Loading...
HomeMy WebLinkAboutC-2120 - 1979-80 Seal Coat Program Phase INAME AND ADDRESS Of AGENCY OWEN M. BROWN INSURANCE P. 0. BOX 8599 ANAHEIM, CA. 92802 NAME AND ADDRESS OF INSURED TED R. JENKINS 5400 THE TOLEDO, #508 LONG BEACH, CA. 90803 any contract or other document with n ms. exclusions and conditions of such COMPANIES AFFORDING COVERAGES ETTER "Y pAPIREMAN'S FUND INSURANCE COMPANY iEnER "Y /per ASSOCIATED INDEMNITY CORP. COMPANY a LETTER V COMPANY D LETTER COMPANY E LETTER the insured named above and are in force at this time. Notwithstanding any requirement, term or co may be issued or may pertain, the insurance afforded by the policies described herein is subject to DESCRIPTION OF OP RATI N /LOCATIONSNEHICLES JOB: 19 9— SEAL COAT PROGRAM, PHASE I — CONTRACT NO. 2120 ADDITIONAL INSURED: CITY OF NEWPORT BEACH (AS PER ATTACHED) Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will 1€$i6M)§KXd mail _311._ days written notice to the below named certificate holder, K==1lNKNX { hff 74RXIRkf 4�FCl1@ �hdA1P. SR4t1d4iR4�4iQiS24D ($4k�4K4iK417MGtAX4�4€16�Qk %If BY REGISTERED MAIL. NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH CITY HALL 3300 WEST NEWPORT BLVD. NEWPORT BEACH, CA. iACORD 25 (1 79) DATE ALITHERRED REPRESENTATIVE Owen M. Brown Limits of Llabili In Thousan 5 (OOO) COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ $ © COMPREHENSIVE FORM © PREMISES— OPERATIONS PROPERTY DAMAGE $ b © EXPLOSION AND COLLAPSE A HAZARD ® UNDERGROUND HAZARD LA 287 39 94 12-1 -80 ® PRODUCTS /COMPLETED — OPERATIONS HAZARD BODILY INJURY AND ® CONTRACTUAL INSURANCE PROPERTY DAMAGE $1,000 $ 1, 000 ® BROAD FORM PROPERTY COMBINED DAMAGE ® INDEPENDENT CONTRACTORS PERSONAL INJURY $ ® PERSONAL INJURY AUTOMOBILE LIABILITY BODILYINJURY $ EACH PERSON) ® COMPREHENSIVE FORM BODILY INJURY $ ® (EACH ACCIDENT) OWNED PROPERTY DAMAGE $' A ® HIRED LA 287 39 94 12 -1 -80 BODILY INJURY AND $1,000 El NON-OWNED PROPERTY DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY AND UMBRELLA FORM $ $ ❑ OTHER THAN PROPERTY DAMAGE UMBRELLA COMBINED FORM WORKERS' COMPENSATION I STATUTORY B and WP 233 28 29 12 -1 -80 EMPLOYERS' LIABILITY $ (EKMRCL1oENA NUM THIS S TO CERTIFY THAT WE HAVE I SUED A VALIP WORKER'S COMPENSATION POLICY IN A FORM APPROVED BY THE CALIFORNIA INSURANCE C04MISSION TO HE EMPLOYER NAMED ABOVE FOR THE POLICY PERIOD IND CATED. DESCRIPTION OF OP RATI N /LOCATIONSNEHICLES JOB: 19 9— SEAL COAT PROGRAM, PHASE I — CONTRACT NO. 2120 ADDITIONAL INSURED: CITY OF NEWPORT BEACH (AS PER ATTACHED) Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will 1€$i6M)§KXd mail _311._ days written notice to the below named certificate holder, K==1lNKNX { hff 74RXIRkf 4�FCl1@ �hdA1P. SR4t1d4iR4�4iQiS24D ($4k�4K4iK417MGtAX4�4€16�Qk %If BY REGISTERED MAIL. NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH CITY HALL 3300 WEST NEWPORT BLVD. NEWPORT BEACH, CA. iACORD 25 (1 79) DATE ALITHERRED REPRESENTATIVE Owen M. Brown CITY OF NEWPORT BEACH Contract No. 2120 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: j COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY Comprehensive 3 -20 -80 LA2873994 12 -1 -79/80 $1,000,000 Fireman's Fund Liability Combined Single Insurance Company Limit Bodily Injury & Property ri This endorsement is effective March 20th Da ge Coverages 80 when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: THIS ENDORSEMENT APPLIES TO THE City of Newport Beach c/o City Clerk FOLLOWING JOB ONLY: 1979 -80 SEAL 3300 Newport Boulevard COAT PROGRAM,PHASE I - CONTRACT Newport Beach, California 92663. NO. 2120 NAME OF AGENT OR BROKER OWEN M. BROWN INSURANCE 627 SOUTH MANCHESTER AVENUE Address P. 0. BOX 8599, ANAHEIM, CA. 92802 By (Authorized Representative) Owen M. Brown IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 FEB 25 1980 By the CITY COUNCIL cay OF i3UMAT BGACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1979 -80 SEAL COAT PROGRAM, PHASE I (C -2120) RECOMMENDATION: February 25, 1980 CITY COUNCIL AGENDA ITEM NO. H -2(b) Adopt a resolution awarding Contract No. 2120 to Ted R. Jenkins for $60,517.80 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 10:30 A.M. on February 12, 1980. Bidder Amount Bid 1. Ted R. Jenkins, Long Beach $60,517.80 2. Roy Allan Slurry Seal Contractor, Laguna Niguel $69,300.00 3. Pavement Coating Co., Anaheim $84,420.00 The low bid is 10.0% higher than the Engineer's estimate of $55,000. Sufficient funds are available in the current annual street and alley main- tenance program, Account No. 02- 3379 -014. This project provides for the seal coating of approximately 1,150,000 square feet of asphalt streets, alleys, and parking lots in the Balboa Peninsula 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. The low bidder has satisfactorily performed similar work for the City in the past. The plans and specifications were prepared by the Public Works Depart- ment. The contract date of completion is May 23, 1980. 41� T 4 X Nolan Public Works Director GW:do Att. A J b _0 CZZ 1 D 0 G'9 � 1 a ~�"7 /✓ � / //•' gip' ti e�' t -. \ Y a ' z U Q I � 0 7 2r �I � b Nf1'iP 1 q/' �° I Y � 1 a ~�"7 /✓ � / //•' gip' ti e�' t -. \ Y � S7'REETS AND ALLEYS TO BE ,SEAL ® PARKING LOTS TO BE SEAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1979-80 ,SEAL. COAT PR 0 6RA M PHASE I o . 4 rcp I� 2 a l I •' N,� a e' �nmi C3 �ltt �.a !� t a ca IeWrtt 1 ils ` O o. co r. ! DRAWN C# MF DATE APPROVED ll� � ell ,Qr PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. [!; y ' z U Q I � 0 7 2r �I Nf1'iP 1 q/' � I Y I�.�helN.rll! II m;l•9 ., }�I� O.l aN,/au ,1.0 � S7'REETS AND ALLEYS TO BE ,SEAL ® PARKING LOTS TO BE SEAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1979-80 ,SEAL. COAT PR 0 6RA M PHASE I o . 4 rcp I� 2 a l I •' N,� a e' �nmi C3 �ltt �.a !� t a ca IeWrtt 1 ils ` O o. co r. ! DRAWN C# MF DATE APPROVED ll� � ell ,Qr PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. [!; y By the CITY COUNCIL Clay OF Nwat I Ar- RESOLUTION NO. • A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS IN CONNECTION WITH THE 1979- 80 SEAL COAT PROGRAM, PHASE I (C -2120) WHEREAS, pursuant to the notice inviting bids for work connected with the 1979 -80 Seal Coat Program, Phase I, in connection with the plans and specifications heretofore adopted, bids were received on the 12th day of February, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is TED R. JENKINS, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of TED R. JENKINS in the amount of $60,517.80 for the 1979 -80 Seal Coat Program, Phase I, 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 con- tract 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 25th day of Februar yor ATTEST: 1980. City Clerk kv 2/20/80 �• a i JAN 1 1980, By 4h• City COUNGL Cm OF NEWPORT SLWH TO: CITY COUNCIL FROM: Public Works Department January 21, 1980 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: 1979 -80 SEAL COAT PROGRAM PHASE I, C -2120 RECOMMENDATIONS: Approve the plans and specifications 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on February 12, 1980. DISCUSSION: This project provides for the seal coating of approximately 1,150,000 sq. ft. of asphalt streets, alleys, and parking lots in the Balboa Peninsula and Corona del Mar areas of the City, as shown on the attached exhibit. The application of a seal coat will extend pavement life and delay the need for costly resurfacing. The estimated cost of the work is $55,000. Funds are available in the current street and alley seal coating program, Account No. 02- 3379 -014. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 23, 1980. Benjamin B. Nolan Public Works Director GW:do Att. iA c C c- --3 c " — V� r -- i L ;rl Q c A q. 46 -1 7 N. Cog _G;n IZ-5 V, C-V I V ,71 11 VV 1Y> t Ir xb, 141, er A, Z. e, It 11. Ina It I vi � o ry J--,t,rj AND ALLEYS '_0 BE .SEALED EM PARKIN6 .LOTS r6 BE SEALED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1979-80 JEA--L COAT PA06RAM PHAJF ;r -"0 h'•• 11 DRAW,N-0 -.OV DATE Vk.'6i-IC WORKS DIRECTOR R.E. NO.,— DRAWING (4o, m 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 weekl in the t f N t Beach Count- f Or- Ibis spasfor the County Clerk's Filing Stamp Notice Proof of Publication of inviting Bids y e c 0 Or y ewp eaC IIII r y 0 P PUBLIC NOTCE ange, and which newspaper has been adjudged a news - C CrryOF NEWPORT BEACH paper of general circulation by the Superior Court of the N CAUFOBN1A County of Orange, State of California, under the date of o SEALED BIDS will b receteed at the May 14, 1951, CASE NUMBER A -20178 that the notice, of P Pod Beech CallfomA, eatil 10:30 A.M. (as detoadoed by tetapbwe lime aigoaB'- which the annexed is a printed copy (set in type not smaller ' ' on the 12th day of Febmary, I M, at than nonpareil). has been published in each regular and en- r which time they will be opned and tire issue of said newspaper and not in any supplement B 1979. ALCOATPAO(:BAky - thereof on the following dates to -wit: " "- OCNTaACTNO.2120 Bide mast be cubmiHed on the P,opoe- el form ettacbed with the wobact docv. meets lumisbd by the Public Wok. N. Pedmevt. no additional copy of the Published Jan. 2 1980 . P,oPosal form is to be Mebsed by the .... P 6idderiorhb xew,da. Eachtbld must be mown panted by cash certified check m C City a Beach for o Pe eem000t 1 The fill. of the P,olent and the word. "SEALED M" shell be clearly marked o. the "outdde W the eoeslope contain. ingthebbl. The mniract documents that must b wmPlatd, executed, end w...d to the eeatd bad eta: A. Proposal B. Deslgvattw of Subconhacto s C. Bidders Bed I certify (or declare) under penalty of perjury that the D. s a ml ost. of Affil tttl B espoas bed. foregoing i and correct. Dated at Newport Beach, n F. Technical Ability end Expa,iance Califor,Ka, this 2 3 day of Jan. 19 80 References Signature These documeats shall be affixed with the stgaatwe and titles of the pammu sigeinq v. behalf of the bidda,. F., cw- poratimos, the ygmlwas of the Presideal m Vi" Preudenl and Secretory m Assiatcal Sao,etary a'. rva mrad and the Coroomle Seof shall be aflixed to all documents requ'miag eiVatore. In the w of a padneathip, the stwalwa of at lead ova ganmel panne, is rapoh.d. No bide will his accepted hom a con - hactm who has not ban h.eosed in cco. dance with the eavumvs of Chap. to 9, Dlvhiov m.1 the Basin. end Pro. lenient Code. The conhaclor shell yet. his 11. number sad clasyBo.ime in the proposal. ITI E N FN I_'ORr ENSIGN � ol alma and my bdoo decay memo i..d at t special provmiova, ma he.t. Ci y of 1, Pubic Workshy Ce». mevL Ciry Hell, Newport Bench, Ce1i- 2721 E. Coast Hwy., Corona del Mar forma, at m wet to llcmaed coahact.re. California 92625. It is mioatd that the Pfaos and p.. tract documents be ,elerned within two weeleafler the hid opeolo9. PROOF OF PUBL '�° �° "" adopted h. Sfonotad Con. SPoohoo(197 hit Public Works Con. Zh. S of (1978 Edifies as p,epa ed he by tb Southera Ce Wool. Chaptati nl the theAvPubic Wwb Association end the Aeeocietd Gevmd Confrecmr. d to accordance with the pmviaiona of A,fwla 2, Chapter 1, Pea 7 of the Calf - fomia Labor Code (So,u na 1770 et eeq.), the Direclor of Indvshial Belah as bee atte »aind the general prerai3ing rale of par diem wages to the locality in which the work is to b pedorm.d ha, aeebcrafpciawibcaFOROrtws.twork. M. or meohmtc needed to eae<.te the cootred. A copy of said delarminalion as aveilebie to the office of the City Cle,k. All parttp to the convacl shall be ,ov- med by ell provisions of @e CaBloraia Labor Coda relaling to p,.vailo,, wage Was.(Sxlioru 17M7981 tndudve). The contractor shall be responsible k, wn,Plianca with Section 1777.5 of the Calif.... Lebo, Cade Iva ell apP,ea. ticeableoccupalioaa. The cont'.dco shell peal a bp} of the ioevelling wage mien al the job site. Copies may be o],W.d boor the Public Wod.D.Perime.t. The City raaervm We ri9M tp nlsct say or ail bids ad to waive any ivfw- mahty io ... h bide. PubBch: lea 23. 1980 is Th. H.,ad Fawq.. NE9 s• ��� —• of 'J —I to accordance with the pmviaiona of A,fwla 2, Chapter 1, Pea 7 of the Calf - fomia Labor Code (So,u na 1770 et eeq.), the Direclor of Indvshial Belah as bee atte »aind the general prerai3ing rale of par diem wages to the locality in which the work is to b pedorm.d ha, aeebcrafpciawibcaFOROrtws.twork. M. or meohmtc needed to eae<.te the cootred. A copy of said delarminalion as aveilebie to the office of the City Cle,k. All parttp to the convacl shall be ,ov- med by ell provisions of @e CaBloraia Labor Coda relaling to p,.vailo,, wage Was.(Sxlioru 17M7981 tndudve). The contractor shall be responsible k, wn,Plianca with Section 1777.5 of the Calif.... Lebo, Cade Iva ell apP,ea. ticeableoccupalioaa. The cont'.dco shell peal a bp} of the ioevelling wage mien al the job site. Copies may be o],W.d boor the Public Wod.D.Perime.t. The City raaervm We ri9M tp nlsct say or ail bids ad to waive any ivfw- mahty io ... h bide. PubBch: lea 23. 1980 is Th. H.,ad Fawq.. NE9 s• ��� —• of 'J —I June 30, 1980 Ted R. Jenkins 5400 The Toledo long Beach, CA 90803 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: United pacific Insurance Conpany Bond No.: #U 06 71 59 Project: 1979-80. seal coat Programs phase I Contract No.: 2120 The City Council on June 9, 1980 acoepted the work of subject project and authorized the City Clerk to file a Notice of Oompletion and to release the bond 35 days after Notice of Oonpletion has been filed. Notice of Completion was filed with the Orange County Recorder on June 13, 1980, Book 13634, Page 1964. Please notify your surety ccapany that the bard may be released 35 days after recording date.. Doris Gorge city Clerk DG:bf cc: Public works Department IC40ESTED ST LEASE RETURN TO , C) TY CLERK CITY OF NEWPORT Crgt;;{ 3300 NEWPORT D OIIL1 VP,CD NEWPORT 6EACH, CALIF. 92653 14628 EXEMPT C2 NOTICE. OF COMPLETION PUBLIC WORKS GBK 13634PG 1964 RECORDED IN OFFICIAL RECURM OF ORANGE COUNTY, CALIFOPNIA 20 A1n. 1 P.M. JUN 13 WD Pad LEE A. BRANCH, County Reacrow 1'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 12, 1980 _ the Public Works project consisting of 1979 -80 Seal Coat Pmgreltt, Phase I on which Ted R. Jenkins was the contractor, and United Pacific Insurance Ooltipany was the surety, was completed. VERIFICATION I, the undersigned, say: Cl OF NEWPORT Publi Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 11, 1980 at Newport Beach, California. Publich Woks Directory 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 June 9, 1980 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 June 11,1980 at Newport Beach, California. rA e-Z —y � City Clerk CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Date: June 11, 1980 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of 1979 -80 Seal Coat P==an, Phase I .Contract No. 2120 on which Ted R. Jenkins was the Contractor and United Pacific Insurance Company was the surety. Please record and return to us. Very trul yours, /Doars City Clerk City of Newport Beach Encl. June 9, 1980 CITY COUNCIL AGENDA ITEM NO. H -10 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1979 -80 SEAL COAT PROGRAM, PHASE I (C -2120) 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 1979 -80 Seal Coat Program, Phase I has been completed to the satisfaction of the Public Works Department. The bid price was: $ 60,517.80 Amount of unit price items constructed $ 61,229.60 Amount of change orders None Total contract cost S 61,229.60 Funds were budgeted in the General Fund Account Noss. 02- 3379 -014 and 02- 1497 -186 The design engineering was performed by the Public Works Department. The Contractor is Ted R. Jenkins of Long Beach, California. The contract date of completion was May 23, 1980. The work was completed on May 12, 1980. Benjamin B. Nolan Public Works Director GPD:do # • CITY OF NEWPORT BEACH Date April 21, 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2120 Project 1979 -80 Seal CDat Program, Phaae T Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Tled R. Jenkins Address: 5400 The 7bledo, Long Beach, CA 90803 Amount: $ $6C,517.80 Effective Date: April 21, 1980 Resolution No. 9733 L"-�� A Doris GeofJe Att. cc: Finance Department EA City Ilall 3300 Newport Boulevard. Newport Beach, California 92663 • April 16, 1980 TO: CITY CLERK FROM: Public !4orks Department SUBJECT: 1979 -80 Seal Coat Program, Phase I, C -2120 Attached are four copies of the subject contract documents. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department. Gilbert Wong Project Engineer N: em Att. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1979 -80 SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 Approved by the ity Council this 21st day off January, 1980. s George, SUBMITTED BY: TED R. JENKINS Contractor 5400 The Toledo CITY CLERK Long Beach, CA 90803 City Zip (213) 433 -4934 Telephone $60,517.80 Total Bid Price Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determined by telephone time signal) on the 12th day of a ruary 1980, at which time they will be opened and read, for performing work as follows: 1979 -80 SEAL COAT PROGRAM, PHASE I CONTRACT N0. 2120 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shalt 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 anTTt a C_o_rrpora�te Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code.- The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Nall, 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.) • 0 Page ]a The Cit has adopted the Standard Specifications for Public Works Construction (1976 Ldition� as prepared by the ou ern a i ornia Chapters of e American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). 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. Revised 3 -13 -79 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 253619 Classification C -12 Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract (213) 433 -4934 P one u er 2/12/80 �1e a �. TED R. JENKINS Bidder's Name (SEAL) S T R enkins ut o yz gnature Authorii6a 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: 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address N/A 2. 3. 4. 5. 6. 7. 8. 9. 10. Ito 12. TED R. JENKINS Bidder's S Ted R. Jenkins AuthorizeTSignature Individual Type of Organization (Individual, Co- partnership or Corp.) 5400 The Toledo Long Beach, CA 90803 Address FODRIGINAL SEE CITY CLERK'S FILE WY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TED R. JENKINS , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Bid ollars ($10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of 1979 -80 SEAL COAT PROGRAM, PHASE I, CONTRACT NO. 2120 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 29th day of January , 19 80 Corporate Seal (If Corporation) TED R. JENKINS Principal SITA enkins (Attach acknowled ement of Attorney -in -Fact S /Ronna E. Shaw, Notary Public UNITED PACIFIC INSURANCE COMPANY Commission expires Nov. 22, 1983 Surety By S /Owen M. Brown Title Attorney -in -Fact 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. TED R. JENKINS 5400 The Toledo Beach, CA 90803 (213) 433 -4934 Subscribed and sworn to before we S /Ted R. Jenkins this 12th day of February > 19 80 . My commission expires: Oct. 26, 1983 Donald L. Webb Jr. Notary Public 0 ORIGINAL SEE CITY CLERK'S FIOOPY Page 6 SIIULMEN1 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. S /Te enkins Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No S /Ted R. enkins Signed Premium charge for this h00 included in charge for Performance Bond. Page 8 LABOR AND MATERIAL BOND Bond #U 06 71 59 Executed in Triplicate KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 25, 1980 has awarded to Ted R. Jenkins hereinafter designated as the "Principal ", a contract for 1979 -80 Sea] Coat Program, Phase I - Contract No. 2120 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We Ted R. Jenkins as Principal, and United Pacific Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THIRTY THOUSAND, TWO HUNDRED FIFTY —EIGHT AND 90 /100 - - -- Dollars ($ 30,258.90-- - - --1, said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Princippal and Surety above named, on the 13th day of March , 1g 80 Appr ed as to fo C" y Attorney K Authorized Signature and Title UNITED PACIFIC INSURANCE CCMPANY (Seal) Name of Surety 627 S. MANCHESTER. AVE. /P.O. BOX 8599 /ANAHEIM1 CA Address of Agent 92802 (714)956 -4603 (213)587 -1518 Telephone No. of Agent 1• A State of California ) ss: County of Orange ) On March_ 13, , 19 80 , before me, the undersigned, a Notary Public in and for said County, personally appeared Owen M. Brown known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and hj-�— own name as Attorney -in -Fact. OFPTCIAL SEAL 011"G T w VV Cy comm. cr,r.. .J 22. 1983 My Commission expires CMi -wia Fn 1 /771CALIF.I T licin andfo Notary Publicinantl for mid County 0 Page 10 PERFORMANCE BOND Bond #U 06 71 59 Executed in Triplicate Premium: $303.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 25, 1980 has awarded to Ted R. Jenkins hereinafter designated as the "Principal ", a contract for 1979 -80 Seal Coat Program. Phase I - Contract No. 2120 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Ted R. Jenkins as Principal, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SIXTY THOUSAND, FIVE HUNDRED SEVENTEIN AMID 80 /100-- - - - - -- Dollars ($60,517.80 - - -), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 (Performance Bond - Continued) 0 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 13th day of March , 1980 Approved as to fo . City ttorney w TED R. JENKINS Seal) Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seat) Name of Surety (OWEN M. BROWN, ATTORNEY —IN —FACT) 627 S. MANCHESTER AVE. /P O BOX 85991 ANAHEIM, CA Address of Agent 92802 (714)956 -4603 (213)587 71518 Telephone No. of Agent State of California ) 1 ss: County of Orange ) On March 13, , 19 80 , before me, the undersigned, a Notary Public in and for said County, personally appeared Owen M. Broom known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as Attorney -in -Fact. _ z ROt.� A r ^, 1983 ) My Commission expiresv , 19 444d i Notary Public in and for said County cni i_ioio an ono rrei m i 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this,_?day of 19 a? , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Ted R. Jenkins hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of 1979 -80 Seal Coat Program, Phase I - Contract No. 2120 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation 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. 0 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk 0 Approved as to form: City Attorney CITY OF NEWPORT BEACH, CALIFORNIA F �mazr Con f tra—c tor (SEAL) By: %r I� J E!t S ex, Title M • • PR 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1979 -80 SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 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. 2120 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: I T 0 I 1 630 Furnish all labor, equipment and Extra Long Tons materials; and perform all work necessary to prepare for and apply slurry seal coating as shown on the plans. E @ Ninety -six i Dollars and Six Cents $ 96.06 $60,517.80 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Sixty Thousand Five Hundred Seventeen Dollars and Eighty Cents $ 60,517.80 February 12, 1980 Date CONTRACTOR'S LICENSE NO 253619 CONTRACTOR'S ADDRESS 5400 The Toledo TED R. JENKINS (Bidder's Name S Ted R. Jenkins Aut orhe Signature TELEPHONE NUMBER (213) 433 -4934 nq Beach, CA 90803 • r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX x111 SPECIAL PROVISIONS FOR SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 Page I'. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . 1 III. SCHEDULING AND COMPLETION OF WORK . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . . . . . 3 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. MIXING AND APPLICATION . . . . . . . . . . . . . . . . . . . . 3 IX. SLURRY SEAL MATERIALS . . . . . . . . . . . . . . . . . . . . . 3 A. Slurry Seal.Mix Design . . . . . . . . . . . . . . . . . . 3 B. Materials . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . 4 2. Aggregates . . . . . . . . . . . . . . . . . . . . . . 4 3. Admixture . . . . . . . . . . . . . . . . . . . . . . . 4 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 of 4 FOR SEAL COAT PROGRAM PHASE I CONTRACT NO. 2120 SCOPE OF WORK The work to be done under this contract consists of slurry seal coating of various streets, alleys and parking lots in the City of Newport Beach as shown on the Plan (Drawing No. R- 5392 -S). The contract requires completion of all the work in accordance with these Special Provisions, the Plan, the City's Standard Special Provisions, the City's Standard Specifications, International Slurry Seal Association Test Method No. T -100, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard Specifica- tions for Public Works Construction, 1976 Edition. 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 Anionic 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. SCHEDULING AND COMPLETION OF WORK The Contractor shall submit in writing (1) a complete schedule of work showing the geographical areas and the approximate periods of time planned for work in each area and (2) a proposed slurry seal design mix (See Section IX -A)to the City within ten (10) calendar days after notification of award of the contract by the City. No work shall begin until the schedule of work and slurry seal mix design has been approved by the Engineer. Requests for changes in the schedule may be submitted to the Engineer for approval at least 72 hours prior to the scheduled sealing of the streets, alleys, or parking lots affected. All work under this contract shall be completed by May 23, 1980, (or within forty - five (45) consecutive calendar days after the start of obstruction to traffic, whichever comes first.) It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. IV V • . SP2of4 PAYMENT The unit price bid per Extra Long Ton of slurry seal coat shall be considered as full compensation for all labor, equipment, material, and all incidental items necessary to complete the work in place, and no additional allowance will be made therefor. EHICULAR AND PEDESTRIAN TRAFFIC CONTROL The Contractor shall schedule his operations so that all streets, alleys, and parking lots can be opened to traffic by 4:00 p.m., except when unexpected weather conditions require a longer curing period. In this event,the Contractor shall install sufficient lighted barricades, interspersed within the treated lane to prevent use until curing is completed. The Contractor shall submit a Traffic Control Plan showing the signing for a typical street, alley, or parking lot closure, three (3) working days prior to the start of work in each area. Work shall not begin in that area until the Traffic Control Plan has been approved by the Engineer. The Contractor shall furnish and post on streets, alleys, and parking lots to be sealed, temporary "NO PARKING" signs stating the date and time of restriction. The "NO PARKING" signs shall be posted forty (40) hours in advance of the sealing operations. The signs shall (1) be made of white or buff card stock, (2) have minimum dimensions of 15" wide and 18" high, (3) be lettered in red except for the date of work, and (4) conform to the dimensions shown below: TEMPORARY NO PARKING TOW ,AWAY 6 A.M TO ZONE �Tti 6 PM. - C.V C. 22652 B �4 NEWPORT BEACH POLICE DEPT 673-2211 /j The Contractor shall insert in blac or parking lot to be posted. or street, alley, • • SP3of4 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES Forty -eight (48) hours in advance of applying the seal coating, the Contractor shall distribute written notices, furnished by the City, stating when his operations will start and end, and alerting residents of temporary inaccessibility to their properties, and approximately when the street, alley, or parking lot will be restored to normal vehicular use. Errors in distribution, false starts, acts of God or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. VII. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VIII. MIXING AND APPLICATION Replace the first sentence of subsection 302 - 4.2.1 "General" with the following: Mixing shall be performed by a continuous flow mixing machine. Add the following in lieu of the first sentence of subsection 302 -4.3.1 "General" The application of slurry shall not commence until after 8:00 a.m. and shall be sufficiently cured to be open to traffic by 4:00 p.m. Insofar as is possible, slurry seal shall be applied to cul -de -sac areas in the early morning. The rate of application of the slurry mixture shall be approximately one (1.) Extra Long Ton per 2000 sq. ft. The thickness of application of the slurry mixture shall be adjusted to provide a layer approximately 1/8 in.thick. IX. SLURRY SEAL MATERIALS The sites for stockpiling and batching materials shall be clean and free from objectionable materials and shall be located outside the road right -of -way. Arrangements for these sites shall be the responsiblity of the Contractor. A. Slurry Seal Mix Design The Contractor shall submit a slurry seal mix design and the results of the International Slurry Seal Association Test Method No. T -100 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 75 grams per square foot of emulsified asphalt when subject 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.) I • • SP4of4 The results of the test shall be reported as follows: 1. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. 2. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. 3. Any tendencies observed towards mix segregation during preparation. 4. Observations as to texture, signs of surface skinning, or tackiness in the specimen during test. 5. Percent of portland cement added------- - - - -if required to overcome mix segregation at free - flowing consistency. Materials 1. Asphalt Emulsion The asphalt emulsion shall be of the Anionic quick -set type QS -lH using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appro- priate ASTM methods. Emulsion Test Furol Viscosity at 770 F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Sieve test (% retained on No. 20) .10 max. D244 Storage stability; one -day settlement 1% max. D244 Residue Penetration @ 770F 40 -110 D5 Solubility in Trichloroethylene, % 97.5 min. D2042 Ductility at 770 F, cm. 40. min. 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. 2. Aggregates Replace the first sentence of subsection 203 -5.2 (3) "Materials" with the following: Mineral aggregate shall consist of 100% rock dust which is a product of crushing rock or gravel. 3. Admixture Portland.cement shall be used as the accelerator for Anionic Emulsion Aggregate Slurry. The amount of admixture shall be that amount necessary to adjust the curing time to conform with the provisions of Section VIII of these Special Provisions. • r • • SAMPLE CITY OF NEWPORT REACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insurinq the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By _ (Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.i.f. - 3/79 CX g a SEE am \IZ fn � U W J lam- Z — O Z F U W l W U n Rill INII�YIY III��RIIpNI�W IuIINRNNINY�II�I� �u�uiAUw��� IpN �moem�ena l W U n 6 a 4 7 o-) k{ a W OMW 1I2 N U W W It LJ J SIY Z F Z C7 -oz F U W 4 �J U 2 N lull A IAI IIA III �O IIIII �IRNiiMr 4 �J U 2 N l 4 7 47 C. V fr i� rsJ Z LJ I 9 7�Z N ''I' l La \� < Z !J- Z a - O Z F U W J RBI ll il In, �unw �A Y�IA IaIIY� "ui iiU�iuie J RBI ll f5 }- a 8 I 41 . �Iz rn V W W Q W J 1M- ? F z C7 O z F-V W W u x N wm nmm�i ou�ti u�te =INIIII moimuunise M,uu W u x N i UNI'T'ED I}ACIFIC INSURANCE *COMPANY HOME OFFICE, TACOMA, WASHINGTON BID BOND Bond No. U 76 45 16 APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we TED R. JENKINS as Principa I, 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 NLIVPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of AN M40UNT OF W)NEY EQUAL TO TEN PERCENT OF THE TOTAL BID IN------------- Dollars ($ 10% of 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 SLURRY SEAL, VARIOUS STREETS & ALLEYS 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 lheevent 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 29th day of JANUARY A.D. 19 80 BID DATE: 2 -12 -80 BDU-2305 Ed. 1073 TED R. JENKINS � IPf' cipall ISeall (WitneSS) BY: J ` �lfnlel UNITED PAS ,lC ll'T NC�,;COMPANY OWW 14. BROWN, ATIU——� i State of California 1 1 ss: County of Orange 1 On Jan. 29, , 19 80 , before me, the undersigned, a Notary Public in and for said County, personally appeared Owen M. Brown known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h_iS own name as Attorney -in -Fact. /sw rtFFICIAL SEAL RONNA E SLIAW Jj -a , NOTAtiY pUet" - CAL _OR expires ,:uV 22, IeM tl { My Commission expires , 19 Notary Public in and for said County i ani i_,a,a cn vn� irAi io , CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 1979 -80 SEAL COAT PROGRAM. PHASE I Approved by the�ity Council this 21st day o January, 1980. CONTRACT NO. 2120 L'111:1an -fMITO q e. VET rJ S Contractor 'SYa0E Address R 96 0-d City Zip Telephone Total Bid Price Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of:the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determ€ned by telephone time signal) on the 12th day of--T-eTrury 1980, at v ich time they will be opened and read, for performing work as follows: 1979 -80 SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an -tte CCoororate Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City as adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the 5outhern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). 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. Revised 3 -13 -79 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No.C�S, ( /!j Classification C —/� Accompanying this proposal is , Cashier's Check 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 workers' 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. ��3 ) M- �Z9o-/ PhonLv-Number &1 a— /i0 'e Authorized Signature LN,C�i r nD Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: • 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 2 �Qrri.Du r4-� Type of Organization (Individual, Co- partnership or Corp.) �5�a iHe 7•C�ao dress Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we 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 severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -fact) M Title ncipa Surety Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid, has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any. way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this -2 day of F40a.WLpA , 19 80. My commission expires: ------ - - - - - -- , ' OOlii L WEBB JR. Notary Public - California ORANGE COUNTY i _ -My Commission Expires Oct. 26,1983 -� "20L Q Notary Public f' i Page 6 SIAILMENT 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. Signed • i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES I he undersigned submits herewith a statement of the work of similar character to thdt proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No • . PR 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1979 -80 SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 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. 2120 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: PRI 1 630 Furnish all labor, equipment and Extra Long Tons materials; and perform all work necessary to prepare for and apply slurry seal coating as shown on the plans. @ Al, i e S ; x Dollars —� and Cents Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Date CONTRACTOR'S LICENSE NO. 4,1 -4419 CONTRACTOR'S ADDRESS Dollars and Cents .. PRICE $C oo 0 $�Ci�5 /7,v Lt $ TELEPHONE NUMBERG7 & - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SEAL COAT PROGRAM, PHASE I CONTRACT NO. 2120 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . . 1 III. SCHEDULING AND COMPLETION OF WORK . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . . . . 3 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. MIXING AND APPLICATION . . . . . . . . . . . . . . . . . . . . 3 1X. SLURRY SEAL MATERIALS . . . . . . . . . . . . . . . . . . . . . 3 A. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . . 3 B. Materials . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Asphalt Emulsion . . . . . . . . . . . . . . . . . . . 4 2. Aggregates . . . . . . . . . . . . . . . . . . . . . . 4 3. Admixture . . . . . . . . . . . . . . . . . . . . . . . 4 0 I. SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SEAL COAT PROGRAM PHASE I CONTRACT NO. 2120 • SP 1 of 4 The work to be done under this contract consists of slurry seal coating of various streets, alleys and parking lots in the City of Newport Beach as shown on the Plan (Drawing No. R- 5392 -S). The contract requires completion of all the work in accordance with these Special Provisions, the Plan, the City's Standard Special Provisions, the City's Standard Specifications, International Slurry Seal Association Test Method No. T -100, and applicable portions of the American Society for Testing and Materials Specifications. The City's Standard Specifications are the Standard Specifica- tions for Public Works Construction, 1976 Edition. 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 Anionic 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. SCHEDULING AND COMPLETION OF WORK The Contractor shall submit in writing (1) a complete schedule of work showing the geographical areas and the approximate periods of time planned for work in each area and (2) a proposed slurry seal design mix (See Section IX -A)to the City within ten (10) calendar days after notification of award of the contract by the City. No work shall begin until the schedule of work and slurry seal mix design has been approved by the Engineer. Requests for changes in the schedule may be submitted to the Engineer for approval at least 72 hours prior to the scheduled sealing of the streets, alleys, or parking lots affected. All work under this contract shall be completed by May 23, 1980, (or within forty - five (45) consecutive calendar days after the start of obstruction to traffic, whichever comes first.) It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. • • SP2of4 IV. PAYMENT The unit price bid per Extra Long Ton of slurry seal coat shall be considered as full compensation for all labor, equipment, material, and all incidental items necessary to complete the work in place, and no additional allowance will be made therefor. V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL The Contractor shall schedule his operations so that all streets,alleys, and parking lots can be opened to traffic by 4:00 p.m., except when unexpected weather conditions require a longer curing period. In this event,the Contractor shall install sufficient lighted barricades, interspersed within the treated lane to prevent use until curing is completed. The Contractor shall submit a Traffic Control Plan showing the signing for a typical street, alley, or parking lot closure, three (3) working days prior to the start of work in each area. Work shall not begin in that area until the Traffic Control Plan has been approved by the Engineer. The Contractor shall furnish and post on streets, alleys, and parking lots to be sealed, temporary "NO PARKING" signs stating the date and time of restriction. The "NO PARKING" signs shall be posted forty (40) hours in advance of the sealing operations. The signs shall (1) be made of white or buff card stock, (2) have minimum dimensions of 15" wide and 18" high, (3) be lettered in red except for the date of work, and (4) conform to the dimensions shown below: TEMPORARY NO PARKING m TOW .AWAY 6 A.M TO ZONE 1i GPM. -z C.VC. 22652 Bea NEWPORT BEACH POLICE DEPT 673 -22 11 3% The Contractor shall insert in black the date of work for or parking lot to be posted. street, alley, VI. NOTIFICATION TO RESIDENTS AND BUSINESSES • SP3of4 Forty -eight (48) hours in advance of applying the seal coating, the Contractor shall distribute written notices, furnished by the City, stating when his operations will start and end, and alerting residents of temporary inaccessibility to their properties, and approximately when the street, alley, or parking lot will be restored to normal vehicular use. Errors in distribution, false starts, acts of God or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor.. VII. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VIII. MIXING AND APPLICATION Replace the first sentence of subsection 302 - 4.2.1 "General" with the following: Mixing shall be performed by a continuous flow mixing machine. Add the following in lieu of the first sentence of subsection 302 -4.3.1 "General" The application of slurry shall not commence until after 8:00 a.m. and shall be sufficiently cured to be open to traffic by 4:00 p.m. Insofar as is possible, slurry seal shall be applied to cul -de -sac areas in the early morning. The rate of application of the slurry mixture shall be approximately one (1) Extra Long Ton per 2000 sq. ft. The thickness of application of the slurry mixture shall be adjusted to provide a layer approximately 1/8 in.thick. IX. SLURRY SEAL MATERIALS The sites for stockpiling and batching materials shall be clean and free from objectionable materials and shall be located outside the road right -of -way. Arrangements for these sites shall be the responsiblity of the Contractor. A. Slurry Seal Mix Desian The Contractor shall submit a slurry seal mix design and the results of the International Slurry Seal Association Test Method No. T -100 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 75 grams per square foot of emulsified asphalt when subject 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.) :3 SP4of4 The results of the test shall be reported as follows: 1. The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. 2. Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. 3. Any tendencies observed towards mix segregation during preparation. 4. Observations as to texture, signs of surface skinning, or tackiness in the specimen during test. 5. Percent of portland cement added------- - - - -if required to overcome mix segregation at free - flowing consistency. Material, Asphalt Emulsion The asphalt emulsion shall be of the Anionic quick -set type QS -1H using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appro- priate ASTM methods. Emulsion - Test Furol Viscosity at 770 F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Sieve test (% retained on No. 20) .10 max. D244 Storage stability; one -day settlement 1% max. D244 Residue Penetration @ 770F 40 -110 D5 Solubility in Trichloroethylene, % 97.5 min. D2042 Ductility at 770 F, cm. 40. min. 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. 2. Aggregates Replace the first sentence of subsection 203 -5.2 (3) "Materials" with the following: Mineral aggregate shall consist of 100% rock dust which is a product of crushing rock or gravel. 3. Admixture Portland.cement shall be used as the accelerator for Anionic Emulsion Aggregate Slurry. The amount of admixture shall be that amount necessary to adjust the curing time to conform with the provisions of Section VIII of these Special Provisions. 0 CITY OF NEWPORT REACH Contract No. Special Endorsement No. Ll SAM °LE In rnnsideration of the premium charged, this endorsemenL is attached to and made .a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is Solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By (Authorized Representative IMPORTANT:- This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.t. - 3/79 • RESOLUTION NO. 9733 • A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO TED R. JENKINS IN CONNECTION WITH THE 1979- 80 SEAL COAT PROGRAM, PHASE I (C -2120) WHEREAS, pursuant to the notice inviting bids for work connected with the 1979 -80 Seal Coat Program, Phase I, in connection with the plans and specifications heretofore adopted, bids were received on the 12th day of February, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is TED R. JENKINS, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of TED R. JENKINS in the amount of $60,517.80 for the 1979 -80 Seal Coat Program, Phase I, 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 con- tract 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: City Clerk A ADOPTED this 25th day of February , 1980. Mayor kv 2/20/80