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.