Loading...
HomeMy WebLinkAboutC-2104 - Balboa Island bulkhead coping repair`T- " """"" ° ° •° -- October 1, 1979 _. CITY COUNCIL AGENDA ITEM NO. H -2(b) FROM: Public Works Department SUBJECT: BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) RECOMMENDATION: Adopt a resolution awarding the contract to Uribe Company of Baldwin Park for $79,190. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 2:30 P.M. on September 13, 1979. Bidder Amount Uribe Company, Baldwin Park $79,190.00 Hane Construction Inc., Long Beach $82,260.00 Superior Gunite Co., North Hollywood $97,000.00 The low bid is 1% under the Engineer's estimate of $80,000. This project provides for the reconstruction of a portion of the deter- iorated reinforced concrete bulkhead copings along the Grand Canal (see attached sketch). This is the second phase of a 3 -phase program to repair the copings along the canal using the air -blown gunite technique. Adjustment and reconstruction of existing platforms and piers is the responsibility of the adjoining owners. They have been notified of the work schedule. The low bidder is well qualified and has satisfactorily performed similar work for the City in the past. Funds have been provided for this project, Budget Number 02- 4197 -136. The estimated date of completion is January 11, 1980. The plans and sp cifications were prepa�red�by the Public Works Department. Benjamin B. Nolan Public Works Director GW:do Att. :i . , 5 A !.VGRTN` . f` SPh • i 1 ! is ti P.4R & SOUTH J�--T- u i J 0 w x � Y h K .. W NE W000,09-r- 100.4 A Al ��� �.9.0�•Mrs+V MEW I`tl .p•i1•�•d V + Ep STING IR s I�81/LKHEAD •a i A ACE . --✓e f , ±' ryo�cA< secrroN COP /iYG /4E•PIi /R NT.S. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT A1,41-4 OA /S,[gN0 CO..P /1(rr. A94 DRAWN --U, 'V•-.— DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO..4FYI1 /l31T pB 0 RESOLUTION NO. 0 CiN G )UNMiRESOLUTION OF THE CITY COUNCIL OF THE CITY K'r -Jt Q' "r %OCWEWPORT BEACH AWARDING A CONTRACT TO THE URIBE COMPANY IN CONNECTION WITH THE BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) WHEREAS, pursuant to the notice inviting bids to work in connection with the Balboa Island bulkhead coping repair, Phase II, in connection with the plans and specificiations hereto- fore adopted, bids were received on the 13th day of September, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the URIBE COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of the URIBE COMPANY in the amount of $79,190.00 for the Balboa Island bulkhead coping repair, Phase II, be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 1st day of October , 1979. Mayor ATTEST: City Clerk HRC /kv 9/25/79 0 0 TO: CITY COUNCIL FROM: Public Works Department August 27, 1979 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m., September 13, 1979. DISCUSSION: This project provides for the reconstruction of a portion of the deteriorated reinforced concrete bulkhead copings along the Grand Canal (see attached sketch). This is Phase II of a proposed 3 -phase project to repair the copings along the canal using the air -blown gunite technique. Adjustment and reconstruction of existing platforms and piers is the responsibility of the adjoining property owners. A letter (copy attached) has been sent to the property owners apprising them of their responsiblity. The plans and specifications were prepared by the City. The engi- neer's estimate is $80,000. (Funds are available in Account No. 02- 4197 -136.) The estimated date of completion is January 11, 1980. Beni min B. Nolan Public Works Director' GW:jd Att. +.' FI > w �ir ip io CITY OF NEWPORT BEACH CALIFORNIA PUBLIC WORKS DEPT SUBJECT: BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE I 6 2104 Dear Property Owner: City Hall )300 W. Newport Blvd. ';Area Code 714 640 -2281 The City is currently preparing the plans for reconstructing the coping with gunite concrete on both sides of the Grand Canal ,from 150 feet north of Balboa Avenue to a point approximately 100 feet north of the Park Avenue Bridge. The extent of the work is shown on the attached sketch. The remaining work on the Grand Canal is planned for 1980 -81 fiscal year. All of the existing platforms or piers now attached to the bulkhead will have to be removed to allow the City's contractor to perform the reconstruction of the coping. It is the property owners' responsibility to remove and replace the platforms and to make arrangements for temporary relocation of boats. The re- placement must be in accordance with the City's Standard Drawing Nos. 602 -L and 603 -L (copies attached). We will, mail you a notice 30 days prior to the start of work asking that you arrange for the removal of your platform. If the plat- form is not removed, the City's contractor will remove it and place any salvage- able material on your property if you so desire. Because of concern over the stability of the wall, the revised City Standard Nos. 602 -L and 603 -L do not allow the cantilevered platform to be attached to the bulkhead. The replaced platforms are to be free - standing structures with no direct connection to the new coping. The work is tentatively scheduled to start January 1980. We will make every effort to ect with your pier reconstruction. Please Mr. Gilbert Wong, or me at 640 -2281. Ver truly yours, i Ben janin B. Nolan Public Works Director GW:jd Att. in October 1979, with completion in assist you in coordinating this proj- feel free to call our Project Manager, -- I -I `I -i I 1 I e• SOUry Ij w(-tl EXISTING @ . .. O �: BfILKHEA0. O U Z ti h W cx�sriy6: •ol• :' .Q V F; o �r.✓e t . 7"Y.o /CAL s•.EGT /ON ' _COPCOP /�REP.91R . N.rs. f NE wooer ,94 y ioL A A/ --------._----- CITY OF NEWPORT BEACH DRRAWN-L PUBLIC WORKS DEPARTMENT APPROVED PUBLIC MX9 DIRECTOrt `. R.E. NO. _ I A le r/,57 7-,eE4Z:19 Odx. i- �a�t Clove. PLAN 2 X6 or A�ra- j N CPEOSOTEO Z 11(le I prexlgZ' 6,d4147 ZIA EL EVA TION SECTION A -A NOTES. 70 eZZCel-1640 /16 3. .ILL f/G?OiYQBE,S.yt1LL BE f/OT 6lez 4. e77�1 -Q e CITY OF NEWPORT BEACH DRAWN W.R. DATE &r ?"--/ -7e PUBLIC WORKS DEPARTMENT &-PR0VkDk7—, GRAND CA NA L - PL A 7FORA rPUBLIC WORKRS .E . O N R0551 _ _ AND STEPS ryp4E-.��r DRAWING- ND.STD.-602-L FA=,a ,f7X/6 7' le " .0150 1e 5040ASV PLAN ELEVATION (-,g Af4x. ELEV 0. 0 4A Z. -/. Al (TOP OF C0,01A149) 2 1 Elr/ar Ili WEL46MLIM SEC tION A -A CITY OF NEWPORT BEACH DRAWN 4Z,46, DATE 4/w/f/-/-F- PUBLIC WORKS DEPARTMENT APPROVE GRA ND CANAL - PL A TFO RM Pusuc WORKS DIR R.E. No. AND STEPS TYPE 2T DRAWIN7; o-STD.-6n. Norrs: 4. 'ed /Z /06 o4 c ,-a 5•-o SEC tION A -A CITY OF NEWPORT BEACH DRAWN 4Z,46, DATE 4/w/f/-/-F- PUBLIC WORKS DEPARTMENT APPROVE GRA ND CANAL - PL A TFO RM Pusuc WORKS DIR R.E. No. AND STEPS TYPE 2T DRAWIN7; o-STD.-6n. 6 P. O. 'P.".x, P-, -xi T "o 21 t I ­Jw -.L 0' I ICY c I :G Ar al U-i---, 74� 1jrY.11- Y Por F; it r0 7 c� EXE fir? PTA rr,n ^cQ C7 NOTICE. OF COMPLETION PUBLIC WORKS �BK i 3474PO 8 I RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALii ORNI, PAJAN 18 190 LEE A. BRANCH, County Recorder 'I 'o All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on December 20, 1979 the Public Works project consisting of Balboa Island Bulkhead Coping Repair on which Uribe Co[pany was the contractor, and American Fideli Fire Ins. Co. was the surety. was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 7, 1980 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1980 at Newport Beach, California. -City ert i '. CITY OF NEWPORT BEACH \< 1F pp 1 air Lee A. Branch County Recorder P. 0. Box 236 Santa Ana, California 92702 Dear Mr. Carlyle: CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: January 16, 1980 Attached for recordation is Notice of Completion of Public Works project consisting of Balboa Island Bulkhead Coping Repair Contract No. 2104 on which Uribe Colpany was the Contractor _ap,d_ Brownell 4ti�`ar� _s w; X` `t, ���5,r� `' ' was the surety. Please record and return to us. Encl. Very trul}j yours, DGeor g City Clerk City of Newport Beach 6 0 NOTICE OF COMPLETION PUBLIC WORKS Jo All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on December 20, 1979 the Public Works project consisting of Balboa Islanct Bulkhead Coping Repair on which Uribe Cortwany was the contractor, and Brownell, Williarr was the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT BFACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 7, 1980 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1980 at Newport Beach, California. 1 'City er January 7, 1979 CITY COUNCIL AGENDA ITEM NO. H -14 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C- 2104) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the second phase of the Balboa Island Coping Repair along the Grand Canal has been completed to the satisfaction of the Public Works Department. The bid price was $79,190.00 Amount of unit price items constructed 79,190.00 Amount of change orders none Total contract cost 79,190.00 Funds were budgeted in the General Fund, (Account No. 02- 4197 -136) The design engineering was performed by the Public Works Department. The contractor is Uribe Company of Baldwin Park, California. The contract date of completion was January 11, 1980. All the work was pleted by December 20, 1979. C�J/ . &4,t Benjamin B. Nolan Public Works Director GPD:em 6 0 CITY OF NEWPORT BEACH Dat e October ]5, ] 979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2104 Project Balboa Island Bulkhead Coping Repair Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Uribe Ccrnpany Address: P. 0. Box AE, Baldwin Park, CA 91706 Amount: $ 79,190.00 October 1, 1979 Effective Date: kwpodzd�j* �q�q Resolution No. 9645 A-7 Doris Geotje Att. cc: Finance Department [� City hall • 3300 Newport Boulevard. Newport Beach, California 92663 CITY OF NEWPORT BEACH MEMORANDUM: From City CiPrk To ..Public._ K!o rlca_.l?Ap.Arlim!Rk -- ° -- Attn: Gilbort Wong GctobPr 15 , ..... 1g 79„ 8ubj -ct: Balboa Island Bulkhead Coping R -pair - Phas- II. C -2104 Attach -d arm throo execu tadvppios of subj -ct contract. Wo hav- rmtain -d our copy and the insuranc- c- rtificat- for our files. Doris Remy wanted p P.Wy not neeemry ❑ NeA • 0 October 10, 1979 TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II C -2104 Attached are four copies of the subject contract documents and the insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. r 4/ N Gilbert Wong Project Engineer GW:jd Att. BROWNELL, WILLIAMS & FIX INSURANCE & BOND AGENCY s: P.O. BOX °'B°° '' "eneral Accident POMONA. CA 91766 `x Frank Uribe, dba: ?Tribe Company 4959 Santa Anita Temple City, CA 91780 a A U789244 11 -17 -79 100,000 ' � -. ., ._. 'fit -;•,a 'x - }.-j. ,m. ...- ,e. -N;: Balboa Island Bulkhead Coping Repair -Phase II Contract #2104 - '!XXKXXXxx __ .. .. -. � � -3✓(3_ :.;.., ., .. ,.:: �,:.�..� - : -:. , . , . -�... XXXXXXX9C XXXXXXXX"C XXX)X OCXX XXiC XXX XXX'XXXXXXXXXX- XKXX'IXXXXXXXX 10 -2 -79 City of Newport Beach 1 3300 Newport Blvd. Newport Beach, CA 92663 cj�oxgv! Am GFNERF' ilk Eii_!; _._..._ ... .._.... � �m7 so Big MOMMAN ISMOWAM . n Car; C:: i l u:i)n .: s ,. ,:' .:., .,:..:, .. .... . �:• .. .. . .. ... I c`. : U r i GORE 25 (Ed, 11 771 MOP zi. z .._ nr,l € R#: COMPANIES AFFORDING COVERAGES P. �.a„ •< _� �. I i 0 • • CITY OF NEWPORT BEACH Contract No. 2104 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY Per Attached 10 -04 -79 MXP 3063013 5 -01 -79 1,000,000. Fireman's Fund Certificate to Insurance 5 -01 -30 This endorsement is effective October 4, 19 79 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER t Insurance Services Address 16255 Ventura Boulevard, Suite 415 Encino, California 6 B�- �-G - (Authorize k" ese tat e) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/19 DISH /d f - - - - - - - - - - - - - - - - - - is -ITY OFOEWPORT BEACH RerT NFWPORT BEACH CALIFORNIA 92663 No. 06855 FOR DEPARTIXEM t. ------------------------------ "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self - insurance before commencing any of the work." Date /O /.S /9 Sig ature /L - -f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CITY CLERK BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II Approved by the City Council this 27th day of August, 1979 D is Georg City r CONTRACT NO. 2104 SUBMITTED BY: URIBE COMPANY Contractor P. 0. Box AE Address Baldwin Park, CA 91706 City Zip (2l3 444 -2513 Phone $79,190.00 Tota Bid price • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 13th day of September 1979, at which time they will be opened and read, for performing work as follows: BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II CONTRACT NO. 2104 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and t>�rporat�e Seal shall be affixed to all documents requiring signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 2 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared'.on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 303689 Classification S.A. Accompanying this proposal is Bidde's Bo d (Cash, Certrifi% C ec , Cashier'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) 444 -2513 Phone Number September 11, 1979 Date Uribe Comoan Bidder's Name (SEAL) S /Frank Uribe % 7f ,O uthorized Signa ure Authorized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all cc- partners if a co- partnership: 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address NONE 2. 3. 4. 5. 6. 7. 9. 10. 11. 12. S /Frank Uribe '� �° -xe ut o izedSignature Individual Type of Organization (Individual, Co- partnership or Corp.) Uribe Company P. 0. Box AE Baldwin Park, CA 91706 ddress FOR 6 GINAL SEE CITY CLERK'S FILE C00 PY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, URIBE CORP. DBA: URIBE CO. , as Principal, and AMERICAN FIDELITY FIRE INS. CO. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of NINE THOUSAND AND NO /100 - -- Dollars ($9,000.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of BALBOA ISLAND BULKHEAD COPING REPAIR - PHASE II #2104 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 11th day of Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) URIBE CO Principal RP, DBA: URIBE CO. S/ Frank Uribe'� P. E. BRAINEN. Notary Public AMERICAN FIDELITY FIRE INS. CO. Commission expires May 23. 1983 Surety By S /Terry A. Beals, Title ATTORNEY -IN -FACT NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before we this Igth day of September 19 79 My commission expires: December 10, 1982 S /Myrna L. Solkamans Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY • 0 Page 6 STATLMENT OF FINANCIAL RESPONSIBI Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk S /Frank Uribe Z 2-1R Signed 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES (he undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED _S/Frank Uribe `✓ Signed —� C) � ti n p P (t O p P (t C, 0! ct oU) "3 0 �3- P n 0' ,7 7 a3 11 7.1 —I r) w j, Di C: H (D IL: :J H In cl, LP Lf, L ILI I. 'A CD cc 0 lw� 0 t) 1•-{ N I � C) �)) (— -T, �,j �), 0 rn < C� 0 0 C) oc 11)" to r) n 'I Ir ul n on 0 0 I n w :Y n 4-1 K w it Di C: K En i p ci to :3 In CD --3 rh -_j a) �j ct ct rl n:3, 01 15 0i m ri in 'o (r. r) (A & 00 �J (D it p co A, rp Fl (D I C Q: M C) f, IL ri 0 rr t7� < ci 0 , 0 z 0 �75 Li r) ci I C ct 't Wpb fD p 0 0 rr 0 fi pi � p o rt (D C) fT CV _-G co (f) -j 'A CD cc 0 lw� 0 t) 1•-{ N I � C) �)) (— -T, �,j �), 0 r-t �u C� 0 0 C) aj Ct P 0 r) n 'I n ct i) q a 0 n h G r< aIa co :Y n aj p it Di C: En 0 ct rl n:3, 01 15 ri nn 0 rr (r. r) (A & �l 0 it p co A, rp Fl (D I C Q: M C) f, IL ri 'A CD cc 0 lw� 0 t) 1•-{ N I � C) �)) (— -T, �,j �), 0 r-t �u C� 0 0 C) aj Ct P 0 r) n 'I n ct i) q a 0 n h G r< aIa rt (D In ti Qj aj p it Di C: En 0 ct rl n:3, 01 nn 0 rr (r. r) (A & �l 0 it p co A, Fl (D M C) rr < ci 0 , 0 z 0 �75 Li r) ci U) o irt t (D (D �l '0 In Wpb fD p p 10 fi pi � p (D C) fT CV _-G co (f) -j 'A CD cc 0 lw� 0 t) 1•-{ N I D yyt C) 7� C9 W i77 c 0 -rl ul z 0 41 I 13 co C: 1j n 0 ct cr cn — n ;p In • 0 0 0 0 M P 0 (r, Ui --3 (D 2. yyt C) 7� C9 W i77 c 0 -rl ul z 0 41 I 13 co C: 1j n 0 ct cr cn — n ;p In • 0 0 0 (t " M C) Ui --3 w rl 2. yyt C) 7� C9 W i77 c 0 -rl ul z 0 41 I 13 co C: 1j n 0 ct cr cn — n ;p In • 0 0 0 (t " M C) Ui --3 w rl It (t cr, l< 'CJ rf r- C, rl ,j �y 10 0 0 CI 7 El �l t rt C), n 0 r a) ft rr yyt C) 7� C9 W i77 c 0 -rl ul z 0 41 I 13 co C: 1j n ..r. cn — n ;p �y 10 0 7 El �l t rt C), n 0 r a) ft rr Cr, 7 �D :I IQ CL 0 a D r.) Co 0 0 ol 0 C) 0 ol fl) 11 0 rt to !:V w 0 n rt co 0 (D •P I U) 0 cu rt �%D In i� cr 10 co IZ ID 10 1. BOND NO_ 685286 EXECUTED IN FOUR aro PFEMIUM4WCUMD IN Page 8 BOND LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 1 1979 has awarded to URIBE COMPANY hereinafter designated as the "Principal ", a contract for BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) 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 URIBE COMPANY P.O. BOX "AE" BALDWM PARR, CA 91706 as Principal, and AMERICAN FIrELM FIIE Ims. OD. 15910 VEMIUM BLVD. acim, CA 91436 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of RfIIiaY -= 73i0tJSAtID FIVE H[IImRID NINEi'Y -FIVE AND WL _O Dollars ($ 39.595.00 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon (Labor and Material Bond - Continued) 0 Page 9 this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of OCTOBER 19 79 zl"'ff ' (Seal ) Name of Contractor Principal � / '7�� O.v�r c Authorized Signature and Title Authorized Signature and Title AMERICAN F'IEE= FIRE INS. CO. (Seal) Name of Surety 15910 VENTM BLVD. EW—M, CA 91436 A ress of Surety Signature and Title of ut ori4e_l--Agen PAM E. BRAINEN, ATTORNEY- IN-FACL - 15910 VOUM BLVD. INC3M, CK -22A36 Address of Agent 213- 788 -6900 Telephone No. of Agent STATE OF CALIFORNIA as. County of LOS ANGELES On this 5th day of OCTOBER in the year 1979 , before me, a Notary Public in and for the County and State aforesaid personally appeared PAM E. BRAINEN known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney -in -Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney -in -Fact. OFFICIAL SEAL SANDRA K. ROSKE pr.I NOTARY PUBLIC -CALIFORNIA LOS ANGELES CO')NTV w` •� - %/ MY comm. expires OCT 9, 1982 T NOTARY PUBLIC STATE OF CALIFORNIA ss. County of LOS ANGELES On this 5th day of OCIOBER in the year 19 79 before me, a Notary Public in and for the County and State aforesaid personally appeared PAM E. BRAINEN known tome to be the person whose name is subscribed to the within instrument and known tome to be the Attorney -in -Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney -in -Fact. NOTARY PUBLIC ��'�OFFICIAL VV SEAL -.. SANDRA K. ROSKE i i°'1��'.I ; � NOTARY PUBLIC - CALIFORNIA 'm A A1y comm. expires OCT 9, 1982 ) M NOTARY PUBLIC AMERICAN FI19LITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of Februan , 1969, to wit: "The President, or any Vice- President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: PAM E. BRAINEN and /or STEPHANIE H. RICHMAN of LOS ANGELES, CALIFORNIA its true and lawful attorney(s) -in -fact, with full power and authority herehv conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding 5100,000.00, as to anv one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its President andlor Vice- President, and its Corporate Seal to be affixed. State of New York ss. Count,' of Nassau On this 1st day of August, 1979, before the subscriber, a Notary Public of the State of New York in and for the County of :Nassau duly commissioned and qualified, came Luther Ii. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl. edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Scal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto .set my hand, and affixed my official seal at Woodbury, New York the day and year above wri ttxn, Notary Public ELLEN K. DONOHUE ;, - -- NOTARY PUBLIC, State of New York No. 30- 6070410 Qualified in Nassau County State of New York � Commission Expires March 30,1990 S5. County of Nassau CERTIFICATE I, the undersigned, .Assistant Secrelan, of AMERICAN FIDELITY FIRE INSURANCE: COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, asset forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New fork, dated this 5th dap of OCTOBER .19 79 .......I.... ................ ............................... ......... otAssistant Secretary 362 PEBISHR 100(8179) AMERICAN FIDELITY FIRE INSURANCE COMPANY I +t`ri voHj. Luther H. Williams, President On this 1st day of August, 1979, before the subscriber, a Notary Public of the State of New York in and for the County of :Nassau duly commissioned and qualified, came Luther Ii. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl. edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Scal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto .set my hand, and affixed my official seal at Woodbury, New York the day and year above wri ttxn, Notary Public ELLEN K. DONOHUE ;, - -- NOTARY PUBLIC, State of New York No. 30- 6070410 Qualified in Nassau County State of New York � Commission Expires March 30,1990 S5. County of Nassau CERTIFICATE I, the undersigned, .Assistant Secrelan, of AMERICAN FIDELITY FIRE INSURANCE: COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, asset forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New fork, dated this 5th dap of OCTOBER .19 79 .......I.... ................ ............................... ......... otAssistant Secretary 362 PEBISHR 100(8179) E70]C[ftED IN FOUR CONZER BCND NO. 26W86 PREMIUM: .$1W8. 00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 1, 1979, has awarded to URIBE COMPANY hereinafter designated as the "Principal ", a contract for BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, URIBE COMPANY P.O. BOX "AE" B LUAIN PARK, CA 91706 as Principal, and AMERICAN FTI7ELPPY FIRE INS. oD. as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of !SE4EDPCY —NINE THOLEAND ONE HUNDRED NIWIY AND N01100 Dollars ($ 79,190.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of OCTOBER , 19 79 DRM COMPANY (Seal) Name of Contractor (Principal) `-- Authorized Signature and Title Authorized Signature and Title AMERICAN FTEE= FIRE INS, pp. (Seal) Name of Surety CA 91436 ddress of Surety _.: . Signature and Title of Authorized Ag`er PAM E. BRAINEN, ATTORNEY -IN -FACT i 15910 VENTURA BLVD. ENCIM, CA 91436 Address of Agent 213- 788 -6900 Telephone No. of Agent 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this // ZZ day of 19_Z,�7, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and URIBE COMPANY 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 BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OFF NEWPORT BEACH, CALIFORNIA By: i _.... F Mayor ATTEST: City Clerk Contractor (SEAL) By: E �� By: Oww/A.r Title 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II CONTRACT NO. 2104 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2104 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM— QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1,000 Repair existing bulkhead and coping with Lineal Feet air - placed concrete (gunite); including removal of deteriorated concrete, re- placement of deteriorated reinforcing steel and any other miscellaneous work necessary to repair the bulkhead and coping complete in place. Seventy nine dollars Dollars and Nineteen ------------------- - - - - -- Cents $ 79.19 $ 79,190 Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS: S_e_ven_ty nine thousand, one hundred ninety-------- - -- - -- Dollars �. and no Cents $79,190.00 CONTRACTOR'S LICENSE NO. 303689 DATE _ September 11, 1979 Uribe Com an Bidder's Name S /Frank Uribe Authorized Signature TELEPHONE NO. 213) 444 -2513 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA ISLAND BULKHEAD COPING REPAIR PHASE II CONTRACT NO. 2104 i Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . 1 III. EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . 1 IV. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL AND MATERIAL STORAGE . . . . . . . . . . 2 VI. PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . 2 VII. OBSTRUCTIONS . . . . . . . . . . . ... . . . . . . . . . 3 VIII. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . 3 IX. PAYMENT. . . . . . . . . . . . . . . . . . . . . . . . 3 X. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . 3 XI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . 3 XIII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 3 XIV. REMOVAL OF EXISTING DOCKS . . . . . . . . . . . . . . . . 4 XV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . 4 B. Steel Replacement . . . . . . . . . . . . . . . . . . 4 C. Concrete Replacement . . . . . . . . . . . . . . . . 4 i INDEX (cont'd) CONTRACT NO. 2104 Page D. Air - Placed Concrete Construction (Gunite) . . . . . . 4 1. General . . . . . . . . . . . . . . . . . . . . . 4 2. Mixing . . . . . . . . . . . . . . . . . . . . 4 3. Consistency. . 5 4. Existing Concrete Surfaces . . . 5 5. Removal of Deteriorated Concrete and Sand- blasting . . . . . . . . . . . . . . . . . 5 6. Reinforcement. . . . . . . . . . . 5 7. Application.to Vertical Surfaces . . . . . . . . 5 8. Application to Horizontal Surfaces . . . . . . . 5 9. Thickness of Layers . . . . . . . . . . . . . . 6 10. Recesses and Obstructions. . . . . . . . . . . . 6 11. Loose or Porous Air - Placed Concrete. . . . . . . 6 12. Curing . . . . . . . . . . . . . . . . . 6 13. Working Platforms . . . . . . . . . . . . ... . . 6 ii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP1of6 BALBOA ISLAND BULKHEAD COPING REPAIR -PHASE II CONTRACT NO. 2104 I. SCOPE OF WORK The work under this contract consists of furnishing all labor, equipment, trans- portation, and material necessary to complete air - placed concrete (Gunite) repairs on the Balboa Island Grand Canal bulkhead coping, as shown on Drawing No. H- 5088 -S, complete and in place. The work shall be performed in accordance with the Standard Specifications of the City of Newport Beach, the Standard Special Provisions, and these Special Provisions. The City's Standard Specifications are the "Standard Specifications for Public Works Construction" (1976 Edition) and are available from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS Only bids from responsible bidders will be considered. To qualify as a respon- sible bidder, the contractor shall have a successful performance record in air - placed concrete (Gunite) construction and shall have successfully performed at least three projects of a similar kind in the last year. Bidders shall sub- mit with their bids, the name of the project superintendent who must be experienced in this type of work and a list of Gunite repair jobs successfully completed. III. EXAMINATION OF JOB SITE The contractor shall carefully examine the job site to evaluate and determine the extent and amount of work that will be necessary to accomplish the required repairs. IV. COMPLETION AND SCHEDULE OF WORK All work to be completed under this contract shall be completed within ninety (90) consecutive calendar days after the date of Notice to Proceed issued by the City. The contractor will be required to commence construction within 15 calendar days following the date of Notice to Proceed. • . SP2of6 The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed within ninety (90) consecutive calendar days after the date the City executes the contract. 2. Twenty -two (22) consecutive calendar days will be allowed to construct the bulkhead coping repair in front of beach residences. In summary, the above requirement means that the contractor will be allowed a maximum of twenty -two (22) consecutive calendar days to complete all of the construction work in front of each residence. The period specified includes the time from the start of removals to the final finish of the coping repair and cleaning of the sidewalk. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting addi- tional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirements, nor shall it be construed as the basis for payment of extra work because additional men and equipmemt were required on the job. In addition, it will be the contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the contractor an extension of time. The contractor will be assessed $100.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in front of each residence. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project within the overall time of completion. The intent of this section of the Special Provisions is to emphasize to the contractor the importance of prosecuting the construction in an orderly, pre - planned continuous fashion so as to minimize the time of construction in front or each residence. V. TRAFFIC CONTROL AND MATERIAL STORAGE The contractor shall provide traffic control (pedestrian and vehicular) in compliance with Section 7 -10 of the Standard Specifications. Locations for material and equipment storage shall be approved by the engineer prior to the start of construction. VI. PROJECT SITE MAINTENANCE The contractor shall provide project site maintenance in compliance with Section 7 -8 of the Standard Specifications. It will be the contractor's responsibility to keep all paved and and sidewalk areas clean. In addition, the contractor shall be responsible for removing and keeping all debris and "re- bound from entering the bay during all phases of construction. • • • SP3of6 VII. OBSTRUCTIONS The City will not undertake to keep the channel free of vessels or other obstruc- tions. The contractor shall be responsible for ensuring that boats moored to the bulkhead or docks are removed by their owners prior to the start of work in that area. The contractor shall notify the Orange County Sheriff- Coroner Department Harbor Patrol Bureau at 1901 Bayside Drive, Corona del Mar (telephone 834 -3803) 72 hours prior to starting work and shall keep said bureau apprised of work progress. VIII. NOTIFICATION TO RESIDENTS The City will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to starting work in front of a particular resi- dence, the contractor shall distribute to each affected residence a written notice stating when construction operations will start and approximately when they will be completed. If vehicle access is to be disrupted, the notice shall also state when it will be restored. The written notice will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explanatory letter. This letter will also be prepared by the City and dis- tributed by the contractor. IX. PAYMENT Payment for all incidental items of work not separately provided for in this proposal shall be included in the unit price bid for the construction of Gunite coping repair and no additional compensation will be made. X. CONSTRUCTION SURVEY Field surveys for the control of construction shall be performed by the City. The City crew will require 48 -hour notice by the contractor. XI. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water by contracting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. XII. PERMITS All of the necessary permits will be obtained by the City of Newport Beach, except that the contractor shall have a valid City business license, prior to starting work. XIII. GUARANTEE The contractor shall guarantee for a period of three years after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. XIV XV • • SP4of 6 REMOVAL OF EXISTING DOCKS Removal of existing docks to clear construction prior to the start of the contractor's work is the responsibility of the respective property owners. If the docks are not removed, the contractor shall remove all or a portion of the dock and place the salvaged material on the owners'property if they agree to accept it; if not, the material shall become the property of the contractor and shall be disposed of in a manner acceptable to the engineer. CONSTRUCTION DETAILS A. General: Placement of Gunite shall conform to Method A of Section 303 -2 of the Standard Specifications except as modified herein. Prior to dumping any spoil or waste material from the job site at any sanitary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authorization for the contractor to use Orange County landfill facilities for disposal of excess material. Steel Re lacement: The main steel will be replaced only if it has deter- iorated more t an 50% of its original cross- section, as determined by the engineer. Where reinforcement removal is required, the concrete shall be removed 18 inches beyond the join point and the existing square bars shall be replaced by round deformed bars that are of equivalent cross - sectional area as shown on the plans. In addition, the concrete removal shall extend behind the deteriorated bars to sound concrete, as determined by the engineer. The cost of steel replacement shall be included in the unit price bid for coping repair and no additional compensation will be made. Welding in lieu of splicing bars is permitted. Concrete Replacement: The cement used for concrete replacement shall be Cortland cement Type II. No admixtures will be permitted. The contractor shall apply air - placed concrete to replace the concrete removed by the procedure specified in Section X V -D of these Special Provisions. Air - Placed Concrete Construction ( Gunite): General: Air - placed concrete shall be a mixture of aggregate which is mixed dry, conveyed by ible tube, and applied pneumatically with immediately prior to its expulsion from a mechanism especially manufactured for the crete mortar pneumatically. Mixing: Portland cement and fine air through a pipe or flex - clean water being added nozzle or other suitable purpose of applying con- The dry mixture shall consist of one part Portland cement to 3'k parts fine aggregate, measured by either volume or weight. The fine aggre- gate shall be thoroughly dried and kept continually dry until mixing. • • SP5of6 Consistency: The consistency of all air - placed concrete shall be such that it does not flow or sag when applied in one application to vertical surfaces in thicknesses as great as one inch. 4. Existing Concrete Surfaces: When air - placed concrete is applied against existing concrete surfaces or against hardened mortar, the entire surface to be covered shall be prepared after being thoroughly roughened. The surface shall be free from any coatings, laitance or other film which will prevent a good bond between the mortar and the existing surface. Immediately prior to shooting the mortar, the surface shall be sandblasted and thoroughly moistened with clean fresh water under pressure. 5. Removal of deteriorated Concrete and Sandblasting: In repairing reinforced concrete structures, all disintegrated, cracked or loosened concrete shall be completely removed. All re- inforcing steel, whether corroded or only covered in spots by adher- ing mortar, shall then be thoroughly sandblasted until a clean surface is obtained on all exposed sides of the steel. Additional reinforce- ment, as indicated on the plans or as required by the specifications, shall then be added and secured in a substantial manner. After this portion of the work has been inspected and accepted by the engineer, air- placed concrete shall be applied as herein described. 6. Reinforcement: The reinforcement for sections shall be of the size and type indicated on the plans. The welded wire fabric shall be galvanized. Rods shall be spliced with a minimum 18" lap. Wire mesh shall lap at least 6 inches and shall be thoroughly laced with. galvanized annealed iron wire not less than No. 18 gauge. All steel reinforcement shall be placed so that three layers of reinforcing fabric will not occur over any area. 7. Application to Vertical Surfaces: In applying air - placed concrete to vertica operator shall stand sufficiently close to ture under properly regulated air pressure force to become thoroughly compacted. His be such that the force of the impact will aggregate to rebound or to blow or move aw deposited. Application to Horizontal Surfaces: In applying air - placed surfaces, the operator minimize the rebound as 1 or inclined surfaces, the the work so that the mix - shall strike with sufficient position, however, shall not cause an undue amount of ay mortar that has just been concrete to horizontal or nearly horizontal shall direct his nozzle in such a manner as to much as possible. • • . SP6of6 9. Thickness of Layers: Whenever practicable, as determined by the engineer, the air - placed concrete shall be applied in one coat for the full thickness of the section. The operator shall, however, regulate the rate at which the mortar is built up by working over an area of considerable extent, as determined by trial, so that the weight of succeeding applications of mortar will not cause the preceding ones to sag or pull away. 10. Recesses and Obstructions: Care shall be taken when applying air - placed concrete around pockets or accumulations of inert aggregate. In all cases where a smooth sur- face is not presented, the operator shall take several positions so as to completely fill all depressions, voids, and recesses with good mortar. Whenever a reinforcing bar or other obstruction is in such a position as to block the free and direct application of mortar to an area behind it, a temporary stop or partition of wood or rolled paper shall be placed between such obstruction and the surface behind it until mortar has been applied to one side thereof. Such temporary stop shall then be removed and mortar shall be applied from a new position so as to completely fill in behind the obstruction from the other side. 11. Loose or Porous Air - Placed Concrete: Any loose or porous air - placed concrete shall be removed immediately upon its formation, without waiting for its rejection by the engineer. No attempts shall ever be made to correct or to cover up such defective work by the additional applications or air - placed concrete, and such a procedure shall be cause for suspending operations and rejecting any portion of the work which is found defective in this respect. 12. Curing: The air - placed concrete surfaces shall, within one hour after being applied, be protected from sun and wind by a covering of plastic sealed at ends or other suitable material for at least 7 days. In lieu of the above, the air - placed concrete surfaces may be cured by the application of curing compound for a minimum period of 7 days. Not less than one gallon of curing compound shall be applied to each 100 square feet. 13. Working Platforms The contractor shall provide all scaffolding, staging, lift equipment and working platforms required for the repair work, and the cost shall be included in the price bid for other work. No obstruction to vehicles or pedestrians will be permitted except as specified in Section V of these Special Provisions. Such scaffolding, staging, lift equipment and working platforms shall conform to the requirements of all State and local laws and regulations. CITY OF NEWPORT BEACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). G. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold 'harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Plewport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address- --_...........__....._._._, BY.----._..._...___._.._....,....—__.......— (Authorized Represen *.alive I R.PORIANT: This is the only evidence of insurance acceptable to the City. Tha p<^rson executiu, this f'.: ^.r;o r5rmen is ce,itiQned Lo ma'ka certain that ha has authority to do same on hehalf of the Insurance Company or Cnrclpanies. C.I.E. - 3/79 RV •hh� Vi'i GOJi'd�iL RESOLUTION NO. 9 64,15 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE URIBE COMPANY IN CONNECTION WITH THE BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C -2104) WHEREAS, pursuant to the notice inviting bids to work in connection with the Balboa Island bulkhead coping repair, Phase II, in connection with the plans and specificiations hereto- fore adopted, bids were received on the 13th day of September, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the URIBE COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of the URIBE COMPANY in the amount of $79,190.00 for the Balboa Island bulkhead coping repair, Phase II, be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. Ralk *ls er ADOPTED this 1st day of October Mayor 1979. HRC /kv 9/25/79 t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II CONTRACT NO. 2104 Approved by the City Council this 27th day of August, 1979 Ddi,ts George, City rc SUBMITTED BY: Uribe Cm pany Contractor P.O. Box AE ress Baldwin Park, CA 91706 y Zip (213) 444 -2513 Phone $79,190.00 Total Bid Price 3� 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 13th day of September 1979, at which time they will be opened and read, for performing work as follows: BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II CONTRACT NO. 2104 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and CCo_r orate Seal shall be affixed to all documents requiring signatures. In the case of a als rtnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 9 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American 76`57-c Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Classification Accompanying this proposal is (Cash, Certified Check, Cashier's Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (213) 444 -2513 Phone Number September 11, 1979 Urine Canpany Bidder's Name (SEAL) uthorized Signature Authorized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: 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. Frank Uribe Bidder's Name L Authorized Signature Individual Type of Organization (Individual, Co- partnership or Corp.) Uribe Company P.O. Box AE Baldwin Park, CA 91706 Address NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids.from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 13th day of September , 19 79 . My commission expires: December 10.1982 i / Notary - OFFICIAL SEAL MYRNA L. SOLKAMANS m NOTARY PUBLIC • CAL�rORN1A LOS ANGELES COUNTY M y comm. expires DEC 10, 1982 • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 2 /4 igned 0 0 IMPORTANT This Amendment of Solicitation should be acknowledged when your bid is submitted. Failure to acknowledge the amendment may constitute grounds for rejection of the bid. If your bid has been submitted prior to the receipt of this amendment, acknowledgment must be made in writing or by telegram stating whether the price contained in your sealed bid is to remain unchanged, is to be decreased by a specified amount, or is to be increased by a specified amount. The acknowledgment must be received by the Government prior to bid opening time. Late receipt of a telegraphic announcement will be considered only if the delay was due solely to mishandling by the Government after receipt at the Government installation. Acceptance of an acknowledgment submitted by mail will be evaluated in accordance with the provisions of Clause 7, "Late Bids, Modifications of Bids or Withdrawal of Bids (1974 SEP)" of the "Instructions to Bidders ". 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BULKHEAD COPING REPAIR - -PHASE II CONTRACT NO. 2104 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2104 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1,000 Repair existing bulkhead and coping with Lineal Feet air - placed concrete (gunite); including removal of deteriorated concrete, re- placement of deteriorated reinforcing steel and any other miscellaneous work necessary to repair the bulkhead and coping complete in place. Seventy nine dollars Dollars and nineteen------------------ - - - - -- Cents $ 79.19 $ 79,190 r Lineal Foot TOTAL PRICE WRITTEN IN WORDS: Seventy nine thousand, one hundred ninety------- - - - - -- Dollars and Cents $ 79,190.00 CONTRACTOR'S LICENSE NO. 303689 Uribe Company Bidder's Name DATE September 11, 1979 (Authorized Signature) ADDRESS P.O. Box AE Baldwin Park, CA 91780 TELEPHONE NO. (213) 444 -2513 • i i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA ISLAND BULKHEAD COPING REPAIR PHASE II CONTRACT NO. 2104 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . 1 III. EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . 1 IV. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL AND MATERIAL STORAGE . . . . . . . . . . 2 VI. PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . 2 VII. OBSTRUCTIONS . . . . . . . . . . . . . . . . . . . . . . 3 VIII. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . 3 IX. PAYMENT. . . . . . . . . . . . . . . . . . . . . . . . 3 X. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . 3 XI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . 3 XIII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 3 XIV. REMOVAL OF EXISTING DOCKS . . . . . . . . . . . . . . . . 4 XV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . 4 B. Steel Replacement . . . . . . . . . . . . . . . . . . 4 C. Concrete Replacement . . . . . . . . . . . . . . . . 4 i • • INDEX (cont'd) CONTRACT NO. 2104 Page D. Air - Placed Concrete Construction (Gunite) . . . . . . 4 1. General . . . . . . . . . . . . . . . . . . . . . 4 2. Mixing . . . . . . . . . . . . . . . . . . . . 4 3. Consistency. . . . . . . . . . . . . . . 5 4. Existing Concrete Surfaces . . . . . . 5 5. Removal of Deteriorated Concrete and Sand- blasting . . . . . . . . . . . . . . . . . . . . 5 6. Reinforcement. . . . . . . . . . . 5 7. Application to Vertical Surfaces . . . . . . . . 5 8. Application to Horizontal Surfaces . . . . . . . 5 9. Thickness of Layers . . . . . . . . . . . . . . 6 10. Recesses and Obstructions. . . . . . . . . . . . 6 11. Loose or Porous Air - Placed Concrete. . . . . . . 6 12. Curing . . . . . . . . . . . . . . . . . 6 13. Working Platforms . . . . . . . . . . . . . . . . 6 ii 0 • SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS loll BALBOA ISLAND BULKHEAD COPING REPAIR -PHASE II CONTRACT NO. 2104 I. SCOPE OF WORK The work under this contract consists of furnishing all labor, equipment, trans- portation, and material necessary to complete air- placed concrete (Gunite) repairs on the Balboa Island Grand Canal bulkhead coping, as shown on Drawing No. H- 5088 -S, complete and in place. The work shall be performed in accordance with the Standard Specifications of the City of Newport Beach, the Standard Special Provisions, and these Special Provisions. The City's Standard Specifications are the "Standard Specifications for Public Works Construction" (1976 Edition) and are available from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. QUALIFICATIONS OF BIDDERS III Only bids from responsible bidders will be considered. To qualify as a respon- sible bidder, the contractor shall have a successful performance record in air - placed concrete (Gunite) construction and shall have successfully performed at least three projects of a similar kind in the last year. Bidders shall sub- mit with their bids, the name of the project superintendent who must be experienced in this type of work and a list of Gunite repair jobs successfully completed. EXAMINATION OF JOB SITE The contractor shall carefully examine the job site to evaluate and determine the extent and amount of work that will be necessary to accomplish the required repairs. IV. COMPLETION AND SCHEDULE OF WORK All work to be completed under this contract (90) consecutive calendar days after the date the City. The contractor will be required to calendar days following the date of Notice t oshall be completed within ninety of Notice to Proceed issued by commence construction within 15 Proceed. • SP2of6 The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed within ninety (90) consecutive calendar days after the date the City executes the contract. 2. Twenty -two (22) consecutive calendar days will be allowed to construct the bulkhead coping repair in front of beach residences. In summary, the above requirement means that the contractor will be allowed a maximum of twenty -two (22) consecutive calendar days to complete all of the construction work in front of each residence. The period specified includes the time from the start of removals to the final finish of the coping repair and cleaning of the sidewalk. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited.from starting addi- tional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirements, nor shall it be construed as the basis for payment of extra work because additional men and equipmemt were required on the job. In addition, it will be the contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the contractor an extension of time. The contractor will be assessed $100.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in front of each residence. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project within the overall time of completion. The intent of this section of the Special Provisions is to emphasize to the contractor the importance of prosecuting the construction in an orderly, pre - planned continuous fashion so as to minimize the time of construction in front or each residence. V. TRAFFIC CONTROL AND MATERIAL STORAGE The contractor shall provide traffic control (pedestrian and vehicular) in compliance with Section 7 -10 of the Standard Specifications. Locations for material and equipment storage shall be approved by the engineer prior to the start of construction. VI. PROJECT SITE MAINTENANCE The contractor shall provide project site maintenance in compliance with Section 7 -8 of the Standard Specifications. It will be the contractor's responsibility to keep all paved and and sidewalk areas clean. In addition, the contractor shall be responsible for removing and keeping all debris and "re- bound" from entering the bay during all phases of construction. `VI I VIII IX XI. XII XIII • • SP3of6 OBSTRUCTIONS The City will not undertake to keep the channel free of vessels or other obstruc- tions. The contractor shall be responsible for ensuring that boats moored to the bulkhead or docks are removed by their owners prior to the start of work in that area. The contractor shall notify the Orange County Sheriff - Coroner Department Harbor Patrol Bureau at 1901 Bayside Drive, Corona del Mar (telephone 834 -3803) 72 hours prior to starting work and shall keep said bureau apprised of work progress. NOTIFICATION TO RESIDENTS The City will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to starting work in front of a particular resi- dence, the contractor shall distribute to each affected residence a written notice stating when construction operations will start and approximately when they will be completed. If vehicle access is to be disrupted, the notice shall also state when it will be restored. The written notice will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explanatory letter. This letter will also be prepared by the City and dis- tributed by the contractor. Payment for all incidental items of work not separately provided for in this proposal shall be included in the unit price bid for the construction of Gunite coping repair and no additional compensation will be made. CONSTRUCTION SURVEY Field surveys for the control of construction shall be performed by the City. The City crew will require 48 -hour notice by the contractor. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water by contracting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. PERMITS All of the necessary permits will be obtained by the City of Newport Beach, except that the contractor shall have a valid City business license, prior to starting work. GUARANTEE The contractor shall guarantee for a period of three years after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. • • SP4of6 XIV.' REMOVAL OF EXISTING DOCKS Removal of existing docks to clear construction prior to the start of the contractor's work is the responsibility of the respective property owners. If the docks are not removed, the contractor shall remove all or a portion of the dock and place the salvaged material on the owners'property if they agree to accept it; if not, the material shall become the property of the contractor and shall be disposed of in a manner acceptable to the engineer. XV. CONSTRUCTION DETAILS General: Placement of Gunite shall conform to Method A of Section 303 -2 of the Standard Specifications except as modified herein. Prior to dumping any spoil or waste material from the job site at any sanitary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authorization for the contractor to use Orange County landfill facilities for disposal of excess material. Steel Replacement: The main steel will be replaced only if it has deter- iorated more than 50% of its original cross - section, as determined by the engineer. Where reinforcement removal is required, the concrete shall be removed 18 inches beyond the join point and the existing square bars shall be replaced by round deformed bars that are of equivalent cross - sectional area as shown on the plans. In addition, the concrete removal shall extend behind the deteriorated bars to sound concrete, as determined by the engineer. The cost of steel replacement shall be included in the unit price bid for coping repair and no additional compensation will be made. Welding in lieu of splicing bars is permitted. C. Concrete Re lacement: The cement used for concrete replacement shall be portlan cement Type II. No admixtures will be permitted. The contractor shall apply air - placed concrete to replace the concrete removed by the procedure specified in Section X V -D of these Special Provisions. D. Air - Placed Concrete Construction ( Gunite): 1. General: Air - placed concrete shall be a mixture of portland cement and fine aggregate which is mixed dry, conveyed by air through a pipe or flex- ible tube, and applied pneumatically with clean water being added immediately prior to its expulsion from a nozzle or other suitable mechanism especially manufactured for the purpose of applying con- crete mortar pneumatically. Mixing: The dry mixture shall consist of one part portland cement to 3.11 parts fine aggregate, measured by either volume or weight. The fine aggre- gate shall be thoroughly dried and kept continually dry until mixing. 3. 4. 0 • • SP5of6 Consistency: The consistency of all air - placed concrete shall be such that it does not flow or sag when applied in one application to vertical surfaces in thicknesses as great as one inch. Existing Concrete Surfaces: When air- placed concrete is applied against existing concrete surfaces or against hardened mortar, the entire surface to be covered shall be prepared after being thoroughly roughened. The surface shall be free from any coatings, laitance or other film which will prevent a good bond between the mortar and the existing surface. Immediately prior to shooting the mortar, the surface shall be sandblasted and thoroughly moistened with clean fresh water under pressure. Removal of deteriorated Concrete and SAndblasting: In repairing reinforced concrete structures, all disintegrated, cracked or loosened concrete shall be completely removed. All re- inforcing steel, whether corroded or only covered in spots by adher- ing mortar, shall then be thoroughly sandblasted until a clean surface is obtained on all exposed sides of the steel. Additional reinforce- ment, as indicated on the plans or as required by the specifications, shall then be added and secured in a substantial manner. After this portion of the work has been inspected and accepted by the engineer, air- placed concrete shall be applied as herein described. Reinforcement: The reinforcement for sections shall be of the size and type indicated on the plans. The welded wire fabric shall be galvanized. Rods shall be spliced with a minimum 18" lap. Wire mesh shall lap at least 6 inches and shall be thoroughly laced with galvanized annealed iron wire not less than No. 18 gauge. All steel reinforcement shall be placed so that three layers of reinforcing fabric will not occur over any area. Application to Vertical Surfaces: In applying air - placed concrete to vertical or inclined surfaces, the operator shall stand sufficiently close to the work so that the mix- ture under properly regulated air pressure shall strike with sufficient force to become thoroughly compacted. His position, however, shall not be such that the force of the impact will cause an undue amount of aggregate to rebound or to blow or move away mortar that has just been deposited, S. Application to Horizontal Surfaces: In applying air - placed concrete to horizontal or nearly horizontal surfaces, the operator shall direct his nozzle in such a manner as to minimize the rebound as much as possible. 10 Thickness of Layers: SP6of 6 Whenever practicable, as determined by the engineer, the air - placed concrete shall be applied in one coat for the full thickness of the section. The operator shall, however, regulate the rate at which the mortar is built up by working over an area of considerable extent, as determined by trial, so that the weight of succeeding applications of mortar will not cause the preceding ones to sag or pull away. Recesses and Obstructions: Care shall be taken when applying air - placed concrete around pockets or accumulations of inert aggregate. In all cases where a smooth sur- face is not presented, the operator shall take several positions so as to completely fill all depressions, voids, and recesses with good mortar. Whenever a reinforcing bar or other obstruction is in such a position as to block the free and direct application of area behind it, a temporary stop or partition of wood or shall be placed between such obstruction and the surface until mortar has been applied to one side thereof. Such shall then be removed and mortar shall be applied from a so as to completely fill in behind the obstruction from 11. Loose or Porous Air - Placed Concrete: 12. mortar to an rolled paper behind it temporary stop new position the other side. Any loose or porous air - placed concrete shall be removed immediately upon its formation, without waiting for its rejection by the engineer. No attempts shall ever be made to correct or to cover up such defective work by the additional applications or air - placed concrete, and such a procedure shall be cause for suspending operations and rejecting any portion of the work which is found defective in this respect. Curing: The air - placed concrete surfaces shall, within one hour after being applied, be protected from sun and wind by a covering of plastic sealed at ends or other suitable material for at least 7 days. In lieu of the above, the air - placed concrete surfaces may be cured by the application of curing compound for a minimum period of 7 days. Not less than one gallon of curing compound shall be applied to each 100 square feet. 13. Working Platforms The contractor shall provide all scaffolding, staging, lift equipment and working platforms required for the repair work, and the cost shall be included in the price bid for other work. No obstruction to vehicles or pedestrians will be permitted except as specified in Section V of these Special Provisions. Such scaffolding, staging, lift equipment and working platforms shall conform to the requirements of all State and local laws and regulations. w WNO. 400608C Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALI. MEN BY THESE PRESENTS, That we, URIBE CORD DBA• URME CO , as Principal, and AMERICAN FIDE= FIRE INS. CD. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of NINE THOUSAND AND NO/100 -- Dollars ($ 9.000.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH) That if the proposal of the above bounden principal for the construction of BAIBQA ISLAND BULKHEAD COPING REPAIR PHASE II #2104 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 11th day of SEPTEMER 1979 . Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact •to 1 io "i ON o,:: P o: !o ure Title TERI& A. BEAIS • * NO. 400608C Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALI. MEN BY THESE PRESENTS, That we, URIBE CORP. DBA: URIBE CO. , as Principal, and AMERICAN FIDELITY FIRE INS. CO. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of NINE THOUSAND AND NO /100 - -- Dollars ($ 9,000.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of BALBOA ISLAND BUL9= COPING REPAIR — PHASE 11 #2104 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 11th day of SEPTEMER 1979 a Corporate Seal (If Corporation) iJRIBE CORP. DBA: URTRE m_ Principal D (Attach acknowled ement of 2 7V Attorney -in -Fact} AMERICAN FIDELITY FIRE INS. QA. Surety :� By GGr- Title A. BEATS, ATZORNEY -IN -FACT a AMERICAN FIALITY FIRE INSURA #E COMPANY WOODBURY, NEW YORK KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice- President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: TERRY A. BEALS of LOS ANGELES, CALIFORNIA its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding .$300,000.00 as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these, presents to be signed by its President and /or Vice - President, and its Corporate Seal to be affixed. 0 �Ia` � AMERICAN FIDELITY FIRE INSURANCE COMPANY eye— z. Luther H. Williams, President State of New York ss. County of Nazsau On this 11th day of October, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and e,gnature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp. oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury,, New �York � the day ind year above written. 1> `° �" ����(� Not ry Public � � ELIZABETH M. ROSELLE NOTARY PUBLIC, State of New York A ��;Q Htw�w� No. 30. 8613115 Qualified in Nassau County Commission Expires March 30, 1978 State of New York ss. County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this llthday of SEPTEMBER .................19 79 ............ ............... ......... ve?} Assistant Secretary 349 TB 300 (rom) STATE OF CALIFORNIA ss. County of LOS ANGELES On this 11th day of SEPtEMBER in the year 19 79 before me, a Notary Public in and for the County and State aforesaid personally appeared TERRY A- BEALS known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney -in -Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney -in -Fact. NYDTARY PUBLIC 345 7B 11)97 AMERICAN FIALITY FIRE INSURAI*E COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Lire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice- President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: TERRY A. BEALS of LOS ANGELES, CALIFORNIA its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding .$300,000.00 as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these. presents to be signed by its President and /or Vice - President, and its Corporate Seal to be affixed. State of New York ss. County of Nassau On this 11th day of October, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and �Ognature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. 1/�\y1/�r'/'�I `f V ELIZABETH M.ROSELLE / NOTARY PUBLIC, State of New York No. 30- 8643115 Qualified in Nassau County Commission Expires March 30, 1978 State of New York ss. County m Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, date 349 TB 300 (10/7) AMERICAN FIDELITY FIRE INSURANCE COMPANY xeww"'' Luther H. Williams, President On this 11th day of October, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and �Ognature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. 1/�\y1/�r'/'�I `f V ELIZABETH M.ROSELLE / NOTARY PUBLIC, State of New York No. 30- 8643115 Qualified in Nassau County Commission Expires March 30, 1978 State of New York ss. County m Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, date 349 TB 300 (10/7) i I CC r C' I r -j La O; I r j 7 ll 84 s4 o F T C Q i ��yry (L 4: f t - L f M 4 ' tt' • CD co 0 4-1 an LM 4-) M rl ci G 0 w xt 41 0 14 M to A to to ut (P 0) u u to '—s 12 Q:5 r It ro m u tio 47 44 0 r,' u r 4J U) 0 to In Q) 4j U 0 4 to I�. Ir) r H H I, 1 0 sj > L �) U' �4 u z! (C Si U C WI vi ❑t6 U, 0 4.3 0 41 is 41 41 0 2 41 lo 00 14 1-4 14 i4 w LP --- . ..- ut u I li ry co I co "r 4� �D 0 7— Q 0 fo fP O 'A 4J 4j I fc 0 U) Ci ro 0 00 4J Q1 2� M •.r r Sa C, ) " W t:l iJ ro t f. ry co I co "r 4� �D 0 7— Q 0 fo fP O 'A 4J fc Ci l--c7rr I io The Board of biro. tors TA- KoRkr,te Repairprs, Inc. Wu have o•amined thw W.nu� qh,eu oi The :oArnte hapairers, Inc.. as of Fuhrunry 28, 1574 2nd th, rulawd StWemanCn of earnings and r,vainwd earnings, wnd ap=gon to fi"=ial posiriun for the year thou ended. Our examinat: ion vas x3dc in at cordAnce witi, general] y Nneepted jadit Ing standards and, accordingly , i nc luded quch tests of account trig ,'cords and other auditing procedures as we cc Aiderad necessary in the circumstanccs. A� discussed in Note 1, Y. utiKzod audit wurkpAlcrx of anithoT Cuctified Public AcCounLant in mu. n of the sco3o of our audit but f.ul that the Prior work, in conjAP:Uon with our "xnariustion, Tat all yonerally acceptod Ludirina nLaudnrcs and requiremems. In our opinW, z,w bovo m,ntjoued financial scatemenLI present f,irlv the financial positiva or Tho Koukrote Ropaitors, Inc., as & Fvhruary 28, 1979, in conformity CA generally arcented accuuni:Q� principles, subject to the uient"11 realization A thoso allonnt-5 •hiln M;L ncausgariLy based upon wAtimamb, inAude& in M artached unaudited Wntract-s H Progrvis sca&AP. applied on a basis consistent With that of At proCL . ins yoar. oz 7 5"4' Q-Wney. Witornin My 29, 197q 0 199 0 6-� N T 1, N 1 Via ACUUNTANTS' FINAMPi 1,11ANCY W7 - ASSETS (:L1°C: ;.ET - LIAMUTIM MD STOMMEK EQUITY 5 KTAVAAVT w rARNINCY Am anrATNED nnmn� .K.-ARMT M CHANGES TN W QCM POSIFIZ LOST OF SMI (SCHEWLE 1) 8 SUTINC, �FNERAZ ANO AnXIMSIPAME MIMSES - Wl (SCUPPI 2) 9 WES TG MANCIAL STATEM0 M UN,K5iTkw SUP-MENTARY FINAMAK MMMUM: CONTPACTS lX FROCR13S SUHF(W� r 15 p 0 K:� F'T RE I A i 1 1 T NC r iia ry I' o , z t rt !,I A oil 11 i: cc Z Opi I tit: ng liOn Equ:.p;rient lz,p C A OT Erb �.I I ',L,;C,t : 19 03l! 9, ; , o 05,555 98 - I , 14 1 , I ". THE ROVAKE REMOS. TNC. balance Shept �chruary 2S, 1079 WBILT.'"u AW ST-CKPOWK ENAQ CURRENT MAAMFIRS: &rtrnvtn wable , '"r:,pr A 'unts OW!, pl-,"Or K ceivablus VIDd "Kawn 1 0 1 :rAI L AnK 1 0, xp�q X 1,.. -1 or" . f ncow i iz, q P. a4 I a t 1 Total Cwr,nt. Lim 'I :w,: NOQ-71 41- 1: 1 M111 ; MR: mLrWtS VIYOM. !Et of Carrpm Voit:m . M z, 1 ) 0 i 3 TaX, v Kot. rrcut t i OW Krockholdor :=own, TOW KVKMes Aid W Wld,r Fluttv ht. .-i (, 1p, I I Iv i ')p, :,v - Ara An 1-1, cwl Part J -hewo - 5 - 1,qJ 1 2 7 3 QQ�) V, 11i1% KUNKYU,H, LNC. st;;'elf t c' Cizine-es in F;nancial Posi n F �i w Ye r FA ic�,-d FA,ruziry 28, 1)'* Work;n:; C:npit:il ­ March 1, 197" (Note Funds 1: di I F wl I 1 rn i igf, I or tn,, a.r vnd' d 1) C I:. I F 9 A w�ii Ch C'n nnc' 'l , It 3", '. ., .i ; " 7 6 V "4 , .', ' '; 7 169 o 3,2%;': 'Ooo T';): 11 s : rf �n wM�o 1 der 8,267 U, r=, For cop,: r E:.y And f.!. p— - n E t of CuIront Portion) 45.176 Tot n I r,vn ilr!ir. r tioancs Total "t - dl6 Pre, idea Fund:; ', I p 1. i d 17:q), ndi> iii'es Foc Property .%.n,,! !.i i 1) me n t 13 lAO Oa 'ments c.n ..,one Term Con t 6,V46 1,nars Ti) SIcockhnldt=r 4 3 `pod i t s 1610 Total Finds i:pp I iecl Decree in '., n c k i n g. C;i pi t. 11 Wo r 1, i r. I p 1 t a I - Fobr;,,.1ry The Ckm;;(.t< iii .:ork jjj; c.jj) i t. I ji i 0 Cii. r'tnt (1,705) Rer, 7 va I,.. Fr:ldo ivab lcF �qh, r V PC 11 s lncr,.ase in Currw. Curtcnt LjAOlil f) e. ;'xcuunt.s .' Iya'Dl, Pil)je' r P, i '." 1!. 1 e n Advanct A roi 1 And r:;i I fornin 7ne,i. , lncr,,a.e ir. Curz.,ilt Jj;0;11jtj.,,I' Decro:IS; in Capital "4 , .', ' '; 7 169 o 3,2%;': Z� 0 TK4 WOPTE ROWERS, INC. COST 01 SALES (SCHOULF 1) For fho ,.r hided February 28, M9 HInK DEpruc in rion Equipment Ronta! Gasoline: And Wi Insurnnm Mat�, r i ::I s And 4n pp! ios MAW Servlcn� Payroll lunw, RQpW iq And ThinttPon Mark', koqex An. G nuqcs Snoll ;�q!v AM nqwpwq� Subsiwt-r: e Union Onviin, h, \1 I ..n•• ....t, Arc An !PwAral "arL ot Tv n- VIP U 1 i Ow . t., s 1,1 � -, 2 : =4 25, 19 1 221 4 .. 38, 5 1. -,A h• ,r; 'NI 7 ho Ti I I t C. r 1 Far[ nt 1:1:1 n n :1 I I i;- ETE IU:' 'k 1 4 1 :R S , INC. Cil.'TkI, :A,` :D ;',D�IPIISIRATIVE EXTFNSES For The 'it,)r Ended Februar• 23• 1979 ,Ale� And T-mr I 0I f i vc ., -q, 0 lt:, A Pa'; 1!, 1 Pi T n i t.: Prcmc -L ior.;il Prct; cC i -n 0 TI, L Sal 9 T : +.11d U S 0 f ur Taq>es Ancl L�c,,isk- le 1 (�pll ;Ilt, And Ft tit, -, Gni Por:* � An,� h• ,r; 'NI 7 ho Ti I I t C. r 1 Far[ nt 1:1:1 n n :1 a 0 ThE KONKRETE REPAIRERS. INC. NOTES TO FTNANCIAL STATEMENTS February 28, 1979 NOTE _AiEyV0jjVy_Policies General: he Ccupaw was incurpirated under the laws of rh- State of Californi-a "n Sapteinher 28, 1977 and commenced onoraivions on March it 19YS anon tho Lax-frina transfer of oil of the ass�;ts and liahiliiiu� 4 fir 15c Compariv (A Solp Propr lotorship whol iv-o;nvd 9, `Jr. F. Pr 'i,> to cha nc•tv-formod corporation. The Company rvmAins doing husino:!: ." k ho Company, in the anirporate form, and "perntes under Cali foir ia contri,Lcr& licruse n"-h•r 303689. Ucuunts Receivable - Unop: Acconnts runeivable - trade consists of biLled and unbilled rere:vnl­10 as � wli. as earned amounts retained Kv customvrE pending Sat - factor'. c=plwrion of the applicable contract,. The Cow= records inc•r -ii tho purconirngs of c"mplotiun basis. Frojtocr roc2lvablvs unbillc• consists of the etc', ,,s of costs and ustimaccd cannings to date ov,r billLngn on all contracts -£n -- progress as of worth-end, All contracts- i ri-progress art reviewed for rest over-runs .;::d, ii total ant ic ips red costs a. 0 C xpentod to exuet_s:i the contract amount, the over-run K trOaLUd as a current period expense. inventory: Inventory, stated at the lower of cost (first -in, first- -out basis) Or market, ronsists of operating SUPPHOS and motoriUs on hand whi.h are utilUed in ounju,_&"n with the construction activity or the CorpAriv- Property And Equipment: Pronpri: - v and equipment are stated at :OSL. Major improvvm,ntn and Q tUrments arc CAP111,117>d. Minor repairs, nqd rvn-v&-- are vxpcusud An inwurr.d. When .:n item is dis• ,vd "I, the coy! ant: rol*fej accumulated Oupr•Kation amcunt is Hor the Ar,,vr' And any •ain or loss iA included in ti,tn mrjLvmPnr K •arn'nqn In'' retilued earnings. For financial reporting purpoovs, dpprowinivin ! .orrpul_od "sinq . 0. the P!rainht-line and :olerat,d m,t`.,A. Kj-•d •-�n rho ost imal.-4 us-4• HFc of the r, %I Vbww'' 1, 0•, Ac.u•ol ­-.1 Jnprc iathen kalanc•n And r;i natcd I,,fui Iii, �•ry ab Accumulated "Sclul P pu•wiation hit, On,rating Equipment 5 23,466 3_7 f,ansportation Lquipri,u 40,192 3-5 Officc, Furniture And Quipmunt 325 3-7 (The accumuiNted deprocioti-n 00are V 004 of Up rev i A t i on charges which ware r,,,ra,: hy UKho C�mpanv (A ' wlv Pr"rr1ctciYhQ), the predecessor viompany,) See Acco:rj anv inj; 4'r ount ant':' h'.1 to-f 0 THE KONKRETE REPAIRERS, INC, • NOTES TO FINANCIAL STATEMENTS - CcNTINUED February 2g, 1979 Project Receivables Billed In Advance: PrujvrL receivables billed in nUnnee rn dorm over the cost-s and ustimated involved of month-ond. In(070 We,: represents the excess of hi1llng4 earnings or lossvA on thp contrarM The Wnpany reports W"mo in the cash tasis for income to& report inr. purpoqos and on the •rarnal, percentage of co-pletion basis for linAvria! reporting purposes. At February 28, 1979, deferred income taxes (2aliForni.a) were nil in that the utilization of the differing method!, did rnt produce tax,blc income amount:; which wvr� signiFisantly diflervnt. 11ho (�."!wny has elected, for federal income tax purpomeb, to he t reat,il as a :�"bchapter S Corporation. Accvrdingly, no provisiva has be,r rAV in these financial statements for foncral income taxes in that the incom•- ,r loAs from operations, including various foderal tax credits, ar..• reported in the porbGaal federal income tax returns of Mr. K UrIV, who whol!!-owns the Company. !'ricer Cartified Public Accountant: in May, 1979, the Comm any dWengagad the services of another Cerl.ifl:e Publir Accountant who was in the process of conducting a certified audit as of February 28, 1919. (in the opinion Q the Company, such action .is nkcn due to time coastraLnts which wor, not achieved.) Copies of too working papers ind other documentation of the former CertiflU Publi.. Accountant (no opinion vas rendered) were nistiincd, examined, tcyt, , aW Uilin;;l a; conUdered necessary and reasonable. Lonna Comnitment: Vhv Q spnny has executed n leaso 0grommont which expires December 20. !W) rh, aic year opti,n E.. renew in � xeroi,rd. Under the current hi agreement thn annual WiKc amount IF SH,0%0 which is payihic n a no ithiv to S is WTE 2 AccounLS Rurenvahl, :rid, --------- -- — ...... of FuhruarV 28, 1911. 054,078 in billed accounts rueoLvabir nn4 retenrio, wire in litipal;on. Aucordin4k, nn illowancp for doubtful accounts a! $19,414 vas convidored to [,, KnAwP upon the audit pro—durcs ="I"v d. 0 9 Arry AIOt41,auer � prti: F,p� ��i �iic /- {ccounllant SUPPLE`9'N7.ARY FINANCIAL B.FORMATiON - UNAUDI.. :F:D - :he zrconpanyin suppIomantary fin ancl :il inform-3tion, ,:hi le not eswntiai to `he presentation, of the f.innmcial. st. :iterencs, is. submitted as idditi.onal analytical data which nav k.e of i.ntcre <t to Officers' and members of the Bo-ird of Directors of the Company, and any third part user of the financial - .tatements. Downey, C :iiifornia Mny 29, 1979 go pw _y•- i^ nym In I 0 1 rj U Yi UL ------- ------ 0 n p go pw _y•- i^ nym In I 0 1 Yi UL ------- ------ z C) Fn Oi z > lot 1: Yi ------- ------ Fn Oi lot 1: I 1)" 1 tj O 6 I;z . vy"l- n co 3 ,zlz to Nl�- = U La < LJ m:z F- z 0 0 2: F- U Ld IJ II 1 �tu�u� � w im e IJ a THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to- quit'. August 39 y.1979 ...... ..... ... tee r.i i -.I r� I certify (or declare) tinder penalty of perjury that foregoing is true and correct. Dated at Newpor Beach, California, thilo day ofd, 19--)l Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This spat €is for the County Clerk's Filing Stamp U-1 Proof of Publication of Inviting Bids PUBLIC NOTICE -_. -__ CITYOFNEWPORTBEACK CALIFORNIA M077CE BIDS SEALED BIDS -91 bbee mceivsd at the ng of Office of the City Cbrk City HA New - Pod Bead,, Cahfmme, until 2:30 P2L y (as de seeiieed by tepb`p`ho�ee time dendl on the 13th day d Sepbmbr, 19M tl ce read, I- pedormto w.k u wlb end BALBOAISLANDIA111 iii) COPING REPAIR-PHASE 11 CVN RACTNO.21M Bid. milt be.ubmltbd an the R.oPo al 1mm attached with tb. eeobed deny, meets fumbhed by the Publie Wm6 D.. pedmmt. The edditkaeal copy d 9w proposal farm b b b mbied by 16 bidde,farhbr fe, W Each bid meet be eac�gvbd hI .� cash, certified check m Bidder. Bond, made Payable b the City d NewPeel =Itm amoud equal bat but 10 tb amomt Idd. Tba Bd. d tba Aoket ed tb wogb 1 "SEALED BID" shall be deuly mad d . ov the ouWd. of the eeveiepe mdeiv- ioqth.bid. The wehect docem bi that meet be comdeted. eaeceled ad mum.d a 16. waled bid en: A. Pro i B.DeeipeetloeeiSebwol.i,t ' .. C Nddee.Bond D.NomCWI .fonAWdevil E. Stebmeet of Fteeec W RegpylbB. By F. Twhdul Ability sod Eap.rb,es Re.... Tbese docem.ob obeli b eBMd Mtb the signet.. eed tl9e. d [b De.mne signing ee behnl d the bidd.,. For w. ;,elf iom, the si".te,ee d th.geydeet V'ce Pmvdmt end Spore,, ee Ae ,aent Sacretery en r Wed ead the Co `e Seat .hell be of ixea b dl decumeeb r Wag dewtmn, b W m d e Pmbmeehip, the deoaler. d a leeet ®a..nmal Peden ".",a No bide 1191 be acapbd bem a son. bean who bee not bees lh a ed In W' .,loss e,ith the pm,,.e. d Ch.Ptn 9, Dividoo II I the Beeler eed bA . felons' Code. The w d.etm.bell ebb hb liceon vumbr ead ele�IBceBee b the proposal One eei d Plsee and c = dam,. me.b, Jw6dteg T.etd peeeYeee, pep be abieted et the P.bW Wa.b D.W. meat, City Hell, N.,,,w B.sek Gb• itmte, e1 m rn.t b 11 -eend emb.ebq is teq.e.bd that We pier ad coo- trxI docemmb be Wed w11hbe tee (2) week. alb. the bid opyeP, PROOF OF PUBLICATION 74NF0 0 • The City hee adopted the Stmdmd . Spectboatima far Public Wort Cm v (1978 yditiom) as peoperod by the So dl a o Callf eala chspteee of tb' Amadcaa Pebbc Web Aesoelaboo and the Anoclefad Gerrard Coatrscims of Amedca. Copan may be obteked bom 9u11da9 News I=, 3M Oenf and A", Los Angelaa WifunAa 90031, (213) 9749871. The City has adopted Slaednd Sp c l PmNdom red Steadard Darwin". Copaaof than an nadebk at the Pub- lic Wotka D"etaient at a and of 59 Paw W. A stsvdeN "City d We t Inch Syeclal P.ndereemed" km has brae adopted by tb city d Newpal Baanh.. This form is the only sud aat roar" table to the City fot liability Imuaaa purpoma The succmefal low bidder will be tequtrd to complato Ibe form npea . ewatddcontract. - Por any .aboard bonds, the oompsry issuing bid bade, P-do and mekrW bode red oana paMpoay bonds moat be nncsond bycompany m amdy amia, Ifcand 6P tb 9ka d [.df omk. to 1. 2, Chace with the pof A. C of I.ada $ >. Cod 1, PM 7 d idea 0 M forme leboa Code (Sections ]770 M Bery), the tafa d t of Iedna .] Belatlaas has ucertdnd the grata; ptevsty In .to d pr diem wegn a Pat ave d k which the wmk lo k b pedmad !or mail, cie. .dn m lye d —k- . m mechanic needed to eacuk tb an4act. A copy of Said f&A City is Allm6 t the once d t A Ciry Ckrk. All pat9n to the contract shall he (pv. ernd by all movialom d the Cs4brrife Labor Cade roldiry b mevaihrp wage rates (Secbom 17747981 inclusive). The maimclm shall be raopmdMe W ompliance vied S.U. 1777.5 d the Calitomk 141 m Code ful all apmen. uceableomupation. The ocnhactm shall port a ropy d the pevailiag wage mtn et tbjpb_Yp Copan may M obtaind from hl to ntea any or ell birL a mdtH in such kda. P: Aug. 29, 1979 in Th. New. port t F E,nsign. NE545