HomeMy WebLinkAboutC-1941 - Seal coat program 1977-78JAN 23 1918
By tM CITY Comm
CITY OF N"Von KNAQ
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 1977 -78 SEAL COAT PROGRAM (C -1941)
RECOMMENDATIONS:
January 23, 1978
CITY COUNCIL AGENDA
ITEM NO. H -9
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 1977 -78 Seal Coat Program has been completed
to the satisfaction of the Public Works Department.
The bid price was $49,636.90
Amount of unit price items constructed 55,331.57
Amount of change orders None
Total contract cost 55,331.57
Funds were budgeted in the General Fund
(Account No. 02- 3377 -014)
A mid -year budget adjustment to the project account in the amount of
$5,630.34 has been prepared to cover the additional funds required.
Many of the streets were found to be more porous than had been
anticipated, resulting in an increase in the amount of slurry seal coating
required.
The design engineering was performed by the Public Works Department.
The contractor is Ted R. Jenkins of Long Beach, California.
The contract date of completion was May 26, 1978. The work was com-
pleted on December 15, 1977.
A sketch showing slurry sealed streets is on the reverse.
oseph;T. Devlin
blic rks Director
:jd
CID
I I `
gxlylg I r
/977 -7d XWL eWr oA4V*&AoW
MUM#
ENn
41
y
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1977 -78 SEAL COAT PROGRAM (C -1941)
RECOMMENDATION:
August 22, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2(c)
Adopt a resolution awarding Contract No. 1941 to Ted R. Jenkins for
$49,636.90 and authorizing the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
Five bids were received and opened in the office of the City Clerk at
10:30 a.m. on August 9, 1977:
Bidder Amount Bid
1. Ted R. Jenkins; Long Beach $ 49,636.90
2. Roy Allan Slurry Seal Contractor; Laguna Niguel 51,291.00
3. Pavement Coatings Co.; Anaheim 51,944.30
4. Chamber -Mix Concrete, Inc.; Stanton 58,644.10
5. Flex- Paving & Engineering, Inc.; Tustin 59,450.30*
*Corrected amount based on unit price extension.
The low bid is 1% lower than the Engineer's estimate of $50,040. Funds
for this project have been provided in the Annual Street and Alley Seal Coating
Program, Account No. 02- 3377 -014.
The project provides for the seal coating of approximately 30 lane miles
of asphalt streets within the City, as shown on the exhibit on the reverse. The
use of slurry treatment will extend pavement life and delay the need for costly
resurfacing.
The low bidder has satisfactorily performed similar work for the City
in the past.
The contract date of completion is May 26, 1978.
The plans and specifications were prepared by the Public Works Department.
1n
hector
Z-
I
I -
f .
r
\ I
xv
;� L\ CL
+us
W
'yrry�
f
l
P.
?7
i
;,` �� ✓C C CSC C� _ S
,
UPC
�� , �S 'IBt i '.,�.. `C �! _ � ��' \��07 ni� T �. C•L"` ACC '.
/97 7- 76 saw. ca4r PAve-AP4w
S7RCC/5 70 BG JWAFRY SEAGBO EN D
RESOLUTION NO. 9172
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO TED R.
JENKINS FOR THE 1977 -78 SEAL COAT PROGRAM,
CONTRACT NO. 1941
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1977 -78 Seal Coat Program, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 9th day of August, 1977,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is TED R. JENKINS;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Ted R. Jenkins
for the work in the amount of $49,636.90 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED this 22nd day of August , 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
8/22/77
o 1Q77
By fl a Q fY COUNCIL
CITY OF NwwPORT B:ACFI
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1977 -78 SEAL COAT PROGRAM (C -1941)
RECOMMENDATIONS:
July 25, 1977
CITY COUNCIL AGENDA
ITEM NO. H -9
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 10:30 a.m. on August 9, 1977.
DISCUSSION:
This project provides for the seal coating of approximately
30 lane miles of asphalt streets within the City, as shown on the
attached exhibit. The use of slurry treatment will extend pavement
life and delay the need for costly resurfacing.
The estimated cost of the work is $50,000. Funds in this
amount have been provided in the annual street and alley seal coating
program, Account No. 02- 3377 -014.
The contract requires completion of all the work by May 26,
1978. Providing the contractor with the flexibility of scheduling
work in the various areas of the City throughout the year should result
in lower prices and better coordination for the preparatory patching to
be performed by City forces.
The plans and specifications were prepared by the Public Works
Department.
Att.
lin
Director
t
o �r rr !:
i O
N,.. QL
n
U
o£r�yo'Q
7Cu��E�c
IL
IL
J
EXN /B /T
Jl /977 -7B sadLcwr AvAvo 'A.N °-
YC
'J N sr smweT✓ rep GEC szojwYsewmaO END
PUBLIC NOTICE" PUBLIC NOTICE
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City
Clerk, City Hall, Newport Beach, California, until 10:30
a.m, on the 9th day of August, 1977, at which time they will
be opened and read, for performing work as follows:
1977 -78 SEAL COAT PROGRAM
CONTRACT NO. 1941
Bids must be submitted on the proposal form attached
with the contract documents furnished by the Public Works
Department. The. additional copy of the proposal form is
to be retained by the bidder for his records.
Each bid. must ,be,aCcompanied by;eash,'certified check
or Bidder's Bond, . made, payable- to the City of Newport
Beach, for an amount equal to al least' 10 percent of the
amount bid.
The title of the project and the words "SEALED BID"
shall be clearly marked on the outside of the enrelope
containing the bid.
The contract documents that must be completed, exe-
outed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature
and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnership, the signature of at least one general,
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of
Chapter 9, Division III of the Business and Professions'
,Code. The contractor shall state, his license number and
classification in the proposal. °
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Department, City Hall, Newport Beach, California, at no.
cost to licensed contractors. It is requested that the plans
and contract documents be returned within 2 weeks after
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as
,prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors of America. Copies may be obtained from
Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and
Standard Drawings. Copies of these are available at the
Public Works Department at a cost of $5,00 per set.
A standard "Certificate of Insurance for Contract Work
'for City" form has been adopted by the City. This form
Is the only certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon award of the contract.
For any required bonds, the company issuing Bid Bonds,
Labor and Material Bonds, and Faithful Performance
'Bonds must be an insurance company or surety company
licensed by the State of California, The companies must,
'also have a current General Policy Holders Rating of
A or better; and a Financial 'Rating of at least AAA as
per the latest edition of Best's. Key Rating Guide (Prop -
erty,- Liability). .
In accordance with the provisions of Article 2, Chapter 1,
Part 7 of the California Labor Code (Sections 1770 at seq.),
;the City Council of. the City of Newport Beach has aster=
'tained the general prevailing rate of per diem wages
;in the locality in which, the work is to be performed for
leach craft, classification, or type of workman'or mechanic
,needed to execute the contract and has set forth these
:items in.Resolution No. 8950 adopted December 13, 1976.
A. copy of said resolution 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
�too prevailing_wage rates (Sections_1770 -1781 inclusive).
;fihe, contractor shall be responsible for compliance with
Section. 1777.5 of the California Labor Code for all ap -.
,prenticeable occupations.
The contractor, shall post a copy of the prevailing wage
rates at the job site. Copies may be obtained from the'
Public Works Department.
' The City reserves the right to reject any or all bids
and to waive any informality in such bids. llZ,
DORM GEORGE, CITY_ CLERK 7
¢_ CITY OF NEWPORT BEACH, CALIFORNIA.
IPubllsh: July 28,, 1977,_ 14 .the Newport Harbor Ensign
4 0
February 2, 1978
Ted R. Janklas
5400 The Toledo
14mg Beach, Ch 90903
Subject: Surety i United Pacific Insuraws Company
Bonds No. : U 93 39 48
Project t 1977-78 Se4 goat Program
Contract No. : MI
The City Council an January IS., 1978 accepted the work of subject
project and authorized the City Clark to file a Notice of
Completion and to %*Is&" the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder,
an January 25, 1978 In Book No. 12541, Page 1384. Plosee notify
your surety company that bonds may be released 35 days after
recording date.
Doris George
City Clark
as
eel Public Worke Department
�,A
Fl�aa��QJwroivY�: Rs
CITY OF CLERK
BEACH RFP�FS Fo /fie
3300 NEWPORT BOULEVARD r
NEWPORT BEACH, CALIF. 92663
3355'7 �
EX P� ",PT
C4
i
NOTICF. OF COMPLETION !
PUBLIC WORKS
BM 12542PG 13,94
RE^OROED IN OFFICIAL RECORDB
Oi ^- -.E COUNTY, CALIFORNIA
9.0_. ,., . JAN 251978
J. VIV.iii CARLYLE, County Recorder
`fo All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 19, 1977
the Public Works project consisting of 1977 -78 Seal Coat Program
on which Ted R. Jenkins
was the contractor, and United Pacific Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 24, 1978 at Newport Beach, California.
VERIFICATION OF
I, the undersigned, say:
RK
I am the City Clerk of the City of Newport Beach; the City Council of said
City on January 23, 1978 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 24, 1978 at Newport Beach, California.
# •
CITY OF NEWPORT BEACH
CALIFORNIA City Hal,
3300 W. Newport Blvd
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of 1977 -78 Seal Coat Program
Contract No. 1941
on which Ted R. Jenkins was the Contractor
and United Pacific Insurance Company was the surety.
Please record and return to us..
!
Very trul yours,
L vi
Doris George !VI
City Clerk
City of Newport Beach
Encl.
0
CITY OF NEWPORT BEACH
Date Sootmbsr 29. 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. )9&1
Project 3ea1 Coat ProaM/1977 -78
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: _T
.*A
Address: 5400 na ToUdo- Long Eeaa}y, CA 90883
Amount: $49,696.9Q .�
Effective Date: Uptaaber 23, 1977
Resolution No. 9172
Lzx'�
A�- Doris Geo e
Att.
cc: Finance Department Q
City Hall • 3300 Newport Boulcvard, Newport Beach, California 92663
Approved by the City Council this
25th day of July, 77.
D s George, City Clerk
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
1977 -78
SEAL COAT PROGRAM
CONTRACT NO. 1941
Submitted by:
TED R. JENKINS
Contractor
5400 THE TOLEDO
ress
CITY CLERK
LONG BEACH, CA 90803
City Zip
213 - 4399551
Telephone
$ 49,636.90
ota Bid Price
s
..t� �n _
l a
;:stw�1 ge
do btds;:y
the prb�rj
are
a. :o at .lead One gofteral partner s required.
bs =aceeptad i m_,a- contractor wt* has not been, license
afiter, Lt1e bfid_ opening.
rf or
! ate Seal
W. a Partfliership,
:ificatiohAn the proposal.
special provisions, may,.be:obtainad
Beach, "Caltforniay at no :cost to
ins and contract documents be returned
�i! #tom Et #c ��
'incd ito #� - +387• :�
ifcrn#a -� ! t gtand rd Aall
k �e a� ail 1���'t the Public.
;;f insurance fa
0
E
0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providingq for
the registration of Contractors, License No. 253619 Classification C - l2
Accompanying this proposal is "Bidder's Bond"
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
213 - 4399551
Phone Number
August 8, 1977
Date
TED:R. JENKINS
Bidder's Name
(SEAL)
S TED KINS
ut VIM pignatjdW
Authorl-led Suture
Individual
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
0 e
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5:
6.
7.
8.
9.
10.
11.
12.
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
aM A �:.�
FOR ORIGINAL 0 CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, TFD R_ JENKINS , as Principal,
and UNTTFn PACTFLC INSIIRANCF COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of an amount of ten
percent of the total bid in Dollars ($ 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
1977 -78 Seal Coat Program (Contract #1941)
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of
August
1977
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
My comm. expires May.23, 1980
TED R. JENKINS
Principal
By S /OWEN M. BROWN
Title Attorney -in -Fact
0
•
NON- COLLUSION AFFIDAVIT
E
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any.sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face, of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the Contracts sought by
this bid.
Subscribed and sworn to before me
this 9th day of p„ gmt
19 77
My commission expires:
,lung 10 -. 19Rf1
Notary Public
FOR ORIGINAL SEE CITY CLERK'S FILE COPY r Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk
Signed
0
Atlumm
r ith a stateaent of the, work af;s.Wj. r character to —_
he has rformeand successfu]Xj cpi�pteted
_.. �.. •i;'N06;;..�IV�IYiGY w G)µ`. assa IPA -
.
Year'
Coaip3eted for blML -7, idrmed:FBetail) : ::
,
Person to Ernstaci : Te]aBhoee-"
6n `fi]'e nth :City' Clerk
- G
NAME 1NiD QiI IfICA $F-'PROPOSEO FOREMAN.
'2 Martin
;h��:
Premium charge for this bond
included in charge for
Performance Bond. LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
Bond No. U 95 39 48
Executed in Four Parts
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 22, 1977
has awarded to Ted R. Jenkins
hereinafter designated as the "Principal ", a contract for
1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We . TED R. sENKINS
as Principal, and I.mTqgn PACTP TNRiT niac (Y]MPANV
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TWENTY FOUR THOUSAND,EIGHT HUNDRED EIGHTEEN & 45/100ths - -- Dollars ($ 24,818.45 )p
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that.if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the art, day of 19_x.
i
r
i
Approved as to fp?m:
A %.� q0ZIC0911
J
f
City Attorney
1
(Seal)
Name of ontractor Principal
Authorized Signature and Title
Ted R. Jenkins, Sole Owner
Authorized gnature and Title
UNITED PACIFIC INSURANCE COMPANY (Sealy
Name of Surety
443 South Shatto Place = �'
0 '
Addre u y -
.=
ture Authorized Age.1Tt-T-,.-.'-
OWEN M. BROWN, Attorney -in -Fact -
OWEN M. 'BROWN INSURANCE
resI o QQent
13505 San AnIonio Dr., Suite G.
Norwalk, CA. 90650
Telephone No. of Agent
Phone: 213 - 864 -2581
4%
State of California
ss:
County of LOS ANGRLF.S
On September 8th , Ig 77 , before me, the undersigned, a Notary Public in and for said County,
personally appeared OFTEN M. BROWN known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h ; own name as
Attorney -in -Fact.
OFFICIAL SEAL
BARBARA J. BENDER
NOTARY PUBLIC • CALIFORNIA
LOS ANGELES COUNTY
MY Comm. expires MAY 23, 1980
i
My Commission expires 19 _
Notary PublioWn and tor said county
BDU -1818 ED. 3n2 (CALIF.)
STATE OF CALIFORNIA,
:► COUNTY OF LOS ANGELES
OFFICIAL SEAL
BARBARA J. BENDER
m NOTARY PUBLIC - CALIFORNIA
LOS ANGELES COUNTY
My comet expires MAY 23, 1980
ACKNOWLEDGMENT -- General— Wolcatts Form 232 —Rev. 3-64
ss.
ON September 8th , 19 77 ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
TED g _ TRNKTNS
, known to me to be the
person— whose name— subscribed to the within Instrument,
and acknowledged to me that _he_ executed the same.
WITNESS my hand and official se .
Notary lic in and for said State.
Page 10
Bond No. U 95 39 48
PERFORMANCE BOND Executed in Four Parts
Premium: $186.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Augnct 92- 1977
has awarded to Tad R_ .lenkins
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents oh 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 anda" }ie
terms thereof require the furnishing of a bond for the faithful performance of sa'li�..
contract;
NOW, THEREFORE, We, TED R. JENKINS
as Principal, and UNITED PACIFIC INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach,.in the sum of
FORTY NTNE THOIJSAND.Six HUNDRED THUM SIX AND 90 /100ths ----- Dollars:($49,636*90 )
,
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
i
S
i
,
ri
Page 11
(Performance Bond - Continued)
of any such change, extension of time, al rations 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 Rth day of ce *e Ar , 19 7z
Tea R. Jenkins, Sole Owner
Authorized Signature and Title
UNITED PACIFIC INSURANCE COMPANY
Name of Surety
443 South Shatto Place
f _
ddrA ess ► e y.c
S' ture and f uthorized Agent
OWEN M. BROWN, Attorney -in -Fact
Approved as to form
OWEN M. BROWN INSURANCE
0410�q Address of Agent
13505 San Antonio Dr., Suite G
City ttorney Norwalk, CA. 90650
Phone: 213 -864 -2581
Telephone No. of Agent
0
'Z7
•
I
I
State of California )
r� ) ss:
j County of LOS ANGELES )
On September q h 1977 , before me, the undersigned, a Notary Public in and for said County,
personally appeared nyM!H iii. unrv. known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
Attorney -in -Fact
OFFICIAL SEAL
13ARRARA J. BENDER
m NOTARY PUBLIC • CALIFORNIA
LOS ANGELES COUNTY
NI comm. lrpiras NAY 23, 1988
My Commission expires 19 _
otary ubli n and 0% id ounty
BDU -1818 ED. 3n2 (CALIF.)
_
STATE OF CALIFORNIA,
A COUNTY OF LOS ANGELES
ss.
ON September 8th 19 77
before me, the undersigned, a Notary Public in and for said State, personally appeared
OFFICIAL SEAL
BARBARA J. BENDER
[C- NOTARY PUBLIC • CALIFORNIA
LOS ANGELES COUNTY
My mmm. expires MAY 23, 1980
ACKNOWLEDGMENT —General— Wolcotts Donn Zit —Rev. 3.64 `
,TED R. JRNKTNS
, known to me to be the
person— whose name— _ is subscribed to the within Instrument,
and acknowledged to me that _he_ executed the same.
WITNESS my hand and official seal
Notary PDbli in and for said State.
CONTRACT
THIS AGREEMENT, made and entered into this ,,--2 34 day
Page 12
of , 192_?__,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and TED R. JENKINS
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if arty, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated.in and made part of this Agreement.
4.
Page 13
5. Pursuant to the Labor Code of the State.of California, the City Council has
ascertained the general prevailing rates o Qrporated em wages for each craft or type of
workman needed to execute the contract and ule containing such information is
included in the Notice Inviting Bids and is by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability.ateVery kind, nature, and description, directly or
indirectly arising from the performan6 f the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
ty C er
Approved as to form:
; 6 -
ty -Attorney
CITY OF NEWPORT BEACH, ,�CA)LIIFOORNNIA
By: 1/GY`e'\
mayor
By:
Title
STATE OF CALIFORNIA,
9OUNTY OF LOS ANGELES
3
OFFICIAL SEAL
BARBARA J. BENDER
L@ NOTARY PUBLIC • CALIFORNIA
LOS ANGELES COUNTY
My Comm, expires MAY 23, 1980
ACKNOWLEDGMENT— Genemi— Wolcotte Form Zit —Rev. 3M
ss.
ON September 8th
before me, the undersigned, a Notary Public in and for said State, personally appeared
TED R. JENKINS
known to me to be the
person— whose name— is subscribed to the within Instrument,
and acknowledged to me that _he— executed the same.
WITNESS my hand and officials
Notary Putific in and for said State.
PR
1 of
1
PROPOSAL
To the Honorable City Council
C.ity.of Newport.Beach
.3300 West Newport Boulevard
Newport Beach, California 93663
Gentlemen
The undersigned declares that he has carefully examined the location of.the work, has read
f;. the Notice Inviting Bids, :has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials and do all the, work` required to complete Contract No. 1941 in
accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for the work, complete in place, to wit:
ITEM QUANTITY !TER-DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WIRTTEN IN WORDS PRICE PRICE
1. 1390 Furnish all labor, equipment and
(Extra Long Tons) materials; and ,perform all work
necessary to apply slurry seal
coating as shown on the plans.
@ Thirty Five Dollars
and
Seventy One Cents
Ir. , Per Extra. Long Ton
$ 35.71 $ 49,636.90
0
i
$ 49,636.90
Date
CONTRACTOR'S LICENSE NO..253619 C12
CONTRACTOR'S TRACTOR'S ADDRESS 541IC1: The Tm1 s:. L+
TELEPHONE NUMBER 213 - 4399551
Beach. CA 90803
4.
��:: .,..�..:�_ ?., .»- .....�. .«_ "x ,._..?s. sc': ._.. �.a::�.. .m.4'µ -:.� r ;;:- +a :i::,.r„
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
1977 -78 SEAL COAT PROGRAM
CONTRACT NO. 1941
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . .
. 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
IV.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . .
. 1
V.
VEHICULAR.AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . .
. 2
VI.
NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . .
. 2
VII.
FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . .
. 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
IX.
SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . .
. 3
1. General . . . . . . . . . . . . . . . . . . . .
. 3
2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . .
. 3
3. Materials . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
a. Asphalt Emulsion . . . . . . . . . . . . . . . . . . .
. 4
b. Aggregates . . . . . . . . . . . . . . . . . . . . . .
. 4
c. Water . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
5. Working Hours . . . . . . . . . . . . . . . . . . . .
. 5
6. Application of the Slurry . . . . . . . . . . . . . . . . .
. 5
a. Joints . . . . . . . .
. 5
b. Utility Vault and Box Covers, and Signal Detector Pads
5
7. Control of Mix and Testing . . . . . . . . . . . . . . . .
. 5
8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . .
. 5
i.
r-1
Li
SCOPE OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1977 -78
SEAL COAT PROGRAM
CONTRACT NO. 1941
. SP 1 of 5
The work to be done under this contract consists of furnishing all labor, equipment,
transportation, and material necessary to complete slurry seal coating of various
streets in the City of Newport Beach as shown on the plan, complete in place.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plans (Drawing No. R- 5348 -L), the City's Standard Special Provisions,
the City's Standard Specifications, and applicable portions of the American Society
for Testing and Materials Specifications. The City's Standard Specifications are
the Standard Specifications for Public Works Construction, 1976 Edition. Copies
may be purchased from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif-
ornia 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special
Provisions may be purchased from the Public Works Department at a cost of $5.
II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE
Only bids from responsible bidders will be considered. To qualify as a responsible
bidder, the contractor shall have a successful performance record in the application
of cationic quick -set slurry seal and shall have actually placed at least 5,000
extra long tons. Bidders shall submit, with their bids, the name of the proposed
foreman who must have a minimum of two years experience in this type of work. This
foreman shall be present whenever slurry seal is being applied.
The contractor will be required to obtain a valid City, business license prior to
the start of work.
III. PAYMENT
The unit price bid per extra long ton of slurry seal coat shall include full com-
pensation for all labor, materials, equipment, and transportation required for
slurry seal coating of asphalt pavements.
IV. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
Within ten (10) days after notification of award of the contract by the City, the
contractor shall submit his proposed slurry seal mix design (see Section IX.2) and
a schedule of work which shall incorporate the following requirements:
Work shall not begin before twenty (20) calendar days following submission
of the schedule to the City.
E
0 SP2of5
2. All work shall be completed by May 26, 1978. No extensions of time will
be allowed under this contract.
3. No work shall be scheduled for the period from December 16, 1977 to January 3,
1978, or during national holiday periods without express approval by the
Engineer.
4. The complete construction schedule shall be submitted in writing and shall
be approved by.the Engineer prior to the start of any work. It shall show the
geographical areas and the approximate periods of time planned for work in
each area. Unless otherwise approved by the Engineer, the contractor shall
provide thirty (30) days written advance notification of any proposed major
changes to the original approved schedule.
It is the intent of these special provisions to allow the contractor the flexibility
of scheduling his work conveniently throughout the year, while maintaining sufficient
advance notice for the required preparatory patching work to be performed by City
forces.
Ten (10) days prior to the actual start of work in any area, the contractor shall
furnish the Engineer with a written schedule of daily operations for his approval.
Once work is started on a street or on related streets in a tract, it shall be
prosecuted to completion in a timely and diligent manner so as to minimize incon-
venience to the public. The contractor shall employ sufficient workers and equip-
ment to assure completion of the work each day for which notification has been given
to the affected properties.
V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Sections 7 -10 and
302 -4.4 of the Standard Specifications except as modified by these Special Provi-
sions, and with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also published by Building News, Inc.
The contractor shall schedule his operations so that all streets can be opened
to traffic at the end of the working day, except when unexpected weather condi-
tions require a longer curing period. In this event, the contractor shall install
sufficient barricades (lighted if necessary), interspersed within the treated lane
to prevent use until curing is completed.
On divided streets, the contractor shall work on only one roadway at a time unless
otherwise permitted by the Engineer, and a minimum of one open traffic lane shall
be maintained at all times on the roadway being sealed. On undivided collector
streets, a minimum of one open traffic lane in each direction shall be maintained
at all times. Sealing operations shall be conducted so as to keep access to commer-
cial areas and long cul -de -sac streets open at all times.
The contractor shall furnish and post on streets to be sealed, temporary "No Parking"
signs stating the date of the restriction. The signs shall be in place forty -eight
(48) hours in advance of the need for enforcement.
VI. NOTIFICATION OF BUSINESSES AND RESIDENTS
Based on the approved construction schedule, the City will send a preliminary notice
to the affected businesses and residents, advising them of the location and approxi-
mate time of the work.
• • SP3of5
A second written notice, prepared by the City, shall be distributed by the con-
tractor to the affected businesses and residents forty to fifty (40 -50) hours in
advance of the seal coating. The notices will alert the abutting properties of
the temporary inaccessibility to their driveways, and shall specify the date the
work will be done and approximately when the street will be restored to normal
vehicular use.
A renotification distributed by the contractor shall be required if there are
errors in distribution, false starts, acts of God, or other alterations of the
schedule. The City will prepare the written renotification explaining the cause
for delay and stating the new schedule.
VII. FINAL CLEANING AND SURFACE PREPARATION
Prior to applying the seal coating material, all dirt, oil and grease spots, and
all other objectionable matter shall be removed from the pavement by power sweep-
ing, supplemented with hand brooming, scraping, grinding, etc., to assure adher-
ence of the slurry coat to the pavement surface.
VIII. WATER
If the contractor desires to use available City water, it shall be his responsi-
bility to make arrangements for water purchases by contacting the City's Utilities
Superintendent, Mr. Jim Frost at (714) 640 -2221.
IX. SLURRY SEAL MATERIALS AND APPLICATION
1. General
Cationic Quick -Set slurry seal shall be proportioned, mixed, and spread in
accordance with Section 302 -4 of the Standard Specifications and these
Special Provisions.
2. Slurry Seal Mix Design
The contractor shall submit a slurry seal mix design and the results of a
wet track abrasion test, performed on the design mix, to the City for approval
within ten (10) calendar days after notification of award of the contract by
the City. The design mix shall be such that the maximum allowable wear value
is 30 grams per square foot of emulsified asphalt when subjected to the wet
track abrasion test. The contractor will be responsible for tests needed for
verification of the mix design and materials. (This does not include field
tests needed for control of construction, except as otherwise noted herein.)
The results of the test shall be reported as follows:
a. The average wear value (WTAT loss) in grams per square foot for
each quantity of emulsified asphalt.
b. Total water added (percent based on aggregate weight) to arrive at
pouring consistency. Mixing water shall be held to a minimum.
c. Any tendencies observed towards mix segregation during Part 1.
d., Observations as to texture, signs of surface skinning, or tacki-
ness in the specimen at the start of Part II.
e. Percent of Portland cement or hydrated lime added - -if they are required
to overcome mix segregation at free- flowing consistency.
M
4
• . SP4of5
A copy of the wet track abrasion test procedure, as presented at the Sixth
Annual Convention of the International Slurry Seal Association, January 1968,
is available for review at the Public Works Department.
Materials
a. Asphalt Emulsion
The asphalt emulsion shall be of the cationic quick -set type, similar
to QS -KH, using penetration grade 60 -70 paving asphalt as a base. It
shall meet the following specifications when tested according to appro-
priate ASTM methods.
Emulsion
Furol.fiscosity at 770
Residue from distillat
Sieve test (% retained
Particle charge test
Storage stability; one
Mixing test (job) Sec.
Residue
F, Sec. 20 -100
ion; % by weight 57 min.
on No. 20) .10 max.
Positive
day settlement 1% max.
@ 700 F 120 min.
Penetration 40 -110
Solubility in Trichloroethylene, % 97.5 min.
Ductility at 770 F, cm. 40. min.
Test
D244
D244
D244
D244
D244
Chevron P -12
Test
D5
D2042
D113
The contractor shall submit a certificate of compliance analysis supplied
by the manufacturer verifying that the base asphalt used in the emulsion
is in conformance with these Special Provisions.
b. Aggregates
The mineral aggregate shall conform to Section 203 -5 of the Standard
Specifications, except that it shall consist of 100 percent ( %) rockdust.
Certified weigh tickets shall be presented to the Engineer immediately
upon delivery of the aggregate to each site. Upon completion of the work
in each area, the contractor shall completely remove all excess stockpiled
aggregate and return the site to its original condition prior to his
operations. Payment shall be made only for the actual amount of aggre
gate used.
Prior to placing aggregate (or any other materials or equipment) on private
property, the contractor shall submit to the Engineer written permission
from the property owner for such storage or use.
c. Water.
Water used with the slurry seal shall be from any domestic supply approved
by the City. Refer to Section VIII for the availability of City water.
Equipment
All equipment, tools, and machinery used in the performance of the work shall
conform to Section 302 -4 of the Standard.Specifications, with mixing performed
by a continuous flow mixing machine. All tanks and machinery shall be thoroughly
scrubbed prior to coming in contact with the cationic emulsion.
li
5. Working Hours
. SP5of5
The application of the slurry shall be scheduled to commence after 7:00 A.M.
and shall be completed prior to 3:00 P.M., or as directed by the Engineer.
6. Application of the Slurry
a. Joints
No excessive buildup causing unsightly appearance shall be permitted on
longitudinal or transverse joints. Unless otherwise approved, the overlap
at joints will not exceed 2" and shall be feathered; excessive unapproved
overlaps will not be paid for. Joints between asphalt pavement and concrete
pavement and /or concrete gutters shall be completely and neatly sealed
without excessive slopover onto the concrete; any unsightly and objection-
able excess shall be immediately removed. At street intersections at the
beginning and end of work segments, the slurry shall be neatly spread or
trimmed to a straight line defined by the near curb lines of the street
adjacent to the work.
b. Utility Vault and Box Covers, and Signal Detector Pads
The contractor shall be responsible for tying out or making the necessary
arrangements to have the affected utility owners tie out their surface
facilities prior to construction. The contractor shall wrap all affected
utility boxes, manholes, etc. with plastic or an equivalent protective
coating, prior to the application of the slurry, and shall locate, clean,
and remove all slurry materials from the utility covers and traffic signal
detector pads upon completion of the seal coating operation.
7. Control of Mix and Testing
A minimum of five (5) slurry samples per day will be taken throughout the
application operation. Tests on four (4) of the samples will be made to
determine the percent of asphalt emulsion in the mix. The samples will be
taken by the engineer and tests performed at City expense.
The percentage of asphalt emulsion in the mix shall not vary more than
+2i% or -1% from that used in the approved design mix. For example, if the
approved design mix contained 18% asphalt emulsion, the required limits
would be 17% to 20z %. The slurry applied on the day samples were taken shall
be considered unacceptable if more than one of the samples tested does not
contain the specified percentage limits of asphalt emulsion.
8. Unacceptable Slurry Seal
If the test results do not conform to the requirements of these Special
Provisions, slurry applied on the day samples were taken shall be paid for
at half the unit price bid per extra long ton; or, if in the opinion of the
Engineer, removal is possible, the unacceptable slurry shall be removed
and replaced at the contractor's expense. Continued application of slurry
will not be allowed until it can be shown to the Engineer's satisfaction
that the mix conforms to the approved design mix.
The contractor shall, at the direction of the Engineer, repair and reseal
all areas of the streets which have not been sealed properly and completely.
No extension of time will be allowed for delays due to repair and resealing
or improper mix. Any additional tests required by the Engineer prior to con-
tinuing slurry application and the additional slurry required to correct the
previously rejected slurry application shall be at the contractor's expense.
'FAII
t
rA A
UG
Z3 v
77
All"
M T
u
CITY OF NEWPORT BEACH DRAWN DATE
PUBLIC WORKS DEPARTMENT APPROVED
1977- 4S5�r PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO
— v
� � n
v (�
3 ? I) I hlt--o
Dil
Aj
ix
i
W
Q
NicN�csvo
In
LiERYL 3 ` \
t-�
QF��i L a
lQ S d� J LN• �m �a
a�T
Mdoil .dMB ° o
3
m 0
cz.
S
T.
�' CUHBdPLdNO '� L Th... r
oX R tM
_ ` ' BfOFORO I✓ESTCL /FF DO 1�\?
CITY OF NEWPORT BEACH
PUBLIC AWORKS DEPARTMENT
777 -719
*SE•4L COAT ~404V P,44I
1
1
I
i
w
/i°sAlOb'
\m �0. "I
C Vow
i ' JOE.ILCQ
DRAWN ✓W DATE S�/// ✓.� J�////JJ`/`�/�
APPROVED
.9,55'Y.' PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING N0. 04P-s64e ate:
OWEN M. BROWN INSURANCE
13505 SAN ANTONIO DR., SUITE G
COMPANIES AFFORDING COVERAGES
COMPANY A
NORWALK, CA. 90650
LETTER rll, FIREMAN'S FUND INSURANCE GROUP
COMPANY O
LETTER v
NAME AND ADDRESS OF INSURED
/�
COMPANV ■ -
TED R. JENKINS -
LETTU+ V
COMPANY D
5400 THE TOLEDO, #508
LONG BEACH, CA. 90803
LETTER
COMPANY C
LETTER G
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
Limits of Liability in Thousands ( 00)
COMPANY
LETTER
TYPE PE GFINSU INSURANCE
POLICY NUM RCR
POLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
BODILY INJURY
$
$ °
❑ COMPREHENSIVE FORM
❑ PREMISES— OPERATIONS
PROPERTY DAMAGE
$
$
❑ EXPLOSION AND COLLAPSE
HAZARD
❑
UNDERGROUND HAZARD
❑ PRODUCTS/COMPLETEO
OPERATIONS HAZARD
❑
BODILY INJURY AND
CONTRACTUAL INSURANCE
PROPERTY DAMAGE
$
$
❑ BROAD FORM PROPLHTY
COMBINED
DAMAGE
❑
INDEPENDENT CONTRACTORS
'Applies to Products
_
/Completed
$
❑ PERSONAL INJURY
Operations Hazard.
Iagt snrlk Ir1UPYI
AUTOMOBILE LIABILITY
BODILYINJURY
$
❑
(EACH PERSON)
S
COMPREHENSIVE FORM
❑
BODILY IN JURY
(EACH OCC URRENCE)
OWNED
❑ HIRED
PROPERTY OAMAGF
$
BODILY
BODILY INJURY AND
NON OWNED
DAMAGE
$
EXCESS LIABILITY
COMBINED
HOUR Y INJURY AND
❑ UMBRELLA FURM
PROPERTY DAMAGE
$ $
❑ OTHER I HAN UMHRFLLA
COMBINED
FORM
_
—�
WORKERS COMPENSATION
STATUTORY
A
and
I WP220 47 28
12 -1 -77
M
EMPLOYERS' LIABILITY
b :I <cH OO -.amnn
RIM& THIS
IS TO CERTIFY THAT WE HAVE
ISSUED A VAL
D WORKER'S COMPENSATION
BY THE CALIFORNIA INSURANCE;
COMMISSION
POLICY
IN A FORM APPROVED
TO THE EMPLOYER
H
P I Y PERT D INDICATED.
DESCRIPTION OF OPERATIONS /LOCATIONSP/EHICLES
JOB- 1977 -78 SEAL COAT PROGRAM, CONTRACT NO. 1941
Cancellation: Should any of the above described policies be cancelled before the expiration
date thereof, the issuing com-
pany will ±&*MWAkkk mail 3g days written notice to the below named
certificate holderXk9tKtodHMd K
3n;ads=kxmkmsbetI;4mpasx3am
by registered mail.
NAME AND ADDRESS OF CERTIFICATE HOLDER'.
Septemb 13, 1977
CITY OF NEWPORT BEACH DATE ISSUED:_
CITY HALL
3300 WEST NEWPORT BLVD.
)M�)
l
,/
(((///
NEWPORT BEACH, CA.
AUTHORIZED REPRESENTATIVE
Owen M. Brown
Ins 1
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. IQAI
This is to certify that the Company named below has
issued to the Named Insured the policy of comprehensive liability
insurance identified herein, hereinafter referred to as "Policy ",
and endorsed said Policy as follows to assure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
G. The Policy provides coverage for, but is not limited
to: Owned, Non -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises- Operations; Contractors Protective
Liability; (when applicable) ; and Property
Damage.
This Endorsement is effective 9 -13 -77 when signed by an
Authorized Representative of FIREMAN'S FUND INSURANCE GROUP _
Name of Insurance Company
and when issued to City shall be valid and form part of Policy
No. LC243 09 40 insuring TED R. JENKINS
Named Insured)
expiring December 1, 1977
THIS CERTIFICATE APPLIES TO THE
FOLLOWING JOB ONLY: 1977 -78
SEAL COAT PROGRAM, CONTRACT
.No. 1941
NAME OF AGENT OR BROKER OWEN M. BROWN
ADDRESS - AGENT /BROKER 13505 San Antonio Dr., Suite G
OWEN M. BROWN
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he has authority to execute this Certificate
on behalf of the Insurance Company
RESOLUTION NO. 9172
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO TED R.
JENKINS FOR THE 1977 -78 SEAL COAT PROGRAM,
CONTRACT NO. 1941
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1977 -78 Seal Coat Program, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 9th day of August, 1977,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is TED R. JENKINS;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Ted R. Jenkins
for the work in the amount of $49,636.90 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED this
ATTEST:
City Clerk
22nd day of August , 1977.
Mayor
DDO /bc
8/22/77
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
1977 -78
SEAL COAT PROGRAM
CONTRACT NO. 1941
Submitted by:
___l r" CI I \ L° f� T , 'x
Contractor
Address
/ c a e
City Zip
Approved by the City Council this
25th day of July,
Telephone
Doflis George, City Clerk Of
Total Bid Price
�,. • f
�:..
R
I,i`.
:'_= -� `-
,_,
;::,::_
<�.`
-:2,�,
! i►
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of t e State of California provid' g for
the registration of Contractors, License No. Classification
M
Accompanying this proposal is
, uertiTlea LnecK, Lasnler -s l.neCK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone Number �J
14e, c p }
Date
Authorized--Signature
Type of.Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co -partn rs if a co- partnership:
At
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies tha
listed contractors in making
will be used for the work for
City Engineer, and in accorda
specifications. No change ma
the prior approval of the Engineer.
t he has used
up his bid an
which they b
nce with the
y be made in
Item of Work
1.
2.
3.
4.
5.
6.
8.
9.
10.
11.
12.
Page 3
the sub -bids of the following
d that the subcontractors listed
id, subject to the approval of the
applicable provisions of the
these subcontractors except upon
Subcontractor
Address
Type of Organization
(Individual, Co- partnership or Corp.)
i
• 0
s
UNITED 1FA9FIC INSUR.ANC OIdPANY
HOME OFFICE, TACOMA, WASHINGTON
BID BOND Bond No. U 76 45 16
APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS
A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.)
KNOW ALL MEN BY THESE PRESENTS, that we
TED R. JENKINS
as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of
Tacoma, Washington, a corporation duly organized under the laws of the State of Washington, as
Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH, CALIFORNIA
as Obligee, hereinafter called the Obligee, in the sum of AN AMOUNT OF MONEY EQUAL TO
TEN PERCENT OF THE TOTAL BID IN -------------- Dollars($10% of total bid
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
1977 -78 Seal Coat Program (Contract #1941)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter
into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or
bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for
the faithful performance of such Contract and for the prompt payment of labor and material fur-
nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract
and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid,
then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 9th
BDU -2305 Ed. 10-73
( Witness)
day of August A.D. 19 77
Ted R. Jenkins, Sc1e Owner
UNITED PACIF NS ANCE CqJMPANY
BY _-
OWE ROWN -in -Fact
w
State of California
ss:
County of TOR ANCEIFR
On August 9th 19 77 , before me, the undersigned, a Notary Public in and for said County,
personally appeared OWEN M. BROWN known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
Attorney -in -Fact.
OFFICIAL CFAL
n nA. ' ',A o J. BFiNhER
m. ( NOTARY PU9UC - CALIFORNIA
L. S ANGELES COUNTY
My coma. cxp,res MAY 23, 1980
My Commission expires _ J19
BDU -1818 ED. 3/72 (CALIF.)
0 0
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, as Principal,
and as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($_ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this . day of
, 19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
By
Title
Surety
pa
• w
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby.such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of th ds of the Contracts sought by
this bid.
Subscribed and sworn to before me
this day of
V
-fly commission expires:
Notary Public
• 0
r
.. _:. __:..__ ww_��.,:� -- �._ ,mod.:, .•: -_ : �. _::n,. _., .
STATE OF CALIFORNIA
COUNTY OF
LDS ANGELES ss.
ON 9 AuAu6t '19 7y
before me, the undersigned, a Notary Public in and for said State, personally appeared
_ TED R. JENKINS - - -- —
, known to me,
to be the person— whose name_ subscribed to the within Instrument,
` and acknowledged to me that .—he— executed the same.
=SELIZABETJJ GIAL SEAL WITNESS my hand and official seal.
1. MIRAMONTES BLIC - CALIFORNIA
NGELES COUNIY
expires JUN 10, 1990
for said
Form 231—Rey. 344
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tile undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
C1
0
{
.. r
iij
a
iT
-.
.. _.
�'../
Ths# rsi a #ak t►t e# the ikot of::siw- ar- :cttaracter to
"_ l€ited.
l cai �a r, =has per#o1 d M suctessful:ty c
_
�-
- _= ,Fs►r. �- t)etai�l ..: - " Parscm #� Gorttaei_. `.: Tel sate ". No.
..
'.
_ . ..
IT-
.._
-
it
it
6 T7
f� -.-
Ti u - ..
-'..
-:
-
� ;c, rare �S� �k
.3�ii�f►T
-
_.. ,
�-_ _ _ ..,
it
it
et
TT
TT
.<c.^'-.
1
PROPOSAL
To Ore Honorable City Council
City of Newport Beach
MOO West Newport Boulevard
Newport Beach, California 43663
Gentlemen:
PR
I of
I
The undersigned declares that.:ho.has carefully examined the location of the work, has read,
the Notice.Inviting Bids, has'examined the Plans and Special Provisions 'and'hereby proposes
9
to furnish all materials and do al`T. the work required to complete Contract No. 1941 in
accordance with the Plans and:Specifications, and will take in full payment therefor the
following unit prices for the Work, complete in,place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WIR'TTEN IN WORDS PRICE PRICE
1. 1390 Furnistk all labor, equipment and
(Extra Long Tons) materials; and perform all work
necessary to apply.slurry seal
coating as shown On the plans.
@ e Dollars
and
e4, 4�-p Cents --2. Z.
Per Extra Lo Ton
TOTAL PRICE WRITTEN INWORDS:
-31V
N MV AM
Date,/
CONTRACTOR'S LICENSE C-/:),TELEPHONE NUMBER
CONTRACTOR I.-S'ADDRESS --7—Z,& T /00 WA
and ;7
Cents $ to/3 i�� .- '
7;H V��
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
1977 -78 SEAL COAT PROGRAM
CONTRACT NO. 1941
SECTION
PAGE
I.
SCOPE OF WORK ... . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE . . . . . . . .
. 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
IV.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . .
. 1
V.
VEHICULAR,AND PEDESTRIAN TRAFFIC CONTROL . . . . . . . . . . .
. 2
VI.
NOTIFICATION OF BUSINESSES AND RESIDENTS . . . . . . . . . . .
. 2
VII.
FINAL CLEANING AND SURFACE PREPARATION . . . . . . . . . . . .
. 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
IX.
SLURRY SEAL MATERIALS AND APPLICATION . . . . . . . . . . . .
. 3
1. General . . . . . . . . . . . . . . . . . . . . . .
. 3
2. Slurry Seal Mix Design . . . . . . . . . . . . . . . . . .
. 3
3. Materials . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
a. Asphalt. Emulsion . . . . . . . . . . . . . . . . . . .
. 4
b. Aggregates . . . . . . . . . . . . . . . . . . . . . .
. 4
c. Water . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
4. Equipment . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
5. Working Hours . . . . . . . . . . . . . . . . . . .
. 5
6. Application of the Slurry . . . . . . . . . . . . . . . . .
. 5
a. Joints . . . . . .
. 5
b. Utility Vault and Box Covers, and Signal Detector Pads
5
7. Control of Mix and Testing . . . . . . . . . . . . . . . .
. 5
8. Unacceptable Slurry Seal . . . . . . . . . . . . . . . . .
. 5
i.
II
III
IV
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1977 -78
SEAL COAT PROGRAM
CONTRACT NO. 1941
SCOPE OF WORK
SP I of 5
The work to be done under this contract consists of furnishing all labor, equipment,
transportation, and material necessary to complete slurry seal coating of various
streets in the City of Newport Beach as shown on the plan, complete in place.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plans (Drawing No. R- 5348 -L), the City's Standard Special Provisions,
the City's Standard Specifications, and applicable portions of the American Society
for Testing and Materials Specifications. The City's Standard Specifications are
the Standard S ecifications for Public Works Construction, 1976 Edition. Copies
may be purchase from Building News Inc., 3055 Overland Avenue, Los Angeles, Calif-
ornia 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special
Provisions may be purchased from the Public Works Department at a cost of $5.
QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE
Only bids from responsible bidders will be considered. To qualify as a responsible
bidder, the contractor shall have a successful performance record in the application
of cationic quick -set slurry seal and shall have actually placed at least 5,000
extra long tons. Bidders shall submit, with their bids, the name of the proposed
foreman who must have a minimum of two years experience in this type of work. This
foreman shall be present whenever slurry seal is being applied.
The contractor will be required to obtain a valid City business license prior to
the start of work.
PAYMENT
The unit price bid per extra long ton of slurry seal coat shall include full com-
pensation for all labor, materials, equipment, and transportation required for
slurry seal coating of asphalt pavements.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
Within ten (10) days after notification of award of the contract by the City, the
contractor shall submit his proposed slurry seal mix design (see Section IX.2) and
a schedule of work which shall incorporate the following requirements:
Work shall not begin before twenty (20) calendar days following submission
of the schedule to the City.
. . SP2of5
2. All work shall be completed by May 26, 1978. No extensions of time will
be allowed under this contract.
3. No work shall be scheduled for the period from December 16, 1977 to January 3,
1978, or during national holiday periods without express approval by the
Engineer.
4. The complete construction schedule shall be submitted in writing and shall
be approved by.the Engineer prior to the start of any work. It shall show the
geographical areas and the approximate periods of time planned for work in
each area. Unless otherwise approved by the Engineer, the contractor shall
provide thirty (30) days written advance notification of any proposed major
changes to the original approved schedule.
It is the intent of these special provisions to allow the contractor the flexibility
of scheduling his work conveniently throughout the year, while maintaining sufficient
advance notice for the required preparatory patching work to be performed by City
forces.
Ten (10) days prior to the actual start of work in any area, the contractor shall
furnish the Engineer with a written schedule of daily operations for his approval.
Once work is started on a street or on related streets in a tract, it shall be
prosecuted to completion in a timely and diligent manner so as to minimize incon-
venience to the public. The contractor shall employ sufficient workers and equip-
ment to assure completion of the work each day for which notification has been given
to the affected properties.
V. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Sections 7 -10 and
302 -4.4 of the Standard Specifications except as modified by these Special Provi-
sions, and with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also published by Building News, Inc.
The contractor shall schedule his operations so that all streets can be opened
to traffic at the end of the working day, except when unexpected weather condi-
tions require a longer curing period. In this event, the contractor shall install
sufficient barricades (lighted if necessary), interspersed within the treated lane
to prevent use until curing is completed.
On divided streets, the contractor shall work on only one roadway at a time unless
otherwise permitted by the Engineer, and a minimum of one open traffic lane shall
be maintained at all times on the roadway being sealed. On undivided collector
streets, a minimum of one open traffic lane in each direction shall be maintained
at all times. Sealing operations shall be conducted so as to keep access to commer-
cial areas and long cul -de -sac streets open at all times.
The contractor shall furnish and post on streets to be sealed, temporary "No Parking"
signs stating the date of the restriction. The signs shall be in place forty -eight
(48) hours in advance of the need for enforcement.
VI. NOTIFICATION OF BUSINESSES AND RESIDENTS
Based on the approved construction schedule, the City will send a preliminary notice
to the affected businesses and residents, advising them of the location and approxi-
mate time of the work.
H
• SP3of5
A second written notice, prepared by the City, shall be distributed by the con-
tractor to the affected businesses and residents forty to fifty (40 -50) hours in
advance of the seal coating. The notices will alert the abutting properties of
the temporary inaccessibility to their driveways, and shall specify the date the
work will be done and approximately when the street will be restored to normal
vehicular use.
A renotification distributed by the contractor shall be required if there are
errors in distribution, false starts, acts of God, or other alterations of the
schedule. The City will prepare the written renotification explaining the cause
for delay and stating the new schedule.
VII. FINAL CLEANING AND SURFACE PREPARATION
Prior to applying the seal coating material, all dirt, oil and grease spots, and
all other objectionable matter shall be removed from the pavement by power sweep-
ing, supplemented with hand brooming, scraping, grinding, etc., to assure adher-
ence of the slurry coat to the pavement surface.
VIII. WATER
If the contractor desires to use available City water, it shall be his responsi-
bility to make arrangements for water purchases by contacting the City's Utilities
Superintendent, Mr. Jim Frost at (714) 640 -2221.
IX. SLURRY SEAL MATERIALS AND APPLICATION
1. General
Cationic Quick -Set slurry seal shall be proportioned, mixed, and spread in
accordance with Section 302 -4 of the Standard Specifications and these
Special Provisions.
2. Slurry Seal Mix Design
The contractor shall submit a slurry seal mix design and the results of a
wet track abrasion test, performed on the design mix, to the City for approval
within ten (10) calendar days after notification of award of the contract by
the City. The design mix shall be such that the maximum allowable wear value
is 30 grams per square foot of emulsified asphalt when subjected to the wet
track abrasion test. The contractor will be responsible for tests needed for
verification of the mix design and materials. (This does not include field
tests needed for control of construction, except as otherwise noted herein.)
The results of the test shall be reported as follows:
a. The average wear value (WTAT loss) in grams per square foot for
each quantity of emulsified asphalt.
b. Total water added (percent based on aggregate weight) to arrive at
pouring consistency. Mixing water shall be held to a minimum.
I
c. Any tendencies observed towards mix segregation during Part 1.
d. Observations as to texture, signs of surface skinning, or tacki-
ness in the specimen at the start of Part II.
e. Percent of Portland cement or hydrated lime added - -if they are required
to overcome mix segregation at free- flowing consistency.
3
0 0
SP4of5
A copy of the wet track abrasion test procedure, as presented at the Sixth
Annual Convention of the International Slurry Seal Association, January 1968,
is available for review at the Public Works Department.
Materials
a. Asphalt Emulsion
The asphalt emulsion shall be of the cationic quick -set type, similar
to QS -KH, using penetration grade 60 -70 paving asphalt as a base. It
shall meet the following specifications when tested according to appro-
priate ASTM methods.
Emulsion
Furol fiscosity at 770 F, Sec. 20 -100
Residue from distillation; % by weight 57 min.
Sieve test (% retained on No. 20) .10 max.
Particle charge test Positive
Storage stabilit ; one day settlement 1% max.
Mixing test (job Sec. @ 700 F 120 min.
Residue
Penetration 40 -110
Solubility in Trichloroethyiene, % 97.5 min.
Ductility at 770 F, cm. 40. min.
Test
D244
D244
D244
D244
D244
Chevron P -12
Test
D5
D2042
D113
The contractor shall submit a certificate of compliance analysis supplied
by the manufacturer verifying that the base asphalt used in the emulsion
is in conformance with these Special Provisions.
b. Aggregates
The mineral aggregate shall conform to Section 203 -5 of the Standard
Specifications, except that it shall consist of 100 percent ( %) rockdust.
Certified weigh tickets shall be presented to the Engineer immediately
upon delivery of the aggregate to each site. Upon completion of the work
in each area, the contractor shall completely remove all excess stockpiled
aggregate and return the site to its original condition prior to his
operations. Payment shall be made only for the actual amount of aggre
gate used.
Prior to placing aggregate (or any other materials or equipment) on private
property, the contractor shall submit to the Engineer written permission
from the property owner for such storage or use.
c. Water.
Water used with the slurry seal shall be from any domestic supply approved
by the City. Refer to Section VIII for the availability of City water.
4. Equipment
All equipment, tools, and machinery used in the performance of the work shall
conform to Section 302 -4 of the Standard Specifications, with mixing performed
by a continuous flow mixing machine. All tanks and machinery shall be thoroughly
scrubbed prior to coming in contact with the cationic emulsion.
• • SP5of5
5. Working Hours
The application of the slurry shall be scheduled to commence after 7:00 A.M.
and shall be completed prior to 3:00 P.M., or as directed by the Engineer.
6. Application of the Slurry
a. Joints
No excessive buildup causing unsightly appearance shall be permitted on
longitudinal or transverse joints. Unless otherwise approved, the overlap
at joints will not exceed 2" and shall be feathered; excessive unapproved
overlaps will not be paid for. Joints between asphalt pavement and concrete
pavement and /or concrete gutters shall be completely and neatly sealed
without excessive slopover onto the concrete; any unsightly and objection-
able excess shall be immediately removed. At street intersections at the
beginning and end of work segments, the slurry shall be neatly spread or
trimmed to a straight line defined by the near curb lines of the street
adjacent to the work.
b. Utility Vault and Box Covers, and Signal Detector Pads
The contractor shall be responsible for tying out or making the necessary
arrangements to have the affected utility owners tie out their surface
facilities prior to construction. The contractor shall wrap all affected
utility boxes, manholes, etc. with plastic or an equivalent protective
coating, prior to the application of the slurry, and shall locate, clean,
and remove all slurry materials from the utility covers and traffic signal
detector pads upon completion of the seal coating operation.
7. Control of Mix and Testing
A minimum of five (5) slurry samples per day will be taken throughout the
application operation. Tests on four (4) of the samples will be made to
determine the percent of asphalt emulsion in the mix. The samples will be
taken by the engineer and tests performed at City expense.
The percentage of asphalt emulsion in the mix shall not vary more than
+22% or -1% from that used in the approved design mix. For example, if the
approved design mix contained 18% asphalt emulsion, the required limits
would be 17% to 20z %. The slurry applied on the day samples were taken shall
be considered unacceptable if more than one of the samples tested does not
contain the specified percentage limits of asphalt emulsion.
8. Unacceptable Slurry Seal
If the test results do not conform to the requirements of these Special
Provisions, slurry applied on the day samples were taken shall be paid for
at half the unit price bid per extra long ton; or, if in the opinion of the
Engineer, removal is possible, the unacceptable slurry shall be removed
and replaced at the contractor's expense. Continued application of slurry
will not be allowed until it can be shown to the Engineer's satisfaction
that the mix conforms to the approved design mix.
The contractor shall, at the direction of the Engineer, repair and reseal
all areas of the streets which have not been sealed properly and completely.
No extension of time will be allowed for delays due to repair and resealing
or improper mix. Any additional tests required by the Engineer prior to con-
tinuing slurry application and the additional slurry required to correct the
previously rejected slurry application shall be at the contractor's expense.
- - -A \
1�
JAgr .
p
110PO '� I j
\
f
C'
th
/114
�� 4 p.
��
o�
0
/ CAM
7
m fh
1—
1
1WIlll
r WI r
/rte v
.y
3333>
_ST.F�'ETS 177 BE �` sQ2Q ��% mY
S'Ll.6F1PY SEALED � "vs�, • F: -�.
Rey '�O
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
�` MIR7T7- 799 /�
JL�Z fr G/W / ��9VT~
pN N , C:
110111111
" F
A
C� A
o
� � G
T
vy
DRAWN ✓/W DATE ✓�r�+��
APPROVED
4459 PUBLIC WORKS DIRECTOR
R.E. NO. C
DRAWING N0.- ^ ,�:
M
V/fTe YO V/f
PL
• v,
0
PAj
vicnen iiiciA \ \ �i W
r' \O
wer g
c
t
F
all
Q\'tea c x. c` z\ \
to
\ z'
gi
MdR�a Qd G4�B m o 1
cz
F.
m..
O " CUHBE ?LdNO i L � r
OX RD 2N
Y
DR
\ BEOFO,PO IYES7CL /FF
Z c.19 :
NESR'L/FF nP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
� 'R%%" %8
SEAL C'0,4T ~049 Woe
�1
I
i
1
\
8
F
21
� .�'dlX1' .AE.IICQ
DRAWN ✓w DATE
APPROVED zi A?
.4850Y PUBLIC WORKS DIRECTOR
R.E. NO. !s°
DRAWING NO. R 5�-Z ~4
Y
i
11
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO.
This is to certify that the Company named below has
issued to the Named Insured the policy of comprehensive liability
insurance identified herein, hereinafter referred to as "Policy ",
and endorsed said Policy as follows to assure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, lion -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises- Operations; Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsemy`�\ effective
Authorized Re N1. sentative of
and when issu� Cis all
No.
expir
ing
when signed by an
Name of Insurance Company
be valid and form part of Policy
O
NAME OF AG= 0 O R
ADDRESS
- AGE /BROKE
. Representative
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he has authority to execute this Certificate
on behalf of the Insurance Company
0 C— 0
TED R. JENKINS CO. INC. 5400 THE TOLEDO, LONG BEACH, CA 90803
9 August 1977
CITY Of NEWPORT BEACH
3300 NewpoAt Bouteva)Ld
NewpoAt Beach, CA 92660
Attention: M. At Be,i.ngbseA
Pub Pic (Uahk6 DepaAtment n-
c�
ReSeAence: CONTRACT SEAL COAT PROGRAM" 7� Z *•�,Fy��
`
CITY OF NEWPORT BEACH js
Bid Date: 9 August 1977110:30 a.m.
DeoA MA. Being46eA:
OuA supeAi.ntendent boA the above- AebeAenced project wiU be Doug MaAtin
�oA the duAation ob the woAk.
In addition, please bind a comptete copy o6 ouA b.i-nanci.ae statement
box the yeah ending DecembeA 31, 1976 ouA tatest on bite.
Ib we may be ob SLUtheA assistance, ptease do not he6.itate to cage ou,%
ojjice. Thank you.
Sir ,
TED R. JENKINS PU BLIC WORKS
'A p 1977 p
CITY OF
cc: pAoject bite „NE'NPORT BEACH,
CAono Q CALIF.
S
SLURRY SEAL • WALK TOP PAVING w r I rn
SOUTHERN CALIFORNIA 213 • 439 -9551 NORTHERN CALIFORNIA 415 534 -1090
0
Ce4tif ied -9udlic c-4ccountants
510I Cast cAnaheim
-Cong Beach, Calif mnia go8o¢
SlepAone (213) 597 -4#22
1��sj
� t, i1Y`„µ}4• �
' _ rrrrC4�
RECEIVER
3
P9ll11 wall,
AUG 101sn.
CITY OF
NEWPORT BEACH
� `
CALIF.
Agif uff� & 91T.
Cevified -9ublic d7ccountanls
5101 East 4nalleim
..Cony geacA, Calilmnia go8oq
gelepnone 213) 597-4422
March 3, 1977
TED R. JENKINS CO., INC.
THE ACCOMPANYING STATEMENT OF FINANCIAL POSITION OF TED
R. JENKINS CO., INC. AS OF DECEMBER 31, 1976, AND THE
RELATED STATEMENT OF INCOME AND THE STATEMENT OF CHANGES
IN FINANCIAL POSITION FOR THE YEAR THEN ENDED WERE NOT
AUDITED BY US AND, ACORDINGLY, WE DO NOT EXPRESS AN
OPINION ON THEM.
0 0
TED R. JENKINS CO.9 INC.
STATEMENT OF FINANCIAL POSITION
DECEMBER 319 1976
ASSETS
CURRENT ASSETS
CASH IN BANKS —
IST STATE BANK — GENERAL
72.01
AMERICAN CITY — GENERAL
1,241.36
AMERICAN CITY — PAYROLL
4,507.86 —
ACCOUNTS RECEIVABLE
452,151.04
RECEIVABLE FROM EMPLOYEES
1,093.03
450,049.56
FIXED ASSETS
EQUIPMENT
5360550.27
OFFICE FACILITY
1,857.93
FURNITURE
29063.68
ACCUMULATED DEPRECIATION
153,268.OJ-
387,203.8c"
OTHER ASSETS
RECEIVABLE FROM OFFICERS
7,216.33
DEPOSIT
1,926.89
9,145.22
TOTAL ASSETS
846,398.66
FOR INTER`4AL USE ONLY
THE ACCOMPANYNVG REPORT SHOULD 6E READ IN CONJUNCTIO;4 WITH THIS STATEMENT
PREPAIRED FROM THE ACCOUNTING RECORDS WITHOUT AUDIT
PHILLIP M. DUFFY E CO. — CERTIFIED PUBLIC ACCOUNTANTS — LONG BEACH CALIF.
..... ......
TED R. JENKINS CO.9 INC.
STATEMENT OF FINANCIAL POSITION
DECEMBER 319 1976
LIABILITIES AND STOCKHOLDERS EQUITY
CURRENT LIABILITIES
ACCOUNTS PAYABLE
152,136.71
PAYROLL TAXES PAYABLE
369163.78
SHORT TERM NOTES PAYABLE
75,000.00
NOTE G CONTR PAY -CUR PORT.
749210.79
FRINGE 6ENEFIT PAYABLE
19297.68
338,808.96
LONG TERM LIABILITIES
CONTRACTS PAYABLE
55,578.22
NOTE PAYABLE - 1ST STATF & SANWA
120,177.36
DEFERRED FED INCOME TAX
179483.00
LESS CURRENT PORTION
749210.79-
119,027.79
STOCKHOLDERS EQUITY
PAID IN CAPITAL
109333.07
RETAINED EARNINGS
378,228.84
388,561.91
TOTAL LIAR. AND STOCKHOLDERS EQUITY
846,398.66
FOR INTERNAL USE ONLY
THE ACCOMPANYING REPORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT
PREPAIRED FROM THE ACCOUNTING RECORDS WITHOUT AUDIT
PHILLIP M. DUFFY C CO. - CERTIFIED PU3LIC ACCOUNTANTS - LONG BEACH CALIF.
E
TED
STATEMENT
JANUARY 19
R. JENKINS CO.9 INC.
OF INCOME AND RETAINED EARNINGS
1976 THRU DECEMBER 31, 1975
MONTH % YEAR TO DATE o
INCOME 5069785.84 100.0 194139297.22 100.0
COST OF SALES
MATERIALS
232,462.62
45.9
520,972.81
36.9
WAGES
96,398.90
19.1
269,076.54
19.0
FIELD EXPENSES
339637.19
6.0
73,025.21
5.2
OUTSIDE SERVICES
69181.44
1.2
19,419.44
1.4
SUBCONTRACTERS
45,332.25
8.9
749879.34
5.3
TOTAL COST OF SALES
411,512.40
81.2
957,373.34
67.7
GROSS PROFIT
95,273.44
18.8.
4550923.88
32.3
EXPENSES
DUES L SUBSCRIPTIONS
970.67
.2
1,737.88
.1
GAS, OILY PARTS L SERVICE
239049.36
4.5
709894.90
5.0
TELEPHONE
2,846.23
.6
59490.41
.4
UTILITIES
115.22
.0
2,133.65
.2
INSURANCE L BONU COSTS
10,741.24
2.1
52,966.03
3.7
INTEREST
4,760.49
1.1
25,667.93
1.9
LEGAL L ACCOUNTING
3,140.24
.6
11,063.64
.8
LICENSES, TAXES, PERMITS
2,361.24
.5
12,648.87
.9
OFFICE EXPENSES
2,463.38
.5
9,047.34
.6
ADVERTISING
454.80-
.0
REPAIRS L MAINTENANCE
1,030.75
.2
4,016.33
.3
PAYROLL TAX EXPENSE
7,738.05
1.5
269440.09
1.9
ANSWERING SERVICE
94.40
.0
337.05
.0
TRAVEL+ PROMOTION, L CREW
12,956.32
2.6
29,602.10
2.1
CONTRACT LABOR
16.50
.0
49511.33
.3
OPERATING MATERIAL
4,734.92
.9
10,917.34
.8
EQUIPMENT RENTAL /EXPENSES
29129.31
.4
49247.59
.3
DEPRECIATION
139191.00
2.5
52,762.00
3.7
OFFICERS SALARIES
4,875.00
1.0
19,125.00
144
OFFICE SALARIES
139865.05
2.7
20,641.93
1.5
CONTRIBUTIONS
55.00
.0
MISCELLANEOUS
81.40
.0
81.40
.0
RENT - OFFICE
500.00
.1
29815.00
.2
RENTAL SPACE - E'QUIPMENT
144.00
.0
79953.89
.6
TOTAL EXPENSES
11,804.71
22.1
374,741.95
26.5
FOR INTERNAL USE ONLY
THE ACCOMPANYING REPORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT
PREPAIREU FROM THE ACCOUNTING RECORDS WITHOUT AUDIT
PHILLIP M. DUFFY L CO. - CERTIFIED PUBLIC ACCOUNTANTS - LONG BEACH CALIF.
0
TED R. JENKINS CU., INC.
STATEMENT OF INCOME AND RETAINED EARNINGS
JANUARY 19 1976 THRU DECEMBER 31, 1976
OPERATING INCOME LOSS
GAIN ON SALE GF ASSETS
NET INCOME BEFORE TAXES
NET INCOME OR LOSS-
RETAINED EARNINGS 1/1/75
RETAINED EARNINGS TO DATE
MONTH % YEAR TO DATE o
16,531.27- 3.3 81,181.93 5.7
797.00- .0
80,384.93 5.7
297,843.91 21.1
378,228.84 25.1
FOR INTERNAL USE ONLY
THE ACCOMPANYING RE=PORT SHOULD BE READ IN CONJUNCTION WITH THIS STATEMENT
PREPAIREO FROM THE ACCOUNTING RECORDS WITHOUT AUDIT
PHILLIP M. DUFFY G CO. - CERTIFIED PUBLIC ACCOUNTANTS - LONG BEACH CALIF.
TED R. JENKINS CO., INC.
STATEMENT OF CHANGES IN FINANCIAL POSITION
JANUARY 1, 1976 THROUGH DECEMBER 31, 1976
CASH WAS PROVIDED BY:
OPERATIONS:
Net Income 80,384.93
Add:
Expense not requiring cash
expenditure- Depreciation 49,963.00
Increase in Accounts Payable 19,945.36
Increase in Fringe Benefit
Payable 1,297.68
Decrease.in Receivable from
Employee 4,394.62
Decrease in Prepaid Taxes 6,796.00
Increase in Payroll Tax
Payable 11,391.95 93,788.61
Deduct:
Increase in Accts. Rec. 169,895.24
Increase in Deposit 1,000.00
Decrease in Wages Payable 3,418.75 174,313.99 (140.45)
Provisions:
Decrease in Receivable from Officer 11,232.25
Increase in Short Term Note 75,000.00
TOTAL CASH WAS PROVIDED 86,091.80
CASH WAS APPLIED TO
Acquisition of Fixed Assets 24,429.66
Payoff Contract Payable 19,351.71
Payoff Notes Payable 6B,5oo.64
701.39 112,983.40
EXCESS OF CASH APPLIED OVER CASH PROVIDED (26,891.60)
CASH IN BANK JANUARY 1, 1976 23,697.00
CASH IN BANK DECEMBER 31, 1976 (3,194.51)
�p IM1ppenrn I nnn rnu nur'ounono Hrt•'� r.lt W�ee.mt dutlu
J��I�I�I; TEI. �Y¢f! g' Yi D. CirnL /ir✓ %�u / /'c �%rrorm /un/ L1mry �irucb, ii,r /i /unniu
• -
P R EP A BY
APPROVEO
DY
27
(1) 131 (4)
L
E
No
j
zz
2
Oa lei
C,O,/
91 e- cr
3
4
;44z
76 7'
.W,zX,z 1-57 Z/'�
/.,p
4e? �,;;r
7
;,2
771
:7z
9
O'C' �ra
7
'0
"07,
toe
I-?mos or
0 r
1-3 G2
3
G/
90 ep
14
4l-e cc
1-71
15
16
q
17
;rl
9 9
799
/-S--
lleti
20
21
R
vs/
22
O's'O, pa
e2:
23
pa&7 RO
012
�e
24
.7
25
/ZOO e 4- -C
sel
26
27
28
dIl
29
30
4./wm
31
/1.76
A�' te e,.v � ,
32
z -76
A3,
34
35
36
37
38
39
40
17 -9
7
r
4.
E
a
N
N
�F
4
W
u
S
�n
ue
i
em
u
n�ui
Q9111
I
NNI�1111
I�
�oniinn
m
i
4
W
u
S
�n
r
F
E
7
N
O
CO
O
a�
t-
J
F-
F
T
CL
W
W
Z
C7
2
W
N,
C,
J
LM
W
IJ
S
cn
niaiu�u
u��l��llllllllllll��
IM
�1
I�AI
I�
nm�
n
�nem
i
N,
C,
J
LM
W
IJ
S
cn