Loading...
HomeMy WebLinkAboutC-2354 - 1982-83 Street & Alley Slurry Seal ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714(640 -2251 October 25, 1983 Ted R. Jenkins 5500 E. 2nd Street Long Beach, CA 90803 Subject: Surety: United Pacific Insurance Co. Bonds Nos.: U 49 27 44 Project: Street 6 Alley Slurry Seal Program 1982 -83 Contract No. • M "% The City Council on September 12, 1983 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 the Notice has been recorded. The Notice was recorded with the Orange County Recorder on September 26, 1983, Reference No. 83- 422522. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andedsen City Clerk WEA:lr cc: Public Works City Hall 3300 Newport Boulevard, Newport Beach, California 92663 J A city tAoTh XEMPT tqyr ocio 33W NN��91vd � NeOwW ftfth, CA 92M-3894 NO CONSIDERAY" NOTICF. OF COMPLETION PUBLIC WORKS Exempt Mwding legwat pe, GWWMfft Code 6103 83- 422522 RECORDED IN OFFICIAL RECORD8 OF ORANGE COUNTY. CALIFORNIA -1150 AM SEP Z 6'83 LEE A. BRANCH, COURty Retorder Td All Laborers and-MateriaYMen and to Eve,7 other Person-Interested: - YOU WILL PLEASE TAKE NOTICE that on September 12, 1983 the Public Works project consisting of Street and Alley Slurry Seal Program 1982 -83 _ (C -2354) on which Ted R. Jenkins, 5500 E. 2nd Street Long Beach. CA 90803 was the contractor, Pacific Insurance Co, P.D. Box 10970 Santa Ana CA 92711 was the surety, w p e ., / CITY OF NEWPORT BEACH 466 3r -1 /1 I 17 * PublicWOrks Director VERIFICATION I, the under �igne-T7—say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 13, 1983 at Newport Beach, California. �r Public Iorks Director VERIFICATION OF CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 12, 1983 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 13, 1983 at Newport Beach, California. A0� / City Clerk 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK )714) 640 -2251 September 13, 1983 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Enclosed for recordation are two Notices of Completion of Public Works projects consisting of: 1. Street and Alley Resurfacing Program 1982 -83, Contract No. 2355 on which R. J. Noble Co. was the Contractor and Ohio Farmers Insurance Co. was the Surety. 2. Street and Alley Slurry Seal Program 1982 -83, Contract No. 2354 on which Ted R. Jenkins was the Contractor and United Pacific Insurance Co. was the Surety. Please record and return to us. Sincerely, LjQ d &-) E . ar &4a'%J%r Wanda E. Andersen City Clerk WEA:lr enclosure (2) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO: CITY COUNCIL c- aas� September 12, 1983 CITY COUNCIL AGENDA ITEM NO. � -14 BY THE CITY COUNCIL CITY OF NEWPORT BEACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1982 -83 SLURRY SEAL PROGRAM (C -2354) S EP 12 1983 ) 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 construction of the 1982 -83 Surry Seal Program has been completed to the satisfaction of the Public Works Department. The bid price was $82,300.00 Amount of unit price items constructed 78,452.10 Amount of change orders None Total contract cost $78,452.10 Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Department The contractor is Ted R. Jenkins of Long Beach. The contract date of completion was August 31, 1983. The work was completed on August 10, 1983. ti'' 0j Benjamin B. Nolan Public Works Director GPD:rb i 0 CITY OF NEWPORT BEACH P.O. [SOX 1768, NEWPORT BEACH. CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: July 21, 1983 SUBJECT: Contract No. C -2354 Description of Contract Street and Alley Slurry Seal Program 1982 -83 Effective date of Contract July 20,.1983 Authorized by Minute Action, approved on June 27, 1983 Contract with Ted R. Jenkins Address 5500 E. 2nd Street CA 90803 Amount of Contract $82.300.00 kaww& a� .. Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach NOTICE l THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL i ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. I f [i a N m� m N li m H m m O H O m N C N H p m m o H H �J P• m r+ w O w o N m � � C- h m :2 N m W N .� �d a > m O 'd I H P- N d m W I F m •+ H P O o H m P ~ sf v C7, C+ P (D co a N P. F r• G d N t' h N O F -: • O Fy P - H r• m �C t' d N N CD c+ o m h a r• N L °1 s h M Y W C m 4 �} O G C) ,� En C • N P. cr a m M �H n o m m z " O `3 m eil z z o w P. � a � z y F w F N Y o �d d' m m N N 1 H r• H N O .y m N v w z N W N K N (D C+ rD d 7 n O N C 'S �G r a V 0 O Z a m 0 m m z z N 0 C) 3 v a z ho CD j �CD i� o=-1 f o� i O C+ to a Z 'i 77 O CD fD 7 (D (D O O - Z � < d D oan cif O C — n� CD fD Z C n a O o F O � Q J fD ID � V1 CF J. C J CD N CD N c 0- (D Z Cl 0 0 U3 = O (D d O \\ � cr \ p J p CD CD cu d O v� . o c+ C• S C+ fD m o r 0 �. o - 0 c o 3 Z O �Q Z aotI) � FQ m m Z y i • . CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 16th day of June 1983, at which time such bids shall be opened and read�or STREET AND ALLEY SLURRY Title c • : �IeT:7:lulAfl 2354 Contract No. $80,000 Engineer's Estimate • Approved by the City Council this 2_1d day of May , 1983 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Stephen Luy at 640 -2281. Project Engineer CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' ' ililms STREET AND ALLEY SLURRY SEAL PROGRAM CONTRACT NO. 2354 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: PR 1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 1,100 Furnish all labor, equipment and materials; Extra Long and perform all work necessary to prepare Tons for and apply emulsion- aggregate slurry as shown on the plan @ Seventy Dollars and Ne Cents $ 70.00 $ 77,000.00 Per Extra Long Ton 2. Lump Sum Traffic striping and pavement markings @ Ejya thatinand three hundred Dollars and No Cents $_ R_,_3nn -nn Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Eighty two thousanel thr" hundrad Dol l ars and by Cents $8.300.00 on ractor's Lic. o. assification i d' -'7 Bi der s e ephone No, uthorie igna ure /Title .tune 16. 1983 5500 E. d Street. Lo Beach. CA 90803 Date Bidders 2n ddress • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTOR(S) BIDDER'S BOND (sum not less than 10% of total bid price) NON- COLLUSION AFFIDAVIT STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL -form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. of the California Labor Code for all apprenticeable occupations. 253619 C -12 8 C -32 Ted R. Jenkins, Individual Contr's Lic. No. & Classification Bidder ,tiT lfi� 19R3 S/Ted R. Jenkins, Sole Owner /Individual Date Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1• Traffic Striping - M. L. Jenkins Striping 8182 Katella Avenue Pavement Markings 2• Stanton, CA 90680 3. 4. 5 6 7. 8. 9. 10 11. 12. 1 ,. ut prize i na ure idual FOR ORIGINAL* CITY CLERK'S FILE COPY • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, TED R jgrInS , as bidder, and UNITED PACIFIC INSURANCE COOM , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN OF TNV I= afftIl1 - - - - -- Dollars ($ I(SoFsin ), 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 bidder for the construction of e of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this IOIN day of JUNE , 19 Bidd TiD R. JENKINS, INVIY1DIM1 er (Attach acknowledgement of Attorney -in -Fact) S/TED R. JENKINS. SOLE OIROIR/INDIYIDUAL S /BARBARA J. BENDER Authorized Signature /Title Notary Public Comm i,$$.19wxpi res UNITED PACIFIC INSURANCE COMPANY By S/OYEN M. BR01NU. Title AttoM!y- fe -Fat NON - COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. SITED P. JENKINS,�QLE OWNERS INDIVIDUAL Authorized Signature /Tit.le Subscribed and sworn to before me this 16 day of June , 1931. My commission expires: OCTOBER 1. 1984 S /BARBARA A. ZMDOSKY Notary Public ORIGINAL SEE CITY CLERK'S F1vPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. ON FILE WITH CITY CLERK :tr uthor,ze igna ure it e 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. i9ei CITY OF SANTA ANA JIN SMATIM 714WAA186 •Mi LW PENDLETON N.8 RKUR 714!7254136 MO MY v"i SAN cif HUIRRT SURY 714 2.&auu — ini ey " "' Low Bmi ERNIE NOTT 9121NO.6565 -1 -I NA6ANl1 913434_9123 PI EASE SEE ATTAOWn MW ADDITIM& INFORMATION (In City Clark's File) StlFD_R. JENKINS. SOLE OMNER/INDIYIDUAL Authorize Signature /Title E NOTICE 0 Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Resister Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property - Casualty. Coverages shall be provided for al TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • Page 9 BOND NO. U 49 27 44 PREMIUM FOR THIS BOND INCLUDED EXECUTED IN QUADRUPLICATE IN CHARGE FOR PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Junp 27- 1983 has awarded to TFn R_ dENKIN_SINniVzwAL hereinafter designated as the "Principal ", a contract for sTREET AND ALLEY SJ iJRRV $FAI DRMAN f.- 93554 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 FORTY ONE THOUSAND, ONE HUNDRED FIFTY AND N01100 Bollars ($41,150.00 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 3250 of the Civil 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 4 r , , Payment Bond (Continued) r Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 7TH day of JULY , 1983 Approved as to form: L ?-.ewo � City Attorney TED R. JMXINS (Seal) Name of Contractor Principal BY: Auth" Signature and Titl -rcd A. enY)irrs, `aole Dconer D -d iuiduo 1 Authorized Signature and Title UNITED PACIFIC INSURANCE CDMPANY {Seal) Name of Surety PO Box 10970�anta C 92711 Address of re B,, _. Si ture an i le of Authorized Agent OWEN M. BROWN, Attorney -in -Fact ress o 14 956-460 Te ephone No. of Agent n C: ,z ,e § / / {, C:> {) /!] \�\ - > >a <[) 7 } \\ \ \ \§ } ) ! Wo } ;/ fE) (\ \}w 2 §/( k 0 0 2 \)! ) \ {( }( d[ ( � )\ \\ \ � n C: ,z ,e § / / {, C:> {) /!] \�\ - > >a <[) 7 } \\ \ \ \§ } ) ! Wo } ;/ fE) (\ \}w 2 §/( k 0 0 2 \)! ) \ {( }( d[ ( � \ \�« % . \ ) o / . ® E q ct b % ® 0 § � `* / § ° ( Id \ 2 . \ (} § . § f / & & Q ' P. ( w � | rt \ ( �. &\ \' ) §' 3 § R ® ' | ./p \ E i . \ a \ a 7 ` 4 FD 0 2 9 /\ , . ' Q t ~ § § 2 3 . • BOND NO. U 49 27 44 PREMIUM: $309.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That EXECUTED IN QLWXW f6ffE11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted JUNE 27, 1983 has awarded to TED R. JENKINL INDIVIDUAL hereinafter designated as the "Principal ", a contract for STREET AND ALLEY SLURRY SEAL cn(9RAM r 21454 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 CDMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EIGHTY TWO THOUSAND, THREE HUNDRED AND NO /100 Dollars ($82,300.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice F� 0 Faithful Performance Bond (Continued) • Page 12 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 7TH day of JULY , 1983 TED R. JENKINS (Seal) Name of Contractor (Principal) BY: Authoffod Signature and Title red Tndividual Authorized Signature and Title UNITED PACIFIC INSURANCE OOMPANY {Seal) Name of Surety PO Box 10970, Santa Ana, CA 92711" _ Adriracc of Surdw t ' � Sign ure aand Tit3e of Authorized Agent OVEN M. BROWN, Attorney -in -Fact Approved as to fo FO Box 8599, Anaheim, CA 92802 7COU n Address of Agent City Attorney (714) 956 -4603 Telephone No. of Agent i3 3f \\ \( ;i}72 \\ \ {ƒ ; }\ m 0 (\\ &£y f \M( & \ \\ \ { {F }(\ k Z!] #s \ }= 2 )}( k � ~ \ G \ } \ \� � \� \} 2 }}\ ) \ {) j[ }} \ { | (D M (D 1-3 m 0 (D P) 0 Ft m (D 0 P. 11 .( / \ ~ ? C+ (A ct (D C+ ¥ rD IT cr m Rl fD fD 0 ul :3 (D FD rY � I z 0 td \'\ f-S � ƒ '� � | \ \i City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED TED R. JENKINS CERTIFICATE OF INSURANCE Page 13 Company A OONSOLIDATED AMERICAN INSURANCE CD. 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, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,, the -Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ristere ��tention: Public Works Department. By: ve Agency: (ADEN M. BROWN INSURANCE JULY 7 1983 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. N Policy LIMITS OF LIABILITY IN TH USANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. . r uc s o LETTER COVERAGE REQUIRED No. Date Each Completed JA9 Occurrence Operations GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury A Hazard x Contractual Insurance x Broad Form Property Damage 175 61 12 -1 -83 and Property Damage Combined $ :5500* $ 500* x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY A x❑ Comprehensive Form ❑x Owned 175161 12 -1 -83 Bodily Injury (Each Person $ $ Bodily Injury Each Occurrence Hired Dama e x Non -owned ❑ —Property Bodily Injury and Property Damage Combined $500 EXCESS LIABILITY *( a CESS TIFICATE FOR. HIG LIMITS) Bodily Injury ❑ Umbrella Form ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor and EMPLOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,, the -Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ristere ��tention: Public Works Department. By: ve Agency: (ADEN M. BROWN INSURANCE JULY 7 1983 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. N • CITY OF NEWPORT BEACH • COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( ) Single Limit each occurrence $ each occurrence Bodily Injury Liability *$500,000 each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS) Property Damage Liabiliuy — Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract No. This endorsement is effective 7 -7 -83 Policy No. CAP 175161 Named Insured CONSOLIDATED AMERICAN Name of Insurance Company INSURANCE COMPANY t 12:01 A.M. and forms a part of No. 1 cnorizea-Representative OWEN M. BROWN /pme • 0 Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (W Single Limit $ each occurrence each occurrence Bodily Injury Liability *$500,000 each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER Property Damage Liability LIMITS) Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract No.). This endorsement is effective 7 -7 -83 at 12:01 A.M. and forms a part of Policy No. CAP 175161 Named Insured TED R. JENKINS Endorsement o. 2 CONSOLIDATED AMERICAN Name of Insurance Company INSURANCE COMPANY By '%uthorize5 Representative OWEN M. BROWN /pae City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED TED R. JENKINS CERTIFICATE OF INSURANCE Page 13 INSURANCE COMMGIES AFFORDING COVERAGES Company A Letter Company Letter B MISSION NATICKAL INSURANCE CWANY ny C company D 5500 E. 2nd Street Letter company E Lone Beach. CA 90803 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, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the - Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ail, attention: Public Works Department. By: Agency: OWEN M. BROWN INSURANCE Au hors ed Representative JULY 7. 1983 OWEN M. BROWN /pae Date I ss ue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. H Policy LIMITS OF LIABILITY IN THOUS NDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence 0 erations GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property.Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Q Comprehensive Form Bodily Injury (Each Person $ Owned $ o t y Injury (Each Occurrence 0 Hired Property Dama e ❑x Non -owned o t y Injury and Property Damage Combined $ EXCESS LIABILITY B ( Umbrella Form 6INi 00 12 -1 -83 Bodily Injury *IN EXCESS OF PRIMARY ❑ Other than Umbrella Form * REFER TO PRIMARY CERTIFICATE 12 OOR HIG LIMITS) and Property Damage Combined $ 500* $ 500* WORKERS' COMPENSATION Statutor and EMPLOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the - Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ail, attention: Public Works Department. By: Agency: OWEN M. BROWN INSURANCE Au hors ed Representative JULY 7. 1983 OWEN M. BROWN /pae Date I ss ue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. H City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED TED R. JENKINS w CERTIFICATE OF INSURANCC • COMPANIES AF Company A Letter Company i orr4� B Page 13 Uompany C ARGONAUT INSURANCE COMPANY Letter MV.11}/41I� 5500 E. 2nd Street D Letter C 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, including attached endorsement(s). COMPANY TYPES OF INSURANCE Policy Policy Exp. LIMITS OF LIABILITY IN THOUSA NOS 000 g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ Premises- Operations Property Damage $ $ Explosion & Collapse Hazard Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property Contractual Insurance Damage Combined $ $ Broad Form Property Damage Independent Contractors Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Q Comprehensive. Form Bodily Injury (Each Person $ [J Owned $ bodily Injury Each Occurrence Q Hired Pro ert 'aama e Non -owned o r y Injury and Property Damage Combined $ EXCESS LIABILITY ❑ Umbrella Form ❑ Other than Umbrella Form THIS 13 WO THE C REDT05VE—KR TO CEFrIFY TS _CaWfE THAT WE HAVE ISAT ION POLICY IN i SSUED A VALID BY YER FORM APPR IFORNIP INSURANCE ODMMISS TO THE THE POLICY PERIO INDICATED. WORKERS'. COMPENSATION WC52- Statutor $2,000 ac Accident) C and EMPLOYER'S LIABILITY 413-00 1082 12 -1 -83 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 3g days' advance notice to the City of Newport Beach by attention: Public Works Department. By: Agency: OVEN M. BROWN INSURANCE Ooic Aut orized epresentative JULY 7. 1983 OVEN M. BROWN /ua.e Date Issues Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET AND ALLEY SLURRY SEAL PROGRAM C -2354 Project Title and Contract Number NOTICE. This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. 9 9 Page 16 CONTRACT THIS AGREEMENT, entered into thioay of 19 , by and between the CITY OF NEWPORT BEACH,;i_ ereinafter "Ci and , hereinafter "Con actor," is ma a Mth" "' reference to the o owing acts: (a) City has heretofore advertised for bids for the following described public work: e C -2388 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: WE C -t ontrac t No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of I ($ ). This compensation includes any oss or amage ar sing from the na ure of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • • Page 17 (f) Plans and Special Provisions for e (g) This Contract. ct No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. i APPROVED AS TO FORM: N_ ty Attorney CITY OF NEWPORT BEACH By , -4 R - kwA�)— ayor r T -e/rn CITY By Its i81�yainT��nnPr T4iv duai By Its CONTRACTOR EA� ID Qq 0 " . " Id M d 0 cl' m " 0 C.) 0 c" t3 p F3 P, o N N Pw ; C� P (D 0 �l 0 0 P) Ft (D 0 13 C+ 0 (D 03 \ CA I (D ( (D j C+ (D � (D En P. C m 0 IN CA . ( � ¢ �° Flj rD (D (D ci- C+ rF o (D (D rD En o Q0 00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR STREET AND ALLEY SLURRY SEAL PROGRAM CONTRACT NO. 2354 1982 -83 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 2 V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL. . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES. . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. APPLICATION . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . 3 1. Emulsified Asphalt . . . . . . . . . . . . . . . . . . 3 2. Aggregate . . . . . . . . . . . . . . . . . . . . . . 3 3. Admixtures . . . . . . . . . ... . . . . . . . . . . . 3 X. TRAFFIC STRIPING AND PAVEMENT MARKINGS . . . . . . . . . . 3 XI. SLURRY TEST APPLICATION . . . . . . . . . . . . . . . . . . 4 • • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET AND ALLEY SLURRY SEAL PROGRAM CONTRACT NO. 2354 I. SCOPE OF WORK The work to be done under this contract consists of placing an emulsion - aggregate slurry, restriping the roadway and other incidental items of work. All work necessary for the completion of this contract shall be done in accor- dance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5471 -L, T- 5159 -5, T- 5304 -S, and T- 5303 -L), (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Construction 1982 Edition , and 4 the Standard S ecifications for Public Works Construction (1982 Edition), in- cluding supplements to date, and applicab a portions of the American Society for Testing and Materials Specifications. Copies of the Standard Special Provisions and Standard Drawings may be pur- chased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. QUALIFICATIONS OF BIDDERS Only bids from responsible bidders will be considered. To qualify as a re- sponsible bidder, the Contractor shall have a successful performance record in the application of cationic and anionic quick -set slurry and shall have actually placed at least 5,000 extra long tons. Bidders shall submit with their bids (1) the name of the proposed foreman who must have a minimum of two years' experience in placement of slurry and (2) a written statement of the foreman's experience within the last year. The state- ment shall be consecutive, showing all work regardless of its relationship to slurry sealing. Failure of the foreman to be present and actively supervising placement of slurry shall be adequate cause for denial of payment for that slurry. No change in foreman shall be permitted without prior written approval of the Engineer. III. PAYMENT The unit price for items of work shown in the proposal shall be full compensa- tion for labor, equipment, materials and all other things necessary to complete the work. • • SP2of4 The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. IV. TIME OF COMPLETION All work under this contract shall be completed by August 31, 1983 or within thirty -five (35) consecutive calendar days after the start of slurry place- ment, 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. V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL Add the following to Standard Specifications Subsection 302 -4.4: Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and main- tain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for en- forcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verifi- cation of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans' Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. Vehicular and pedestrian access shall be maintained at all times to businesses and residences adjacent to the project area; however, where conditions pre- clude such access for reasonable periods of time (as determined by the Engineer), notifications shall be required per Section VI herein, and access shall be re- stored at the end of each work day. Slurry shall be applied to cul -de -sac streets in early morning applications. VI. NOTIFICATION TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before closing a section of street or alley or restrict- ing vehicular access to garages or parking spaces, the Contractor shall distri- bute to each affected address a written notice stating when construction opera- tions will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall in- sert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. • • SP 3 of 4 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. APPLICATION Add the following to standard specifications Subsection 302 - 4.3.2: Prior to applying the slurry, the surface to be slurried shall be cleared and cleaned by the Contractor of all loose material, vegetation, oil, and other objectionable material. The Contractor shall protect and clean slurry from valve, monument, and manhole covers. IX. MATERIALS 1. Emulsified Asphalt Emulsified asphalt shall be of the cationic quick -set type unless otherwise approved. Emulsified asphalt shall conform with the require- ' ments of Standard Specification Subsection 203 -3. 2. Aggregate Aggregate shall be Type I, per Standard Specification Subsection 203 -5.3. 3. Admixtures Ammonium Sulfate in liquid form shall be used as a retardant for cationic emulsion- aggregate slurry. The amount of admixture shall be that amount necessary to adjust the curing time to the slurry from setting up pre- maturely in the spreader box. X. TRAFFIC STRIPING AND PAVEMENT MARKINGS Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 48OA9 as manufactured by J. E. Bauer Company. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment, and Spotting," of the Standard Specifications and add the following: The Contractor shall establish all necessary control points and shall perform all layout, alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the align- ment shown in the plans. The Contractor shall clean and /or replace any pavement markers covered or re- moved as a result of the slurry seal operation within 24 hours. • • SP4of4 The Contractor shall mark or otherwise delineate new traffic lanes and pavement markings with temporary materials within 24 hours after removing or covering the existing striping and markings. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termina- tion of work shall require that the Contractor reinstall "No Parking" signs and renotify residents in accordance with Sections V and VI herein, re- spectively, at the Contractor's sole expense. XI. SLURRY TEST APPLICATION The Contractor may be required to slurry a test section of roadway approxi- mately 1,000 feet long within the construction limits. The Contractor shall apply slurry within the test section in accordance with all requirements of these Special Provisions. No further slurry shall be applied until the test area has been satisfactorily completed. .o dDiS W?HO!/T X- W44 k LV,'TL� X- WALK —� ��� =STOP CITY OF NEWPMT BEACH °""""''"� °"'� wanes r, /��rr R.E. wu. LGa4S STOP //VTE,2SEOT/ON P&1171-MG t*Avnmo wo 7--530.3-4 ,f A v L A I � I�\ o , �� 1 OPI al t e� M i 1 LdM� Py o�= Qo _ 73 I, I N1NB N , STREETS TO BE SLURRY SEALED. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1982 -83 STREET SLURRY SEAL PROGRAM PHASE I C -2354 l eet /of 2 DRAWN S.L. DATE 12!17/92 APPROVED PUBLIC WORKS DIRECTOR R.E. NO.12AM_ DRAWING No. R -5471 - L I T6 0 �a Mt a� \\2F Y\ ! • __ � rP�'n 1 Ir 1 1 t a rl. 11 (M0' 'Rs r 1 prr0 • r li �I rl� V Pp Q� Q• ) ! 10 r p. ptv / O W'f`r� S� I 'S'o_ 1I ( r•� s`e yotiTy�y� yu P , D �Q�• syy SpND� � yr STREETS TO BE SLURRY SEALED, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1982 -83 STREET SLURRY SEAL PROGRAM PHASE I C -2354 DRAWN S.L. DATE 121{7 APPROVED -A / i) G PUBLIC WORKS DIRECTOR R.E. NO. C3c_ DRAWING NO. R- 5471 -L 1 m 0-i zo- o z >� A0► ��r�il;hD z y 3 x J ICI iu�niu,un�io�� Iq II�I■III �uun IMMUNE, III m 0-i zo- o z >� A0► ��r�il;hD z y 3 x J • • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL STREET AND ALLEY SLURRY SEAL PROGRAM CONTRACT NO. 2354 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: PR 1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 1,100 Furnish all labor, equipment and materials; Extra Long and perform all work necessary to prepare Tons for and apply emulsion- aggregate slurry as shown on the plan @s_ eve_n4 Dollars and no Cents Per Extra Long Ton 2. Lump Sum Traffic striping and pavement markings @ FI �tv +h>^itAt) ollars n n and Cents a ✓ $_� Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Contrac M2k ICA 1,2 6 G3� tors Lic. No: & C assification - L3 �{� 3 Bids Te ephl one No _ D. and •, 1 Lb .June IgF,3 55D° Date Bidder's do 1J INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. J53tp14 r -Q �-3A Contr's Lic. No. & Classification -1 Lo IAg3 Date • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address i2p(' M L den?' i nc-h5h i ping tRIRA �Doemen- MC1r✓lings z. a� Mn+r)n Nj G6(o8D 3. 4. 5. 6. 7, 8. 9. 10. 11. 12. • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Ak Page 4 as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ }, lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder 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 . (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires M Title Authorized Signature /Title NON- COLLUSION AFFIDAVIT • Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. OFL IG' ,I SEAS BARBARA A 7MUC0«Y �¢, t NOTAGY S�� My cer,n. exwes COT I, IM4 I, Subscribed and sworn to before me this 11, day of Juo c) 19-C, 5 . My commission expires: CI 19L94 I I • . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. itnorizeo Signature /Title It Owry -l-) D-)d ividud f • • 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. 00mj) Pr�,nd L� n NAI1i1' err '7141725-�I�(� li 0f 6nn i ��Qi) <lFrt� ixh�► "7i4�� (2 FJ(n�J(� 1481 , f1 ,f Li)n be Yl Flat— Haft 2i:5 09L &6M Igf3<� 6' rf(i nf - Pir- n1loun+ onst ►" ann x- ji-6 X34 4-A U3'. L CmtrWtor's Statement of Experience SCHEDULE (1) ❑ A Corporation Name Ted R. Jenkins ❑ A Co- partnetship (N.ma YN.t CorY..pon0 With Contr.Pbrs UP ... 0 b EYaty Detail) c❑i An Individual Principal Office 5500 E. 2nd Street Long Beach Calif. 90801 ❑ Combination (atrwt or P.O. BOR) (city) (State) (ZIP) The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. Are you licensed Ps a Contractor to do business in Arizona? YeS License No. 4472.2—,_ Type A —'14 .2. How many years has your organization been in business as a contractor under your present business name? 13 Seal Coat 6 Resvrfacin 3. How many years experience in Slr,rr�r Saal r'h;T, Seal . construction work has yoLri organization had: (a) As a general contractor? 13 Years (b) As a subcontractor? 13 Years 4. Show the projects your organization has completed during at least the last three years in the following tabulation'. To assure maximum consideration for your prequalification rating, be specific as to the nature of the work your firm actually performed. YEAR TYPE DF WORK VALUE FORMED Or WORK PER LOCATION OF WORK FOR WHOM PERFORMED 731.000 ;lurry 5 a 1981 Seal Coat 300 000 Norw 1981 Seal Coat 822 000 Oran e Count Count f 1981 Seal Coat 278 000 Cam Pendl 1981 Seal Coat 970 000 San Bernadino Count 1981 Seal Coat 113,000 Santa Ana 1981 Seal Coat 166,000 29 Palms Ca U.S. Na 1981 Seal Coat 112 000 Lancaster Ca Ci Lancaster 1981 Seal Coat 61,000 Navajo Brid a -9f. Az.De t. of T a o a 1981 Seal Coat 60,000 Orte o Lake St.John Az. Dept. of Trari rt 1981 Seal Coat 181,000 Si r t 1981 Seal Coat 131,000 Williams 1980 Seal Coat 996,000 San Die o Ca. City.of San T)ieqQ 1980 Seal Coat 312 000 Orange Coun 1980 Seal Coat 371,000 Long Beacg Citv of L980 Seal Coat 170,000 Garden Grove 1980 Seal Coat 152,000 Cerritos City of Cerritos 1979 Seal Coat 172,000 China Lake L979 Seal Coat 325,000 Sacramento County of Sacramento 1979 Seal Coat 201 000 Contra Costa Counry L979 Seal Coat 206.000 ISan Diego County of San 'Diega 1979 Seal Coat 127,000 Lakewood [978 Seal Coat 240,000 IL.A.County L.A.Count Road 'Dept. [978 Seal Coat 200.000 iver id 5. Largest highway construction project completed by your organization? CONTRACT AMOUNT TYPE OF WORK WHEN COMPLETED NAME AND ADDRESS Or OWNER 731.000 ;lurry 5 a 325,000 illirry—SRAIL- ___ _May_ 1980 6. Have you or your organization, or any officer or partner thereof, fail If so, give details 4 No complete a contract? — tion atio atio O. TEDR. JENKINS 5500E.2ND ST., LONG BEACH, CA 90803 (213) 433 -4934 15 June 1983 FOREMEN STATEMENT OF EXPERIENCE BILL WHITE S.tAlLted with the Ted R. Jenkins Company in 1975 and in 1977 aw pnomo.ted to Foreman. Has oven 6i6teen (15) yeau. experience in this .indurtAy. Jobs Compteted in 1982: #8165 - Los Ang etea Count Road Depaxtment /CC #3845 384 Ett's StuAAy Seat $ 24,226.56 08168 - Los Angetea County Road Depahiment /CC #3832 330 ELVA StuAAy Seat $ 20,130.00 #8158 - City ob Santa Ana /Project #8400,8401, 8402 1,000 EEt's S&,YAy Seat $ 61, 312.73 #8169 - Los AngeCea County Road Depantnent /CC #3871 380 EEt's StuAAy Seat $ 22,990.00 08164 _ 'City oS'Patamount 1,574 Eet's StuAAy Seat $ 931149.32 #8218 - City og Modesto /Downtown Anea 1,354 EY-tls StuAAy Seat $ 81,703.92 #8219 - City ob Modesto /Res.identW Anea 3,805 Eft's Stwmy Seat $ 204,391.69 #8226 - City oA San Jose 6,000 Ett's StuAAy Seat $ 379,611.75 08246 - City ob CeAx tos 2,087 EZt's SZEAAy Seat $ 105,372.63 Thank you, .. TED R. JENKINS, Indi,v.idu" WORLD'S LARGEST SLURRY SEAL CONTRACTOR" .rte, Jh SLURRY SEAL • SLURRY -MIX • PAVING "SERVING THE ENTIRE UNITED STATES" IW U 76 45 16 • a Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TED R. JENKINS and UNITED PACIFIC INSURANCE CO. as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL BID IN liars ($ 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 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 construe- 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 10TH day of JUNE 1983 Corporate Seal (If Corporation) S (Attach acknowledgement of Attorney -in -Fact) r nnR NS pa UNITED Surety \\ j( zl ( m CA cn | ;&0.0 C.) C: „ -� (a( (G §) 2 » CL :/�� . / }M� � \ §( \k \§ =\F% \ \\ §\ � 77777 0 \0 a" $%33 /0 % /[3 m CA cn | BY THE CITY COUNCIL CITY OF NEWPORT BEACH UUN 2 71983 TO: CITY COUNCIL FROM: Public Works Department � c -a3sy (38� June 27, 1983 CITY COUNCIL AGENDA ITEM NO. F- 3e�- SUBJECT: '$TREET,�DIa IItLEY 1JRRYr BRRAM, 1982 -83 {C 235.4} RECOMMENDATION: Award Contract 2354 to Ted R. Jenkins for $82,300 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Bids were received and opened in the office of the City Clerk at 11:00 A.M. on June 16, 1983. Bidder Low Ted R. Jenkins Amount Bid $82,300.00 2. Pavement Coatings Co. $83,744.50 3. Roy Allen Slurry Sealing $96,850.00 The low bid is 3% more than the Engineer's estimate of $80,000. Funds in the amount of $82,300 are available in the current annual street and alley sea] coating program, Account No. 02- 3382 -014. This project provides for the seal coating of approximately 31 lane miles of asphalt streets in the East Newport and Central Newport 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, Ted R. Jenkins, is a well - qualified general contrac- tor who has successfully completed previous slurry seal contracts for the City. The plans and specifications were prepared by the Public Works Department. The contract completion date is August 31, 1983. Benjamin B. Nolan Public Works Director SL: jd Att. 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 circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, 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 than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this] dayof r 19 P` �/ , t V ? Signatu 4 THE NEWPORT ENSIGN This space is for the County Clerk's Filing Stamp P.1 Proof of Publication of NOTICE .DWITMG, 8=' - Se*16d bd* um be received at t6 ol8w of & Newpe l Bavuv rd, NewpMt;8evoh, CA OM : U:Cad4}J-_ m the 1Hfb -day of Item, 1989,.at-wU& was sack itTde ebgHL�i,, oyened and m AND AU.EYI sway S£AL. r >: TROG Cea " PROOF OF PUBLICATION C i By THE CITY COUNCIL CITY OF"NEWPORT BEACH MA-V23 1983 May 23, 1983 �I CITY COUNCIL AGENDA ITEM NO. —! TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1982 -83 SLURRY SEAL PROGRAM (C -2354) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on June 16, 1983. DISCUSSION: This project provides for the slurry sealing of approximately 7.5 miles of asphalt streets in the Harbor View Homes, Harbor View Hills, and Dover Shores areas of the City, as shown on the attached exhibit. The slurry will extend pavement life and delay the need for costly asphalt resurfacing. The estimated cost of the work is $80,000. Adequate funds are available in the current annual street and alley slurry seal program Account No. 023382014. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all the work by August 31, 1983. ' Benjamin B. Nolan Public Works Director SJL:jd Att.