG TERM LIABILITIES _ MACH &EQUIP i1 LS �ij 'j0 5000 1 1.1111"11 {j 59:469 Y10 CONTRACTS PAYABLE $ AUTOS & TRUCKS 1 NOTES PAYABLE f FURN & FIXTURES 1_`_ 7 LOAN 5 PAYABLE — -- - LEASEHOLD IMPROVEMEN7i I 1F51 W Arrow Prop -Carl Branciciao 6 8GC OGi 11859 !d Arrow Prop -Pma Fir t Fed X1,100 �OOi - - - - 1.977 Massey Bank Of America 6,400 OOI - - -- - - - - -- ...._... - I ; .1970 Chev Dump Truck Bank Of Amer LC 1F200 00� TOTAL FIXEO ASSETS S ! f li;145,469 CX% 1p TOTAL LONG TERM LIABILITIES f 5 00' OTHER ASSETS OTHER LIABILITIES s 1_. TOTAL OTHER LIABILITIES TOTAL LIABILITIES CAPITAL s 124,21 ._.._..._-...-- - -- TOTAL CAPITAL TOTAL LIABILITIES & CAPITAL 7 18 845 D & D ASPHALT 1353 W. ARROW UPLAND, CA. 91786 (714) 985 -1717 Ai I'.UUNTANT ifATION ERS 0 PRII: +fqy LOS ANGELES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Approved by the City Council this 10th day of October, 1978. Deputy City erk CONTRACT DOCUMENTS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 Submitted by: Contractor P/o o l 4 p � /' c✓o x S6j Address . o City Zip Telephone '/� /�, %. / �iy � X17/ Total gid Price 1978 -79 SEAL COAT PROGRAM CONTRACTNO, 2048 Bids must be submitted -on -the proposal form attached with the contract documents furnished by the.Public.Works Department.. The additional copy, of the.proposal.form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to.at least 10 percent of the amount bid. The title.of the project and.the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are. A. B. C. D. E, F. Proposal Designation of Subcontractors Bidder's Bond Non collusion Affidavit Statement of Financial Responsibility. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the.persons signing on behalf of the bidder. For corporations; -the signatures of the president or Vice President and Secretary or Assistant S�ecr�etara are required a: t e Cor rate Seal shall be affixed to alT documents requ r nq� signatures. In the case of a ari rtnersh p, .,the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions.'.Code. The contractor shall state his :license number and classification in the proposal. One set.of plans and contract documents, including special provisions, may be obtained at the Public Works.Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the.plans and contract documents.be returned within 21weeks after. the bid opening. (cont.) r ., r;.. - i The: City has adopted Standard`Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set a A standard, "Certificate of Insurance for Contract Work" form.has been adopted by . the City of Newport Beach. This form is.the only certificate of insurance accept - able to the City. The successful low bidder will be required to complete.this form upon award of the contract. (A sample form is attached for reference.) For any..required bonds., -the company issuing bid bonds, labor and material bonds, and faithful performance-'bonds must:be an insurance company.or surety company - licensed by the State. of California. The companies must also have a current F: general policy holder's rating.of A or better;-and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property- Liability). In accordance with the . provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 -et seq..), the Director of Industrial Relations has ascer- tained the general prevailing -rate of per diem wages in the locality in which the 1 work is to be performed for each craft, classification, or type of,workman or 1 mechanic needed :6 execute the contract. A copy of.said determination is available in the.office,of the City Clerk. A1i.parties to the contract shall be governed by all provisions of the.California Labor Code relating to prevailing wage rates .($actions 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. The City reserves the right to reject any or all.bids and to waive any informality in such bids. 1 71 Page -2 A}l bids are to be computed on the basis. of the given estimated quantities of work, as indicated in this Proposal. times the unit Price-as submitted by the bidder In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the prooeeds 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. :::2 G // p Classification e / 2 Accompanying this proposal is rCass Certified Check, as 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. Authorized Signature . �u ez 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: 9 s .u....�.,Y; w..=_sum:L-s._ >sa_.._;�..�. ..:': "ry^- YeJ�mc,- .,�•V.�_,�s __. �a`u. -ate_: "*r- � ��.�:,__�. ��aS4s:��_ ..n.: -v� _ '....,.i'i. e..X�:�:::.. .�.�...a.'u*Z "f 5. 6.' 7. 8. 9. 10. }1. 12.- Bidders Name Authorized Signature Type of Organization (Individual, Co- partnership or Corp.) Address _ l ° \�� � =���� a�� � . � � � � � �\ � �\ � � � : � \� a�� � . � � � � � �\ UNITED 1=.A.011ric INSZTRANCE�OD2PANY S� HOME OFFICE, TACOMA, WASHINGTON BID BOND Bond No. U 76 45 16 APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS Q� A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we I, 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 1$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 PROGRAM, CONTRACT NO. 2048 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25th BID OPENING: NOVEMBER 1, 1978 BDU -2305 Ed. 10 -73 ( Witness) day of October A.D.19 78 TED R, JEWI 1S Principally (Seat BY , UNITED PACT INS NCE MPANY BY • `- o Y. BROWN, torney -in —Fact State of California County of 1 1 ss: LOS ANGELES ) On OCTOBER 25 , 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 subscriber) the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as ''. Attorney -in -Fact. 6 B R6 1RCJAL SEAL e�arAAar J. BENDER �&-IC - CAUFORNfA LL. "ANGELES Cou,l and I 101 an Om V`AI IG.A Ki NON -CO> i AVIT The bidders, by its of #t agents or representa. -f—V 3esent at the time of filing this bid, being drn on ear. oaths say#at ether they nor any of them, have in any way, ly, entered ._ny arrangement or agree- ment with any other bidder, 7c officer--.- i.CITY OF NEWPORT BEACH whereby such affiant or affratts or them, hor is to pay to such bidder or public officer aA k, money, 'or has given`ir is to give to such other bidder or public officer a of value whatever, or sus3i >affiant or affiants or either of them has. not dt =M"01 . indirectly, entered into "any arrangement or agree- ment with any other bidder Mny rs, wh ich tends to or does lessen or destroy free competition.in the - :letting contract sought for by the attached bids; that no bid has been accepted.from Contractor or materialman through any bid depository, the Bylaws, Rules or Regujati.ons of which prohibit or prevent the contractor from considering any bid from aay:'.s *contractor 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. . a_ I Y, Iv yr tp��S�r "�" 1% ?scribed and sw to before me this day of , 19 My. commission expires: Notary Public II :' �_ .. ,:. �:. = m„ .^: .sue �_a ._- =,am`' a�:�': �' _.�:�''�° ?sw,M,�,.'es._ "- .®.��r" �a � � ��. - -; atter-4wUlo.opening IT ne f P t. �.,. �. . F -.., .. I -- _- --�- -: �-� -_ is � �t s.:L G .,5..:.:.... = S 1 The undersigned submits herewith a sta l� of similar. character to that: proposed herein.which he has per - ompleted. YearSara C leted .. for Whom Perf Person Telephone No. � _ I x� _ 4 NAME AND Ql IFICATIONS Of'PROPOSED FOREMAN: = S 1 r To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 93663 Gentlemen: PRIofI 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. 2048 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: NO. AND UNIT UNIT PRICE WIRTTEN IN WORDS 1. 880 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 ✓ and � Fro Cents $-4/'0) /� l Per Extra tong Ton TOTAL PRICE WRITTEN IN WORDS: Date S'e Dollars and Cents $ CONTRACTOR'S LICENSE NO.dZ ii` (/9 a c /TELEPHONE NUMBER 'a a_ : —: S�� / CONTRACTOR'S ADDRESS 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. 2048 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: NO. AND UNIT UNIT PRICE WIRTTEN IN WORDS 1. 880 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 ✓ and � Fro Cents $-4/'0) /� l Per Extra tong Ton TOTAL PRICE WRITTEN IN WORDS: Date S'e Dollars and Cents $ CONTRACTOR'S LICENSE NO.dZ ii` (/9 a c /TELEPHONE NUMBER 'a a_ : —: S�� / CONTRACTOR'S ADDRESS _.. 4 ._> .. t�.. ��- �F Rts 3`G^^�. ux -����� _,� .tea I II III IV V VI VII VIII IX 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 0 PAGE SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . . 1 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . 1 VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . . 2 NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . . . 2 FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . . . 3 WATER............................. 3 SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . . . 3 2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . . 3 3. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . 4 a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . . 4 b. Aggregates . . . . . . . . . . . . . . . . . . . . . . . 4 c. Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Working Hours . . . . . . . . . . . . . . . . . . . . . . . . 5 6. Application of the Slurry . . . . . . . . . . . . . . . . . . 5 a. Joints . . . . . . . . . . . . 5 b. Utility Vault and Box Covers, and Signal Detector Pads 5 7. Control of Mix and Testing . . . . . . . . . . . . . . . . . 5 8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . . . 5 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 I. SCOPE OF WORK • SP of 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- 5370 -L), the City's Standard Special Provisions, the City's Standard Specifications, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE Only bids from responsible bidders will be considered. To qualify as a responsible bidder, the contractor shall have a successful performance record in the application of cationic quick -set slurry seal and shall have actually placed at least 5,000 extra long tons. Bidders shall submit, with their bids, the name of the proposed foreman who must have a minimum of two years experience in this type of work. This foreman shall be present whenever slurry seal is being applied. The contractor will be required to obtain a valid City business license prior to the start of work. III. PAYMENT The unit price bid per extra long ton of slurry seal coat shall include full com- pensation for all labor, materials, equipment, and transportation required for slurry seal coating of asphalt pavements. IV. COMPLETION. SCHEDULE. AND PROSECUTION OF 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. Work shall not begin before twenty (20) calendar days following submission of the schedule to the City. 0 • SP2of5 2. All work shall be completed by March 31, 1979. No extension of time will be allowed under this contract. 3. No work shall be scheduled for the period from December 15, 1978 to January 2, 1979, or during national holiday periods without express approval by the Engineer. 4. The complete construction schedule shall be submitted in writing and shall be approved by the Engineer prior to the start of any work. It shall show the geographical areas and the approximate periods of time planned for work in each area. Unless otherwise approved by the Engineer, the contractor shall provide thirty (30) days written advance notification of any proposed major changes to the original approved schedule. It is the intent of these special provisions to allow the contractor the flexibility of scheduling his work conveniently throughout the year, while maintaining sufficient advance notice for the required preparatory patching work to be performed by City forces. Ten (10) days prior to the actual start of work in any area, the contractor shall furnish the Engineer with a written schedule of daily operations for his approval. Once work is started on a street or on related streets in a tract, it shall be prosecuted to completion in a timely and diligent manner so as to minimize incon- venience to the public. The contractor shall employ sufficient workers and equip- ment to assure completion of the work each day for which notification has been given to the affected properties. V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Sections 7 -10 and 302 -4.4 of the Standard Specifications except as modified by these Special Provi- sions, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The contractor shall schedule his operations so that all streets can be opened to traffic at the end of the working day, except when unexpected weather condi- tions require a longer curing period. In this event, the contractor shall install sufficient barricades (lighted if necessary), interspersed within the treated lane to prevent use until curing is completed. On divided streets, the contractor shall work on only one roadway at a time unless otherwise permitted by the Engineer, and a minimum of one open traffic lane shall be maintained at all times on the roadway being sealed. On undivided collector streets, a minimum of one open traffic lane in each direction shall be maintained at all times. Sealing operations shall be conducted so as to keep access to commer- cial areas and long cul -de -sac streets open at all times. The contractor shall furnish and post on streets to be sealed, temporary "No Parking" signs stating the date of the restriction. The signs shall be in place forty -eight (48) hours in advance of the need for enforcement. VI. NOTIFICATION OF BUSINESSES AND RESIDENTS Based on the approved construction schedule, the City will send a preliminary notice to the affected businesses and residents, advising them of the location and approxi- mate time of the work. 0 SP3of5 A second written notice, prepared by the City, shall be distributed by the con- tractor to the affected businesses and residents forty to fifty (40 -50) hours in advance of the seal coating. The notices will alert the abutting properties of the temporary inaccessibility to their driveways, and shall specify the date the work will be done and approximately when the street will be restored to normal vehicular use. A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the schedule. The City will prepare the written renotification explaining the cause for delay and stating the new schedule. VII. FINAL CLEANING AND SURFACE PREPARATION Prior to applying the seal coating material, all dirt, oil and grease spots, and all other objectionable matter shall be removed from the pavement by power sweep- ing, supplemented with hand brooming, scraping, grinding, etc., to assure adher- ence of the slurry coat to the pavement surface. VIII. WATER If the contractor desires to use available City water, it shall be his responsi- bility to make arrangements for water purchases by contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. IX. SLURRY SEAL MATERIALS AND APPLICATION 1. General Cationic Quick -Set slurry seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifications and these Special Provisions. 2. Slurry Seal Mix Design The contractor shall submit a slurry seal mix design and the results of a wet track abrasion test, performed on the design mix, to the City for approval within ten (10) calendar days after notification of award of the contract by the City. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field tests needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: a. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. b. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. c. Any tendencies observed towards mix segregation during Part 1. d. Observations as to texture, signs of surface skinning, or tacki- ness in the specimen at the start of Part II. e. Percent of portland cement or hydrated lime added - -if they are required to overcome mix segregation at free- flowing consistency. 3 4 0 0 SP4of5 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. Materials a. Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to QS -KH, using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appro- priate ASTM methods. Emulsion Furol fiscosity at 770 Residue from distillat Sieve test (% retained Particle charge test Storage stability; one Mixing test (job) Sec. Residue F, Sec. 20 -100 ion; % by weight 57 min. on No. 20) .10 max. Positive day settlement 1% max. @ 700 F 120 min. Penetration 40 -110 Solubility in Trichloroethylene, % 97.5 min. Ductility at 770 F, cm. 40. min. Test D244 D244 D244 D244 D244 Chevron P -12 Test D5 D2042 D113 The contractor shall submit a certificate of compliance analysis supplied by the manufacturer verifying that the base asphalt used in the emulsion is in conformance with these Special Provisions. b. Aggregates The mineral aggregate shall conform to Section 203 -5 of the Standard Specifications, except that it shall consist of 100 percent ( %) rockdust. Certified weigh tickets shall be presented to the Engineer immediately upon delivery of the aggregate to each site. Upon completion of the work in each area, the contractor shall completely remove all excess stockpiled aggregate and return the site to its original condition prior to his operations. Payment shall be made only for the actual amount of aggre- gate used. Prior to placing aggregate (or any other materials or equipment) on private property, the contractor shall submit to the Engineer written permission from the property owner for such storage or use. c. Water Water used with the slurry seal shall be from any domestic supply approved by the City. Refer to Section VIII for the availability of City water. Equipment All equipment, tools, and machinery used in the performance of the work shall conform to Section 302 -4 of the Standard Specifications, with mixing performed by a continuous flow mixing machine. All tanks and machinery shall be thoroughly scrubbed prior to coming in contact with the cationic emulsion. .. - • • SP 5 of 5 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. Application of the Slurry a. Joints No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete pavement and /or concrete gutters shall be completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objection- able excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. 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. Control of Mix and Testin A minimum of five (5) slurry samples per day will be taken throughout the application operation. Tests on four (4) of the samples will be made to determine the percent of asphalt emulsion in the mix. The samples will be taken by the engineer and tests performed at City expense. The percentage of asphalt emulsion in the mix shall not vary more than +22% or -1% from that used in the approved design mix. For example, if the approved design mix contained 18% asphalt emulsion, the required limits would be 17% to 202 %. The slurry applied on the day samples were taken shall be considered unacceptable if more than one of the samples tested does not contain the specified percentage limits of asphalt emulsion. Unacceptable Slurry Seal If the test results do not conform to the requirements of these Special Provisions, slurry applied on the day samples were taken shall be paid for at half the unit price bid per extra long ton; or, if in the opinion of the Engineer, removal is possible, the unacceptable slurry shall be removed and replaced at the contractor's expense. Continued application of slurry will not be allowed until it can be shown to the Engineer's satisfaction that the mix conforms to the approved design mix. 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 ,.— i„licl„ raiprted slurry application shall be at the contractor's expense. CITY OF Ni'.WPOW: BEACH Ct Pj'l£t(:ATE OF INSUn.VNCE FOR CONTRI.i"i wOH� CONTRACT NO. 'Phis is to certify ,hat the Company named below has .•.0 oil t, thv N:,mrd Insured t.hr policy of comprehensive liability insurance rdrntified herein, hoieinafter referred to as "POliCy ", .,nd endorsed snrd Policy as follows to assure compliance by the Named lnvured with the insut„uce tr,quiremants of the Contract rxecuted 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. 7. 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 97663. 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 &rising 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. a. 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 an "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, ;Jon -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective f.fabllity; marine or Aviation (when applicable); and Property Damage. This Endorsem r� effective when signed by an Aulhorfzed Resen[ative of _ -- VVVVVV t��/II FName o Insurance Company and when insu� C14 5 all�alid and form part of Policy Na. ��cc// ing Nam Insure expiring NAME OF A /f /r O R ADDRESS - AGE /BROKE Auttiorizc3 Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make errtuin that he has authority to execute this Certificate on behalf of the Insurance Company dG Y� a a`44 rJ 43 q � G Ao 39 30 n JN 000, 3c0J'AJ\ - �s 35 }� 57 fir\\ ao 33 � � 97'REEr5 rO 6E 5LU9-gY 564LE0 ivfwioirr swoRSs CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /978-79 SEAL COAT RR0QRAM c� DRAWN. AF3 DATE APPROVED I. d PUBLIC WORKS DIRECTOR R.E. NO. M806 DRAWING No. R- 5370 —G I /op.? o� Z FAST EY /JQ QR I n� \ op Q� JQ � STREETS TO BE SLlJQFtY SEALES C-00-440 110 ISL 111 o f i5• - wLe h� FIT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /978-7-9 0 IN `_ s�bgov TO.lV ORi VE µ.ES ���i i.`. ASV / �n r r,t� Lq S e o ` o��o �r��CoC, z3 L 1( /J' C �l C� V SEAL COAT PROGRAM DRAWN._ A13 _ DATE 9 -ZB -7A APPROVED PUBLIC WORKS DIRECTOR R.E. NO. /260 DRAWING NO. R- 5370-1. l ZOFZ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Approved by the City Council this 10th day of October, 1978. Deputy City perk CONTRACT DOCUMENTS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 Submitted by: 90q A(-"WJ Sc wnrm[ Sk4k- C0- j're40rwiL, Contractor 3d3S l a L.CA ZAe� Address "CVkwq IU,(<<,,sv Ck1uo^� R��1 City Zip `11L(- n1 C) N6 Telephone Total Bid Price To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 93663 Gentlemen: JTY OF.NEWPORT.BEACH k-IC.;WORKS DEPARTMENT 1978 -79 . . SEAL COAT`. PROGRAM CONTRACT NO. 2048 PROPOSAL • 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. 2048 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 N0, AND UNIT UNIT.PRICE WIRTTEN IN WORDS PRICE PRICE 1. 880 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ RVW.-t u c+uAM Dollars and kv-4D C,arK Cents Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: - rw4ovr..I 50,0&V // "7" "Owe Dollars and �uIL I�wAtrt7 1p Nj �Jv c4irs . Cents -4 v0 s i S (-wtinK S"t- Ww r 2A KwL (jou c l QZ 16' I j (L j"­- CONTRACTOR'S LICENSE NO. 'St�l"l5 TELEPHONE NUMBER 1"A CONTRACTOR'S ADDRESS 'Sort t)to A gLge, LwG,,4,4va NcG,"KA�' I �� ., CifGE TDS: i SEALED will be received ai the office 'the City. CTe " "rki, City Hill, Newport Beach, CaLifornla, until lQ ' a?1_ El. ias determined by ,telephone time signal) on the day. of ,_19A; at tihich time "they will be opened and read, for pe orming. work as o ow s: j... ]978- 79'UAL °COAT PROGRAM. .. _ CONTRACT NO.. 2048 v+ Bids mast be "sutaal sal farm attached with the contract documents furnished by the pub it i t fii prtal of the proposal form is to be retained by the bidder for hi34ecords. G= Each bid must be accompanied by cash, certified check. or Bidder's. Bond, made payable to the City of_Newport Beach,: for an amount equal to at least 10 percent of the amount bid. =, The title of the project and the words "SEALED BID" shall be clearly marked on the outside.of the envelope containing the bid. _ The contract documents ,that must be completed, executed, and returned in the sealed bid are: A Proposal B. Designation of Subcontractors C. - Bidder's Bond D Non - collusion Affidavit E Statement of Financial Responsibility: F. Technical Ability and Experience References shall be affixed with the si.gnature,.and titles of the persons signing :These__documents on behalf of the" bidder r;¢orporat�ons, the signatures, :'* fm Preswilt -or Vice President and S_ec�reta�r or Assistant Secretar are re9uired.aa�or� rate Seal the arts tnershTly ; shall affixed to a7:1 documdnts requ r ng S gnatures In: case of: a" the signature of at least one general partner As required. No bids will be accepted from a contractor who'has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his °license number and classification in the - proposal.: One set of plans and contract .documents, including special provisions, may be obtained at the Public Norks Department, City Hall,.Newport Beach, California; at no cost to licensed contractors. It is requested 'that the plans and contract documen -ts be returned within 2 weeks after the bid opening. :{'cunt ) :- 0 ._ _ � - ,_, w :,.. �:; as fndiaid t►` this1, t#mes _ tfs unit price as "submitted y jo ¢f disreRanoYh -end figures* the words .. shall prevail. In case of an error r in the:extenspn of.a_un�t price., the corrected:extension. shall be calculated and the bids I. will be`ctmgiuted as indicated, above and conVared on the basis o€ 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 fi.gures..and understands that the City will not be responsible for any.errors or anissions an 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 ha ;reeeiy noticg.t -the contract is ready for signature, the proceeds of check or, bond', atcompanyirig t�t+f $ ` the�=groperty,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. i1q'tb'y ..Classification Accompanying this.proposal.is. (Cash,: rtified Check, as ier s. Me& 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. nok -`bit ye IK PWone iTu e- Bidder's Name (SEAL) N.oJ. t 44-IT l�t� Date Authorized' 3i gnature ' Aut o—ri zeT Signature 'j. LU tuiO"L-. 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: ,. ,.� ;I _.. Page 3 The undersigned certifes - 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 3. RAC A,1.� Sw,r�.•r.� s� ��'��L Bidder's Name WaClcu Authorized Signature �1J Ot JtIDu.A4,,, . Type of Organization (Individual, Co- partnership or Corp.) KNOW ALL MIEN BY THESE PRESENTS, That we, _ - -- Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and several;ly�J.i,rmly.by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above-bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of ,a notice to the above bounden principal by and from said City of Newport 'Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that -any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact i4 - -�ae :t; x Page 5:. n7 ME US ION IT F_. The bidders, by its officers and agents o ntatives- present at the time of fitif_g:tris, bid, being duly sworn on their o s say; that neither they nor any of them, have .in :any w� dieestly or indirectly, entered into any arrangement or agree- ' ment with any other b? Y - lic officer of such. -CITY OF NEWPORT BEACH p� whereby such.affiant'or a of them, has' ai#:or is to pay to such bidder or. public officer any r t1as, given or is to give to such other bidder or public officer anything o,:: tever;:or such affiant or affiants or either of them has not directl or in y. entered into any arrangement 'or agree- ment with any other bidder __ rs, which tends to -or does lessen or destroy free competition in the l contract sought for by the attached bids; that no bid has been accepSdz,Y bcontractor or materialman through any bid depository, the Bylaws, Rules or;: of which orohiblt ..or .4revent the contractor from considering any bid f tbcontractor or materfaamtrt icii'is °:not ,processed _.- through said bid deposi `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_cdntracts sought by this bid. mar • 1 Subscribed and sworn to before me this_ ;j day of nOUPn4-%00—'r , 19-16. ssion expire; tOl3l�8� Notary Public .- OFFICIAL SEAL KAREN Q HACKWORTH NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY' Isebn Expiree Oct 31, 1981 _. .....:._ _._... ,:. .. tee- � �,: -. •.�:.._ I t .� , , .: ,- , _��a, �".`'.. »,' _...- __, -e'er .;.��,�� --� •`��'s�,akaw$-' =�a'u �;e��x "s�- ��.Y —�i2 = `,.Th ,.._. -� L C s- ARM I ! 0 Bc*No. SCR 7112845 THE AMERICAAV ZVS TRANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, Roy Allan Slurry Seal Contractor (hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New jersey, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Cali forni a as Surety, are held and firmly bound unto City of Newport Beach (hereinafter called the Obligee) in the just and full sum of 10% of the amount bi d Dollars ($ - -___ ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the Contract 2048, Seal Coat Program in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, ii the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. • IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 1St Tday of November • 19 78 Roy Allan Slurry Seal Contractor W. R Alan THE AMERICAN INSURANCE COMPANY E' By e-� W. E. Crosby Ane ney.in Fact 360277— (TA) —11.66 M Q CDx o d m O N ..Q z� �A 0 o �. C)0 a O O O z f�T] x a 0 0 rn I m d 0 '.b 0 0 0 tv r_ x - 1' I State of CALIFORNIA j County of ORANGE ( ss: On November 1, 1978 . before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared W. E. CROSBY known to me to be Attorney -in -Fact of THE AlsiER!UAN INSURA ^ICE COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF V-. My Commission �i 380212 -8.68 KATHLEEN HAMMITT NOTARY rUS`C-CAt;f CHNIA "r'' - ": 0I`.ANGf COUNTY My Commission Expiros May 4, 1982 my official seal, the day and year stated in this certificate above. ` Notary Public 0 5 J 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 Approved by the City Council this 10th day of October, 1978. ,;Deputy City erk Submitted by: PAVEMENT COATINGS CG_ Contractor 714 -87n -7970 Telephone Total Bid Price MAUI SEALED BIDS—WIT be :California, until lst day of performing work as Page 1 w i7Y OF NEWPORT'- BEACN.;.CALIFORNIA 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 ii. 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. B'idder's Bond D. Non= collusion Affidavit E. Statement of Financial Resp onsibiaity F. Technical Ability and Experience References:. These doeuments..shall be affixed . with the signature -and titles of the persons signing on behalf. of the bidder. For corporations, the signatures of the:President.or vice President and Secretary or Assistant Secretar are required and o_rRorate Seal s of xed to -a11. 3cuments req� ng s gnatures. In the case of a artnershp. the signature of at least one general partner is required. No bids.will be: accepted from a.:contractor Who has not been.licensed in. accordance with the provisions of .Chapter 9; Division III of the Business.and Professions''Code. The contractor shall state his license number and classification in the proposal. One set of plans.and contract- documents,.including special provisions; may be obtained at the Public Works Department_.City-Nall, Newport Beach, California; at no cost to licensed contractors. It. i -s:, requested that. the lans and contract' documents be returned req P - within 2 weeks after the bid opening. 4 • 0 .. h .S�S!..,Y • 0 Public ilbrtCs Assoc4sw€t ansT'the Asso;JI !d Weral t.onUMMrs.-oT A=rlra. "Upica may be obtained f►iiNia'iuilding NeWs, Inc.:, .3055 Overland Avertua, Las 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 it a cost of $5 per set. A standard "Certificate of Insurance for'Contract Work" -form has been- adopted by ` the City of Newport Beach. This form is :.the only certi:ficate.of :insurance accept- able to the City._ The successful low bidder will be required to complete.this form upon award -of the contract. (A sample form is attached i`or reference.) For any required bonds, the,. company issuing bid bonds, tabor:and; material bonds, and faithful performance.', auis` must be an insurance company or_ surety . company, licensed by the:State of ,California. The companies must also- - have 'a current general policy holder's rating of -A or, better; and a financial. category. of at Best's Key Rating Guide..(Property- least Class X as per the latest edition of Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor 1770- et- seq.), the Director of Industrial. Relations has ascer- _Code'(Sections tained "the general: prevailing rate of per diem wages in the locality in which the work is to be performed.for. each craft, classification, or type of`workman.or . mechanic; needed to execute;the. contract. A copy of said determination is available i in the office of the City Clerk. All parties to the contract SM11. be governed by all provisions of .the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor_shallbe responsible for complia�ice with Section 1771.b of.the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from,the Public Works Department., The City reserves the right to reject any or all bids and to waive any informality in such bids. r. Page - 2 are t;t$ VO*u�d on.:the basis of the given . estimated quantities.of work, in; *ii- P. times the unit price as submittee�by the bidder. In case of a discrep -_ : between words, and figures; the words shall prev8il. In case of an error in the extension of 'a -uvrit price, -the corrected extension shall-be calculated and the bids will be computed as indicated above and compared on the basis ,of:tte corrected totals. The estimated quantities of work indicated in this Propgs�af -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 ok-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. 303609 Classification s_ -q_. Accompanying this proposal is d C c . ec r s or Bond) %eFtie in an amount, not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 -870 -7970 one u er November 1 1978 Date r. . Bid er s 4 SEAL ) --- 9 resi.de�t _.r Assist. Corporation, Type of Organiiat.on (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: KEITH COOLIDGE - President M DA COOLIDGE Secretary /Treasurer' DON GREGG — Vice President MARK COOLIDGE Assistant Secretary s 7. 9. 10. 11. 12. P t er s ame ut ze rnrpnra�ynn i• ' Type of Organization ; (Individual, Co- partnership or Corp.:)`.._. P.O. Box 2777 Anaheim .Ca 92804 dress.: ��,; .� , _ _ .. ,, ��� �. ;. .. d �. .' `� , r ��`' .. f � . � " .` � ^ y� r � _ ... .,, :i _ �i., �� ` '. i ���'•,:,,� 1. �• i� _+ �;!` � - ~^Yi��� • .;: .,.�-, affi °' Pnrnidu-i I- rlu'ol in Bid Bond o<rcvc ird,,tnkind Fidelity and Deposit Company HOME OFFICE OF MARYLAND BID BOND KNOW ALL MEN BY THESE PRESENTS: That we. Pavement Coatin - .......- -- -- -- -- ° ----- --- -- BALTIMORE, MD. 21203 No.8731045 ------------------------------------ .-------- ......................................... as Principal, (hereinafter called the "Principal "), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety "), are held and firmly bound unto- - - - - - 8 -e d 0 ............ ------------------- --- -- -------- ------------ -- - - -- - -- .. __------- -- - - - - - -- ......... ..---------- --------- --------------------------------- ---------------------------------------------- . -. -.as Obligee, (hereinafter called the "Obligee "), Ten Percent (101'o) of the amount of the attached bid inthe sum of........ - .......... -------- ------------ -------°- ° ------------------------ ------- -- -- ------------------- - ..Dollars (5- -- ------ -- ---- ------- -- - -), 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 ----- ....1.978-- 7-9 .... ea l - -- Coa t-- --PT.q ram - -, -- - - - - -- ... Con tra..Q.t. -..Noe - 2.Q.48 --- - - - - -- -- ----------------------------------------------------------------------_.......---------------------------------- --- Date ...of--- B--- d.- ..-- .- N- o,vember .x...1.9.78 - -- -- - - ..... -- - 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 furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into 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 ....... ..............2.4 t- h ---------------------- .day of ......... .... October °-.- ..._A.D. 191A_ Pavement... Coatings _Co._ - _.._ .............(SEAL) Principal Wi {ness B.Y..:..... - -- ..... -- -- -•- - -- Title R= tBWIDFNT FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety .._.._- - - -- ----------- - ---- By... �(SEAL) Winess N o r m a 0. B u r b a n o, Title kicme y i. -Fact C325d -130M. 6 -76 200926 Approved by The American Institute of Architects, A.I.A. Document No. A -310 February 1970 Edition. � z 0.� a Ac A� zw a� ;T4 A4 Ao W CJ m 0 A a c 0.1 w O 0 O A Mil 0 OIL dO 31VH3H NO S 'ON Q z 0 a� x 0 q d W W d W a a STATE OF CALIFO &A • SS: .---------------------- .--------------- COUNTY OF Los ANGELES October 2 4 - 1-- -- 8 , before me, the undersigned, a Notary Public of said count On ------ O October 24- -9 -- g ry Y and state, personally appeared ........ N O r Rl d O. B U r b d Il 0 known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. 91, 11111111111111,1„ I I I I I I I 1 11111111111111111111111111111, 1111, 111111111111111 ,111111P1111111111111.111111, I I.. P.. sEPy o OFFICIAL SEAL 1. MARTINEZ _ Qy NOTARY PU9LIC CALP'ORNIA = - - -, 3 5111 �y -�- PRINCIPAL OFFIC- IN ? l0' ANGELES COUNTY 5 My Commission Expires Apr. 27,1981 iuullnu111 11n111 o111u, 111n11, 1.1.n11..o1111,11111u111nn1111, .. , ..... ......m1.... „1. air - -- -- = - No - tary ldc BR(IZ)10 1.os Angeles 204337 0 Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: BALTIMORE, MD. KNOw ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by C. M. PECOT e JR. , Vice - President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice - Presidents specially authorized so „to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto.” does hereby nominate, constitute and appoint Norma 0. Burbano of Los Angeles, ifs true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ............. ... -� the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ...------------------ --.....26th .................day of .......................... July......................... A.D. 19...'7.7... ®R, FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: Assistant Secretary Vice - President STATE OF MARYLAND 1 55: CITY OF BALTIMORE J On this 26th day of July A.D. 1977 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, tome personallyknown to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. #OjL!-�N, �fa :NOTARY •,,p.j (�Q •tI M Ifi .. .............. ..... .............. ............................ �':vueuDe'i - Notary Public Commission Expires.JaLly..l.'..19.7..a ecMcat'; CERTIFICATE I, the undersigned, ASSistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe. cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ................... 4 t h....................day of .............. 0c t o b e r 9�$ ..............., __.. L1419 —Ctf. 204728 ................. .................... ........................... ...................... ........ . ASSM1SIant crelary KNOW ALL MEN BY THESE PRESENTS, COMPANY PROPOSAL That we, n_ as Principal, and as Surety, are held and firmly bound unto the CrF Newport Beach, Calii=oYria, in the "sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion.and shall execute and deliver the two (2).bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the: date of the mailing of a notice to the above bounden principal by and from said City of NewportiBeach 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 forfei.ted to the said City. In the evept 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.acknowled ement of Attorney -in -Fact Surety By zau .NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly.sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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. ; N� Subscribed and sworn to before me th i '4ay of , 19� My commission expires: 1 otary Public o�7 0 MIN �� I ( i v �9 9� u N 9 or. 990 CI Pty E PAVEMENT COATINGS CO. C O M P L E T E D C 0 N T R A C T 5 PERSON RESPONSIBLE FOR DATE DOLLAR AMT* ACCEPTANCE OF WORK Anaheim 1975 -76 $ 59,000 Wm. S. Lewis 714/533 -5674 Bellflower 1975 33,DD0 Wm. 0. McConnel 213/666 -9003 Burbank 1975 15,000 0. E. Lampman 213/847 -9606 Cypress 1975 10,000 Kurt Wheaton 714/828 -2200 Indio 1976 -77 50,000 Roland Taages 714/347 -2351 Kern County 1976 40,000 Harry Ennis 805/861 -2481 Rosemead 1976 19,000 Dale Warner 213/286 -3173 La Mirada 1975 24,000 George Winterburn 213/943 -0131 Los Angeles Co. 1975 Various Harold Whitfield 213/798 -1178 Norwalk 1977 55,000 Fred Roos 213/868 -3254 Orange County 1975 27,000 Pete Cobb 714/834 -3456 Orange 1976 -77 45,000 John Almes 714/532 -0207 Pomona 1975 63,000 Jim Day 714/620 -2257 Pasadena 1976 22,000 Jim Callens 213/577 -4191 Riverside 1976 59,000 Clarence Kaiper 714/787 -7600 Torrance 1976 -77 55,000 Richard Garcia 213/328 -4214 Ventura 1975 12,000 James Diebolt 805/648 -7881 Simi Valley 1975 -76 39,000 Bill Johnson 805/522 -1333 Whittier 1976 -77 50,000 Bill Gill 213/698 -2551 *Above dollar amounts are approximate. BUSINESS REFERENCES Bank of America - West Fullerton Branch 714/956 -6471 Chevron Asphalt - Oakland 213/691 -2251 Douglas Oil Co. - Costa Mesa 714/540 -1111 Livingston Graham - El Monte 213/358 -1811 CONTRACTOR'S LICENSE NO. 303809 P. O. BOX 2777 . ANAHEIM, CALIFORNIA 92904 . (7 14) 8M7970 - CITY OF NEWPORT.BEACH PUBLIC WORKS DEPARTMENT 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 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. 2048 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: NO. AND UNIT UNIT PRICE WIRTTEN IN WORDS 1. 880 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 XVy and Cents Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: r7clC `(,IWO7 tinL)SbbU:!� $t7)�.F=LQ Dollars and �'sO0 NO Cents _November 1, 1978 Date CONTRACTOR'S LICENSE NO. 303609 C -32 PAVEMENT COATINGS CO.. (Bidder's Name) (Authorized Signature) TELEPHONE NUMBER 714 -87D -7970 CONTRACTOR'S ADDRESS P.O. Box 2777 Anaheim, Ca. 92804 -. = "ice _ -" r. r _ � '� J`^ ��J... .. � V \rI '-�� �3�' �k`= .,�. _ �_ a • To the Honorable City Council City of Newport Beach 13300 West Newport Boulevard Newport Beach, California 93663 Gentlemen: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1978 -79 SEAL COAT PROGRAM CONTRACT NO. 2048 PROPOSAL 0 PRIofI 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. 2048 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. 880 Furnish all labor, equipment and (Extra Long Tons) materials; and perform all work necessary to apply slurry seal coating as shown on the plans. @ `pap(--ap Dollars and CO3 WOD � C-- Cents $_47 $_42 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: F ;1'i['ttfiD ►�%1a.511ND �.SuCT:TbL)2. --ow—Poll a rs and s.00 NO Cents $ PAVEMENT COATINGS CO Bidder's Name CONTRACTOR'S LICENSE NO. 303609 C -32 TELEPHONE NUMBER 7- 14—E70 =7870^ CONTRACTOR'S ADDRESS Box 2777 Anaheim, Ca. 92804 ` 0 0 0_ i U :X M M 0 1 —i �rr [�1 v co g t� 3 3 J F ' I 1 a _ H �a m C z n s. C ss y V If 1 —i �rr [�1 v co g t� 3 3 J