HomeMy WebLinkAboutC-2121 - 1979-80 Seal Coat Program Phase II0
E
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251 -
October 16, 1980
Ted R. Jenkins, Inc.
5400 The Toledo
Long Beach, CA 90803
Subject: Surety: United Pacific Insurance Company
Bond No: U 29 97:25
Project: 1979 -1980 Seal Coat Program
Contract No•: 2121
The City Council on September 8, 1980 accepted the work of
subject project and authorized the City Clerk to file'a
Notice of Completion and to release the bonds 35 days after
Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on September 25, 1980 in Book 13759, Page 1590. Please notify
your surety company that the bond may be released 35 days
after recording date.
1
DORIS GEORGE
City Clerk
DG:bf
cc: Public Works Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RQQORDfDBY r 36412 BK 13759Po 1500
FrMJRN TO L._____
CITY OF NE"' ! ^CFtT C "ACH RECORDS
2300 NC N� ''ORT 3l t"ll-E iARD C 2 FRECORDED IN OFFICIAL
C J r ORANGE L;uu. Ii' NV ✓PO ^TB._ACI „C�LIF.925Ci3 NOTICE. OF COMPLETION vii 3 PM.SEP 251980
PUBLIC WORKS County Recorder
LEE A. BRANCH,
'I o All Laborers and Material Men and to Every Other Person Interested
YOU WILL PLEASE TAKE NOTICE that on August 8, 1980
the Public Works project consisting of 1980 Seal Coat Program, Phase II (C -2121)
on which rea x. jenxins, inc.
was the contractor, and United Pacific Insurance Company
was the surety, was completed.
CITY OF NEWPORT BFAGIi
/,/- L�w
ICfI/%v%j
Publ c Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on Septemher. 9, 1980 at Newport Beach, California.
&2v�; /J,-/ -
Publi6 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 September 8, 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 Septmber 9, 1980 at Newport Beach, California.
City Clerk
Oct 17
N��n
SEP 8 1480 September 8, 1980
By So CITY OOUNCIL CITY COUNCIL AGENDA
CITY W 1411VOINI MCH ITEM NO.
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 1980 SEAL COAT PROGRAM, PHASE Ii (C -2121)
RECOMMENDATIONS:
I . 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 1980 Seal Coat Program, Phase II, has
been completed to the satisfaction of the Public Works Department.
The bid price was $61,950.00
Amount of unit price items constructed 65,557.85
Amount of change orders None
Total contract cost 65,557.85
Funds were budgeted in the General Fund,
Street and Alley Account
The increase in the contract cost was due to the streets re-
quiring slightly more slurry material than had been anticipated and
the addition to the contract of the Police Department parking area.
The design engineering was performed by the Public Works
Department.
The contractor is Ted R. Jenkins, Inc., of Long Beach,
California.
The contract date of completion was August 31, 1980. The
work was completed on August 8, 1980.
Benjamin B. Nolan
Public Works Director
GPD:jd
0
September 9, 1980
CITY OF NEWPORT BEACH
Lee A. Branch
County Recorder
P. O. Box 238
Santa Ana, California 92702
Dear Mr. Brandt:
OFFICE OF THE CITY CLERK
(714) 640 -2251
n
Attached for recordation is Notice of Conpletion of Public Works
project consisting of 1980 Seal Coat Program, Phase II
Contract No. 2121
on which Ted R. Jenkins, Inc. was the Contractor
and United Pacific Insurance Company was the Surety.
Please record and return to us.
Very trulyy9ars.
Doris gorge
City Clerk
City of Newport Beach
DG:bf
encl.
City Hall 3300 Newport Boulevard, Newport Beach, California 92663
CITY OF NEWPORT BEACH
Date July 11, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2121
Project Seal Coat Program. Phaca TT
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Ted R. Jenkins
Address: 5400 The Toledo, long Beach, CA 90803
Amount: $ 61.950.00
Effective Date: July 11, 1980
Resolution No. 9799
Al
Doris Geo e
Att.
cc: Finance Department
City Iiall • 3300 Newport Boulevard, Newport Beach, California 92663
CONTRACT NO. 2121
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
SEAL COAT PROGRAM, PHASE II
Approved by the City Council on
this 12th day of May, 1980.
SUBMITTED BY:
TED R. JENKINS
ntractor
5400 THE TOLEDO
d ress
LONG BEACH, CA 90803
City
(213) 433 -4936
r s George, ulty clerk O ep one
$61,950.00
Total Bid Price
CITY CLERK
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. (as determined by telephone time signal) on the
29th day of May 19_B_Q, at which time they will be opened and read, for
performing o work as follows:
1979 -80 SEAL COAT PROGRAM, PHASE II
CONTRACT NO. C -2121
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 Secr�etar� or Assistant Secretary are required an t e —Corporate Seal
shall be affixed to ail documents requiring signatures. In the case of a arl nershTp,
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.
(con t.)
0
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the Southern California Chapters a mer can u Rc 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
In
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 providingg for
the registration of Contractors, License No. 253619 Classification C -12
Accompanying this proposal is "Bidder's Bond 10V
(Cash, Certified Check, as ier s Check or BonZT
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.
433 -4936
P one u er
May 29, 1980
Date
TED R. JENKINS
Bidder's Name
(SEAL)
ut o i e i gna ire
ut on gnature
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:
f
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. N/A
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
L&IM111111MMO, r-,.
,TJ. � • :
. FOR ORIGINAL SEE CITY CLERK'S &E COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
1106:
ALL MLN BY THESE PRESENTS,
That we, TED R. JENKINS , as Principal,
and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
OF THE TOTAL BID IN
llars ($ 10% ), 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
SEAL COAT PROGRAM, PHASE II. CONTRACT N0. 2121
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 23rd day of
May , 19 80
Corporate Seal (If Corporation)
TED R. JENKINS
Principal
S J nki
(Attach acknowled ement of
Attorney -in -Fact
Ronna E. Shaw. Notary Public
uNITFn PACIFIC INSURANCE COMPANY _
rnmmiccinn agpirac Nov_ 99- 1984 Surety
BY S /Owen M. Brown
Title Attorney -in -Fact
•
Page 5
NON- COLLUSION AFFIDAVIT
the bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 29th day of May ,
19 80 .
My commission expires:
Nov. 22, 1983
TED R. JENKINS
Notary Public
*OR ORIGINAL SEE CITY CLERK'S F41 COPY 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 openinq if he
is the apparent low bidder.
On file with City Clerk.
S /Ted R. Jenkins
Signed -
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
S /Ted R. Jenkins �, r
Sign
Page 12
C O'N'TrR A:C�:Tw
- - -- ,Fr
THIS AGREEMENT, made and entered into this // tk� day of `� ;, �, 19Jl. ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the.City,
party of the first part, and TED R. JENKINS,
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For.and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
SEAL COAT PROGRAM. PHASE II, CONTRACT NO. 2121
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
0 0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per :diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
By:��
yor
ATTEST: .
City Clerk -
it e
By:
�K � lil ii
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80
SEAL COAT PROGRAM, PHASE II
CONTRACT NO. 2121
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of t
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials and do all the work required to complete Contract No. 2121 in
accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for the work, complete in place, to wit:
PRICE WRITTEN I
1050 Furnish all labor, equipment and
Extra Long Tons materials; and perform all work
necessary to prepare for and
apply slurry seal coating as
shown on the plan.
@ Fifty -nine Dollars
and
No Cents
Per Extra Long Ton
TOTAL PRICE WRITTEN IN WORDS:
Sixty -nne Thoun nd Nine Hundred Fifty Dollars
and
No Cents
May 29, 1980
S Name
S /Ted R. Jenkins
it orized Signatt
PRICE
ICE
$ 59.00 $ 61,950.00
CONTRACTOR'S LICENSE NO. 253619 TELEPHONE NUMBER 433 -4936
CONTRACTOR'S ADDRESS 5400 The Toledo Long Beach CA 90803
• ��
a
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80 SEAL COAT PROGRAM PHASE II
CONTRACT NO. 2121
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . .
. . . 1
II.
QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE. . .
. . . 1
III.
SCHEDULING AND COMPLETION OF WORK . . . . . . . . .
. . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . .
. . . 2
V.
VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL. . . . . .
. . . 2
VI.
NOTIFICATION TO RESIDENTS AND BUSINESSES. . . . . .
. . . 3
VII.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
VIII.
MIXING AND APPLICATION . . . . . . . . . . . . . . .
. . . 3
IX.
SLURRY SEAL MATERIALS . . . . . . . . . . . . . . .
. . . 3
A. Slurry Seal Mix Design . . . . . . . . . . . . .
. . . 3
B. Materials . . . . . . . . . . . . . . . . . . .
. . . 4
1. Asphalt Emulsion . . . . . . . . . . . . . .
. . . 4
2. Aggregates . . . . . . . . . . . . . . . . .
. . . 4
3. Admixtures . . . . . . . . . . . . . . . . .
. . . 5
0
I. SCOPE OF WORK
0 SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1979 -80 SEAL COAT PROGRAM PHASE II
CONTRACT NO. 2121
The work to be done under this contract includes slurry seal coating various streets
in the City of Newport.Beach as shown on the Plan Drawing No. R- 5402 -L.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plan, the City's Standard Special Provisions, the City's Standard
Specifications which is the Standard Specifications for Public Works Construction
1976 Edition), International Slurry Seal AssoclaFion Test Method No. T -100, and
applica a portions of the American Society for Testing and Materials Specifications.
II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE
Only bids from responsible bidders will be considered. To qualify as a responsible
bidder, the Contractor shall have a successful performance record in the application
of Cationic or Anionic quick -set slurry seal and shall have actually placed at least
5,000 extra long tons. Bidders shall submit, with their bids, the name of the
proposed foreman who must have a minimum of two years experience in this type of
work. This foreman shall be present whenever slurry seal is being applied.
The Contractor will be required to obtain a valid City business license prior to
the start of work.
III. SCHEDULING AND COMPLETION OF WORK
The Contractor shall submit in writing (1) a complete schedule of work showing the
geographical areas and the approximate periods of time planned for work in each
area and (2) a proposed slurry seal design mix (See Section IX -A) to the City
within ten (10) calendar. days after notification of award of the contract by the
City. No work shall begin until the schedule of work and slurry seal mix design
has been approved by the Engineer. Requests for changes in the schedule may be
submitted to the Engineer for approval at least 72 hours prior to the scheduled
sealing of streets.
Newport Center Drive West, Newport Center Drive East and Newport Center Drive shall
be slurried on Saturdays and Sundays only.
All work under this contract shall be completed by August 31, 1980, (or within
forty -five (45) consecutive calendar days after the start of obstruction to traffic,
whichever comes first.)
It will be the Contractor's responsibility to ensure the availability of all
materials prior to the start of work. Unavailability of materials will not be
sufficient reason to grant the Contractor an extension of time.
IV
V
• • SP2of5
PAYMENT
The unit price bid per Extra Long Ton of slurry seal coat shall be considered as
full compensation for all labor, equipment, materials, and all incidental
items necessary to complete the work in place, and no additional allowance will
be made therefor.
VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The Contractor shall schedule his operations so that all streets can be opened
to traffic by 4:00 p.m., except when unexpected weather conditions require a
longer curing period. In this event, the Contractor shall install sufficient
lighted barricades, interspersed within the treated lane to prevent use until
curing is completed.
On divided streets, the Contractor shall work on only one roadway at a time. A
minimum of one open traffic lane shall be maintained at all times on the roadway
being sealed. On undivided streets, a minimum of one open traffic lane in each
direction shall be maintained at all times unless otherwise permitted by the
Engineer.
The Contractor shall submit a Traffic Control Plan showing the signing for a
typical street three (3) working days prior to the start of work in each area.
Work shall not begin in that area until the Traffic Control Plan has been approved
by the Engineer.
The Contractor shall furnish and post on streets to be sealed, temporary "NO
PARKING" signs stating the day, date and time of restriction. The "NO PARKING"
signs shall be posted forty (40) hours in advance of the sealing operations.
The signs shall (1) be made of white or buff card stock, (2) have minimum
dimensions of 15" wide and 18" high, (3) be lettered in red except for the day
and date of work, and (4) conform to the dimensions shown below:
TEMPORARY
NO PARKING tq
TOW AWAY
6 AM TO
ZONE Ei
6 PM. -T jl
.T 1
C.VC. 22652 B
NEWPORT BEACH POLICE DEPT.
673-22 1 1--!/;,
0 • SP3of5
The Contractor shall insert in black the day and date of work for the street
to be posted.
When necessary to provide vehicular or pedestrian crossing over fresh slurry,
the Engineer or Inspector shall direct the Contractor to spread sufficient
sand on the affected area to eliminate tracking or damage to the slurry mixture.
VI. NOTIFICATION TO RESIDENTS AND BUSINESSES
Forty -eight (48) hours in advance of applying the seal coating, the Contractor
shall distribute written notices to abutting businesses and residents stating
when his operations will begin and approximately when the street will be
restored to normal vehicular use. The City will furnish the written notices
and a list of addresses for distribution to businesses. Errors in distribution,
false starts, acts of God or other alterations of the schedule will require
renotification.
VII. WATER
The Contractor shall make provisions for obtaining and applying water necessary
to perform his work. If the Contractor elects to use City water free of charge,
it shall be his responsibility to make arrangements by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
VIII. MIXING AND APPLICATION
Replace the first sentence of subsection 302 -4.2.1 "General" with the following:
Mixing shall be performed by a continuous flow mixing machine.
Add the following in lieu of the first sentence of subsection 302 -4.3.1 "General"
The application of slurry shall not commence until after 7:00 a.m. or as weather
permits and shall be sufficiently cured to be open to traffic by 4:00 p.m. Insofar
as is possible, slurry seal shall be applied to cul -de -sac areas in the early
morning.
The rate of application of the slurry mixture shall be approximately one (1)
Extra Long Ton per 2000 sq. ft. The thickness of application of the slurry
mixture shall be adjusted to provide a layer approximately 1/8 in. thick.
In addition to subsection 302 -4.6 "Clean -up "; it will be the Contractor's respon-
sibility to protect and clean slurry from existing street markers and reflectors.
IX. SLURRY SEAL MATERIALS
The sites for stockpiling and batching materials shall be clean and free from
objectionable materials and shall be located outside the road right -of -way.
Arrangements for these sites shall be the responsibility of the Contractor.
A. Slurry Seal Mix Design
The Contractor shall submit a slurry seal mix design and the results of the
International Slurry Seal Association Test Method No. T -100 wet track
abrasion test, performed on the design mix, to the City for approval within
ten (10) calendar days after notification of award of the contract by the
City. The design mix shall be such that the maximum allowable wear value
i
• •
SP4of5
is 75 grams per square foot of emulsified asphalt when subject to the wet
track abrasion test. The Contractor will be responsible for tests needed for
verification of the mix design and materials. (This does not include field
tests needed for control of construction, except as otherwise noted herein.)
The results of the test shall be reported as follows:
1. The average wear value (WTAT loss) in grams per square foot for
each quantity of emulsified asphalt.
2. Total water added (percent based on aggregate weight) to arrive at
pouring consistency. Mixing water shall be held to a minimum.
3. Any tendencies observed towards mix segregation during preparation.
4. Observations as to texture, signs of surface skinning, or tackiness
in the specimen during test.
5. The type and percentage of admixtures added ....if required to overcome
mix segregation at free - flowing consistency and to adjust the curing time.
B. Materials
1. Asphalt Emulsion
The asphalt emulsion shall be of the Cationic quick -set Type QSK -h
using penetration grade 60 -70 paving asphalt as a base. If Cationic
QSK -h is not available Anionic QS -1H emulsion may be used as an alternate.
It shall meet the following specification when tested according to
appropriate ASTM methods:
Emulsion Test
Furol Viscosity at 770 F, Sec. 20 -100 D244
Risidue from distillation; % by weight 57 min. D244
Sieve test (% retained on No. 20) .10 max. D244
Storage stability; one -day settlement 1% max. D244
Residue
Penetration @ 770 F 40 -110 sec. D5
Solubility in T &ichloroethylene, % 97.5 min. D2042
Ductility at 77 F, cm. 40. min. D113
The Contractor shall submit a certificate of compliance analysis supplied
by the manufacturer verifying that the base asphalt used in the emulsion
is in conformance with these Special Provisions at no additional cost
to the Agency.
2. Aggregates
Replace the first sentence of subsection 203 -5.2 (3) "Materials"
with the following:
Mineral aggregate shall consist of 100% rock dust which is a product of
crushing rock or gravel
i
3. Admixtures
•
SP5of5
Portland cement shall be used as the accelerator for Anionic Emulsion
Aggregate Slurry and Ammonium Sulfate in liquid form shall be used as
a retardant for Cationic Emulsion Aggregate Slurry. The amount of
admixture shall be that amount necessary to adjust the curing time to
conform with the provisions of Section VIII of these Special Provisions
and to prevent the slurry mix from setting up prematurely in the
spreader box. Any other admixtures and proportioning system shall be
subject to evaluation and approval by the Engineer.
� f
•
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
• SAMPLE
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 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 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
(Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: SEAL COAT PROGRAM, PHASE II, C -2121
July 3, 1980
Attached are four copies of the subject contract documents
and 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.
e Gi Z—ert`Zg�
Project Engineer
GW:em
Att.
0
TED R.JENKINS
5400 The Toledo, #508
Long Beach, CA 90803
"LETTER OF TRANSMITTAL"
TO TH
_- Pubt i c Wg&_kA Qepahtment
3300_NW ax _$�u2evcucd
Attention: Newpaht Beach, CaU4ohni.a 92663
Gentlemen:
WE ARE SENDING YOU a Herewith ❑ Under
separate cover the following items
Plans
�J Specifications
Tracings
L II Prints
4_.I Shop Drawings
Samples
1::3 Catalogue Cuts
❑ Change Order
No. P.O. #8022
DATE juty 1 1980 JOB NO.
JOB NAME
JOB LOCATION
R E:
E Purchase Order
[_J Copy of letter
F-1
COPIES
DATED
NO
D E S C R I P T I O N
I ^ r hu_
3
—
Ca iez o Pen oAmanee Band
3
Ca iu a4 Laboh 9 MateAia2 Bond
4
Co o Cowtnaat Documeats. CUNT ET #
-117 _
\ „\
RECEIVEt► '; \
_
JUL 1 1
i
CI Ty OF
NEWlop
:L CALIF, !
l
_ N
THESE ARE TRANSMITTED as checked below:
1 j For approval [Approved as submitted ❑ Submit_ copies for distribution
For your use Approved as noted Resubmit _copies for approval
As requested Returned for corrections Return corrected prints
hFor review and comment n ❑_
FOR BIDS DUE 19_ . PRINTS RETURNED AFTER LOAN TO US
REMARKS
_,jeavaed by TED R-__JENKINS_..___
COPY TO
G.P.P. 36
SIGNED:
TO
Ted R. Jenkins Co., Inc.
5400 The Toledo, #508
Long Beach, CA 90803
FROM _¢ n
OWEN M. BROWN INSURANCE
? 60UTH MANCHESTER AVENUE
P.O. BOX 8599
ANAHEIM, CA 92802
(213) 924 -9449
(714) 956 -4603
Subject City of Newport Beach Project #2121 DATE 6-25-80
Gentlemen:
This is to advise you that we received four copies of the contract documents
for the Seal Coat Program, Phase II, yet there were only three copies of the
Performance and Payment Bonds enclosed.
We are enclosing all four sets of the contract documents and all three of
the Performance and Payment Bond forms executed by us. If the City of
Newport Beach desires another Performance and Payment Bond to accompany
the bonding company's copies of the contract documents, please do not
hesitate to advise me.
10
' / r'
Olen M. Brown
OMB.rs
• • •
NAME AND ADDRESS OF AGENCY
OWEN M. BROWN INSURANCE
627 SOUTH MANCHESTER AVENUE (P. 0. BOX 8599)
ANAHEIM, CALIFORNIA 92802
NAME AND ADDRESS OF INSURED
TED R. JENKINS
5400 THE TOLEDO, #508
LONG BEACH, CALIFORNIA 90803
COMPANIES AFFORDING COVERAGES
LEmERr A FIREMAN'S FUND INSURANCE COMPANY
COMPANY
LE"Ea ASSOCIATED INDEMNITY CORP.
COMPANY
LETTER V
COMPANY ER D rj
ER
COMPANY E
LETTER L
I his is to certify that policies of insurance listed below have been issued to the Insured named above and are In lance at this hme. Nolwansianding any regmremenl term or CgnOplon ,
of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described nerem is - ',hied rn aL the
terms, exclusions and conditions of such policies.
DESCRIPTION Of 0PERA1UONSL00AroNSNEHICLES
JOB: Seal Coat Program, Phase II, Contract #2121
ADDITIONAL INSURED: CITY OF NEWPORT BEACH (AS PER ENDORSEMENT ATTACHED)
Cancellation: Sncu{d any of the above de5crlbed policies be canceNed before the expiration date thereof. the fssnng com
pany will XXKUXY&VX1aUt _30 days written notice to the below namea '- .:erhtfcate holder_ bi%iUXXlVXy
XB BY REGISTERED MAIL.
NOME %: Nn . .ppfSS OF �E BiIFICA `F t101 DCY
CITY OF NEWPORT BEACH, CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CA
.ACORD 25 (479)
a;&__.. .
WN Tyr _
Limits of Liability in Thousant�(�01.
coMVANV
IETi EP.
-Y"E OFINSr PAN,
POLI(;Y NUMBER
_. CTPS(
EACH piF
_
OCCNfri't F_
GENERAL LIABILITY
-}-
1
DJDI:v IN!HRY $ 18
A
o COMPRG IF N'SIVE FORM
I
RREMI52S -PPERA ?IONS
PROPERTY P_AMpGr 1 , I K
'xilib 10N pNU COLLAPSE
J
® Tat ARD
LA 287 39 94
12/1/80
® PROOD s e.M iE n
O?CPA(ONS HF ARD
®
BODi:v IN I NY ANI% 1
1 1, 000
-c 41 RaC :. nL ,N;uaANCC
PROVea Y r _ M+sL t 1000 ;,
®�7 BROAD /OftM RROPFRTY
fI
CO.MFINI^ 1
DAMAG(
ix ND pENDEN' COVIRACTOR5
i'i RSONAL IrJniH/
® r'ERSOM1P: Pa 4!lr
AUTOMOBILE LIABILITY
I - ^- -- —��
—� —�—
DOORY -NJnHY a
`�
1
TI - OMPREPENSNF EORV
ROOMY � 5
Ll
OWN I
`LAChACCloe:ai
LA 287 39 94
12/1/80
—
n
V HI HIG
PPOPp:elr pnr'..
Is
YT?O"OM. DA.MADE + 5 11000
i
1 EXCESS LIABiL17Y
)MRSI iA i01 ".
Pi.OPfRlY OAMA(.E s
1 71NFFAiAN yjVNjRcILd
CJMFJINCD
r()Bi.1
I
v
SrA-urDR
WORKERS'COMPENSATION
B
and
WP 233 28 29
12/1/60
i EMPLOYERS' LIABILITY
--
i X6�f1Eli THIS I
TO CERTIFY THAT WE HAVE ISSUED
A VALZ
ORKE PEN ATA�N- �LIZY—
IN A FORM APPROVED
BY THE CALIFORNIA INSURAAACE
COMMISSI
TO THE EMPLOYER NAMED ABOVE
1 FOR THE POLICY PERIOD
INDICATED.
DESCRIPTION Of 0PERA1UONSL00AroNSNEHICLES
JOB: Seal Coat Program, Phase II, Contract #2121
ADDITIONAL INSURED: CITY OF NEWPORT BEACH (AS PER ENDORSEMENT ATTACHED)
Cancellation: Sncu{d any of the above de5crlbed policies be canceNed before the expiration date thereof. the fssnng com
pany will XXKUXY&VX1aUt _30 days written notice to the below namea '- .:erhtfcate holder_ bi%iUXXlVXy
XB BY REGISTERED MAIL.
NOME %: Nn . .ppfSS OF �E BiIFICA `F t101 DCY
CITY OF NEWPORT BEACH, CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CA
.ACORD 25 (479)
a;&__.. .
WN Tyr _
CITY OF NEWPORT BEACH
Contract No. 2121
Special Endorsement ;k.
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
Seal Coat
Program,Phase II 6 -16 -80 LA 287 39 94 12/1/79- 12/1/80 $1,000,000. Fireman's Fund
Contract #2121 COMBINED & Associated
SINGLE LIMIT Indemnity
This endorsement is effective June 16, lg 80 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall by valid and fnrm 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
Owen Pi. Brown
Address P 0 Box 8599, Anaheim, CA 92802
;.,
By /
Authdrfzed"7—epresentative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
e
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 10
BOND #U 29 97 25
Executed in Triplicate
Premium: $310.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 9 1980
has awarded to TED g. JENKINS
hereinafter designated as the "Principal ", a contract for SEAL COAT PROGRAM,
PHASE II - CONTRACT NO. 2121
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract,
NOW, THEREFORE, We, TED R. JENKINS
as Principal, and
UNITED PACIFIC INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Sixty one thousand, nine hundred fifty and n0 /loo--- - - - - -- Dollars ($61,950.00--- - - - - -
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 16th day of June , 19 so
Approved as to for:
City Attorney
Authorized Signature and Title
UNITED PACIFIC INSURANCE COMPANY (Seal)
Name of Surety
% 443 S_,Shatto P1.,Los Angeles, CA-.90030
Address f rety
B
Si re and t1ritle, of Authorired'7Agerkt -
owen M. Brown, Attorney -in- Fact;.' -
59 9,Anaheim,CA 92802
Address of Agent
Te ephone No. of Agent
State of California )
ss:
County of ORANGE )
On June 16, , 1980 , before me, the undersigned, a Notary Public in and for said County,
personally appeared OWEN M. BROWN known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and him own name as
Attorney -in -Fact.
OFF1lI� L
A E S c!F :ROB �';
oA
�
My Commission expires .19
Notary Public in and for said County
SOU -1818 ED. 3/72 (CALIF,I
Page 10
PERFORMANCE BOND XJVD gU 29 g; 25
Executed in riPIicate
KNOW ALL MEN BY THESE PRESENTS, That Promiurli $310.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 9. 1980
has awarded to TED R. JENKINS
hereinafter designated as the "Principal ", a contract for SEAL COAT PROGRAM,
PHASE II - CONTRACT N0. 2121
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to-execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, TED R. JrNMIS
as Principal,
UNZ746D PACIPtC SNSUP -ME COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
strty ores thousand, nine hundred fifty and n0 /100--- - - - - -- Dollars ($61,950.00-- -----
��
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 16th day of s,,,,,, , 19 80
Appppved as to form:
City Attorney
x
Authorized Signature and Title
pg= nen varrvrC INS MANCB MPAMY (Seal)
Name of Surety
Ze Ag�t
Oven M. Brown,
CA 92802•
A ress o gent
Te ephone No. of Agent
State of California 1
ss:
County of okkNGE )
On Julie i%, , 19 before me, the undersigned, a Notary Public in and for said County,
personally appeared OwEnT M. BIRCr.liN _known to me to be the person whose name is
subscribed to the within Instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
Attorney -in -Fact. —.. - --
�, OFFICIAL SEAL
' NCif'BY {-_7 1
/
C
My Commission expires , 19�'
Notary Public in and for said County
BDU -1818 ED. 3/72 (CALIF.)
Page 10
PERFORMANCE BOND BOND NU 29 9.7 25
Executed in Triplicate
KNOW ALL MEN SY'THESE PRESENTS, That Premium $310.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 9 1980
has awarded to TFn R, ,1FNKTNS
hereinafter designated as the "Principal ", a contract for SEAL COAT PROGRAM,
DNASF TT - CONTRACT NO. 2121
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, TED R. JENKINS
as Principal,
UNITED PACIFIC INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach', in the sum of
sixtu one thousand, nine hundred fifty and n0 /100--- - - - - -- Dollars ($61,950.00-- - - - -)%
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, avid
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 16th day of ime , 19 so
App ved as to f
ity Attorney
Authorized Signature and Title
UBITED PACUIC INSURAMM COMPANY (Seal)
Name of Surety
443
CA 90030
oiynW UWU anu 11t3Z U1 nuuwr i[cU rryani.
Own M. Brown, Attorney -in -Past -
627 8. Ave..P O BOX= 85994MAheiartM 92802
Address of Agent
986..�6n3
Telephone No. of Agent
State of California )
S ss:
County of ORANGE _ )
On June 16, , 19 80 , before me, the undersigned, a Notary Public in and for said County,
personally appeared OWEN M. BROWN known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as
Attorney -in -Fact.
OFFICIAL SEAL
1 L- P0,NINA F A %V 1
TG,CY P, WLIr pR�1A1
My Commission expires 19 6i /G ,Wa/ _
Notary Public in and for said County
BDO -1818 ED. 3/721CALIF1
Page 8
Premium charge for this bond . .LABOR AND MATERIAL BOND Bond #v 29 97 25
included in charge for Executed in Triplicate
Performance Bond. - -
TS, That
WHEREAS, the City Council of the City o €'Newport Beach, State of California, by
motion adopted
has awarded
June 9, 1980
TED R. JENKINS
hereinafter designated as the "Principal ", a contract for SEAL COAT PROGRAM,
PHASE II - CONTRACT NO. 2121
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 mpn R. .TpmrTms
as Principal, and Lw,Tgp PACIFIC 1'rffbT_VVk7W-00VR41V__
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Thirty thousand, nine hundred sayenty"fiyA and no/lQQ----Dollars ($ 30,975.00 -------
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
• " '
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 16th day of June , 19___OD-_.
App�oved as to rm:
City Attorney
NJ
TED R. JWY-TNS (Seal)
Name of Contractor Principal
11 - a /Y— - - -
Authorized gna ure and Tit e
Authorized Signature and Title
LffiTTF:D PACTFTr TNRtTRANCF. rOMPANV ( Seal)
Name of Surety
CA.._�)�n -
Addr s Su
RV
Si§Mture and Tit4- a of ut orized gent
Owen M. Brown, Attorney -in- Fact
627 S. Manchester Ave.,P 0 Box 8599,Anaheim,CA 92802
dress of Agent
956 -4603
Telephone No. of Agent
State of California 1
ss:
County of ORA:NGF )
On .Tune 16. , 19 _Q;)_ , before me, the undersigned, a Notary Public in and for said County,
personally appeared OWEN M- SR(1WV known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and hi,,— own name as
Attorney -in -Fact. -�-- — — —— w�-- --
��--""''
153
My Commission expires , 19 ( aZ- )Z04LI"
Notary Public in and for said County
8DU.1818 ED. 3/72 (CALIF.)
Page 8
Premium charge for this bond LABOR AND MATERIAL BOND Board #9 29 97 25
included in charge for Executed in Triplicate
Performance Bond.
TS, That
WHEREAS, the City Council of the City -.of Newport Beach, State of California, by
motion adopted
June 9. 1980
has awarded to TED R. JENKINS
hereinafter designated as the "Principal ", a contract for
PHASE II - CONTRACT NO. 2121
SEAL COAT PROGRAM,
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 Ten R_ 07N INS
as Principal, and Dump p=rlc INSURANCE OMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
ThiXty thauaand, nine hundred aevsnty -five and Ao /100 ---- Dollars ($ 30,975.00--- - - - -),
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
•. s 1•
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California. .
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the lath day of .T, „,. , 19 no
Approved as to form:
I
City Attorney
(Seal)
Name of Contractor (Principal)
c .
Aut orized gna u �d Title
Authorized Signature and Title
MIM 9 UTP 19-SURAM COMA NY (Seal )
Name of Surety
dr ss re
CA
90039
i ture and TitlA of ut orized Agent- -
Owen X. Broom, Attorney -in -Fiat _
627 S. Manamgter Ayo.,B O e2059 CA
Address of Agent
956 -4603
elephone No. of Agent
_W State of California
County of
Orange ) ss:
On June 16, , 19 80 , before me, the undersigned, a Notary Public in and for said County,
personally appeared Owen M. Brown known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscriber) the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and hi own name as
Attorney -in -Fact. �^^'
:
j 57
My Commission expires , 19 _ C�fascaa�6 �+icr</
Notary Public in and for said County
BDU -1818 ED. 3n2 (CALIF.)
GA
In
u
Pzwdum charge for this bond
included in charge for
Performance Bond.
TS,
y r.
LABOR AND MATERIAL BOND
That
0
Page 8
Bond iD 29 97 25
Bzecuted in Triplicate
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted.
has awarded to
June 9. 1980
TED R. JENKINS
hereinafter designated as the "Principal ", a contract for SEAL COAT PROGRAM,
PHASE I1 - CONTRACT NO. 2121
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 WD R. JAXJM s
as Principal, and unzim PA=rxc =saaAmm cDmpxNx
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Thirty thousand, nine hundred seventy -five and no /100 -- -- Dollars ($ 30,975.00---- - - - -),
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
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions.of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF,.this instrument has been duly executed by the Principal and
Surety above named, on the 16th day of June , 19--90_.
I
i ApprAved as to form:om
City Attorney
Tap R. (Seal)
Name of Contractor Principal
87f � w
Authorize gna ure and Tit e
Authorized Signature and Title
osirsn PAc2Fie nmaaasm emmawt - -(Seal.)
Name of Surety
Addr s f Su --
Si ure an Title of Authorized • gent
Owen N. Brown, Attorney -in -Fact
637 S. xanduster Ave.,P O 9= 0599, Anaheim, CA
ddress of Agent
956 -4603
Telephone No. of Agent
938021
-� State of California 1
ss:
r
County of Orange
On Styy t g 19 39— , before me, the undersigned, a Notary Public in and for said County,
personally appeared _ n. -,en X. .gri..a., known to me to be the person whose name is
subscribed to the within instrument as Attorney -in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIF IC INSURANCE COMPANY, as Surety, and h_i,_ own name as
Attorney -in -Fact. �-^- — 7 --
f MA F
2 1, 155.
My Commission expires 19 _ t �anaa4�
Notary Public in and for said County
BOU -1818 ED. 3/72 (CALIF.)
y
N 0 Tv E
THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH
MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY
AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL
ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT.
TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT
ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING
OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF
NEWPORT BEACH BUSINESS LICENSE.
ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND
COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS
PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU
SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS.
UNITED P A.CIFIC INSURANC* COMPANY
HOME OFFICE, TACOMA, WASHINGTON
Bond No. U 76 45 16
BID BOND
APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS
A.I.A. DOCUMENT NO. A -310 (FEB. 1970 ED.)
KNOW ALL MEN BY THESE PRESENTS, that we
TED R. JE UNS
as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of
Tacoma, Washington, a corporation duly organized under the laws of the State of Washington, as
Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH
as Obligee, hereinafter called the Obligee, in the sum of AN AMOUNT OF MONEY EQUAL TO
TEN PERCENT OF THE TOTAL BID IN--- - - - - -- Dollars 1$10% of bid 1,
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
NEWPORT BEACH, VARIOUS CITY STREETS, SEAL COAT
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter
into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or
bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for
the faithful performance of such Contract and for the prompt payment of labor and material fur-
nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract
and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid,
then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 23rd day of May A.D. 19 80
Bid Date: 5 -29-80
-- (witness)
BDU -2305 Ed. 10 -73
TED R I
I / (Princ al) (Seal)
BY:
ale
t
State of California
County of MAID
1
1 ss:
1
On May 23,
, 1980 , before me, the undersigned, a Notary Public in and for said County,
personally appeared
OWi. -3t 11. 1-sDW known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscribed the
name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as
Attorney -in -Fact
U V�
CAL
t� 'I.1^
tJ0.N2Y Ll C
\I \�i "�
Tj
t•. +,y ro-_Om_ cXglfCs ;'�
My Commission expires
DU-1 818 ED. W2 (CALIF.)
19 1 N
Nootary tary P. 61ic in and for said County
/f " X 7"
0
0
CONTRACT NO. 2121
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
SEAL COAT PROGRAM, PHASE II
SUBMITTED BY:
-(eo R. -�Sem iNS
Contractor
56EOC� —�(`iF ia� -E✓J(�
ress
Approved by the City Council on tONG (IE- C K G+4 g0Vc 3
this 12th day of May, 1980. city
zi3) 1+S3 1+G36
EMS eorge, j Llty Lim 0 Te ep o e
Total Price
E
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. (as determined by telephone time signal) on the
— day of _ _ may_ 19_8Q, at which time they will be opened and read, for
performing work as fo ows
1979 -80 SEAL COAT PROGRAM, PHASE II
CONTRACT NO. C -2121
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 —Corporate Seal
sha be affixed tom documents requiring signatures. In the case of a arl rtnershTp,
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.)
• 0
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the Southern California Chapters of e American u is Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3- 13 -79'
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No.Q!S°N. / 4 Classification
Accompanying this proposal is if( c , faeq la t/eL
(Cash, LVtiried Check, Ls lers ~
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.
i+,33- 1+936
Phone Number
5- ).cA , `bO
NEW—
Authorized Signature
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- 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
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Type of Organization
(Individual, Co- partnership or Corp.)
Gei4CH C gnG3
Address
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
4,N+0'w ALL MEN BY THESE PRESENTS,
That we
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
lars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
XI
Title
Principal
Surety
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid. /
/ E .ivt
Subscribed and sworn to before me
STATE OF CALIFORNIA,
- -, ss.
COUNTY OF Oran4e
0FFIC'IAL SEAL
�- RONNA E SHAW
n `!y
.1: PUM CALIFORNIA
CV 22 1983,,
ACKNOWLEDGMENT— General— Walcotts Form 233 —Nev. 3 -64
s
ON- -- - - -- -- -.May 29.. __.. _ 19_80
before me, the undersigned, a Notary Public in and for said State, personally appeared
Ted R. Jenkins
— .,-- _ —.. - -- known to me,
to be the person— . whose name.. _. _1S __._ subscribed to the within Instrument,
and acknowledged to me that --he— executed the same.
WITNESS my hand and official seal.
C6. S�iioav _
Notary Public in and for said State.
Ronna E. Shaw
STATEMENT OF FINANCIAL RESPONSIBILITY
• Page 6
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.
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.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80
SEAL COAT PROGRAM, PHASE II
CONTRACT NO. 2121
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR1of1
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials and do all the work required to complete Contract No. 2121 in
accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DE-SCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1050 Furnish all labor, equipment and
Extra Long Tons materials; and perform all work
necessary to prepare for and
apply slurry seal coating as
shown on the plan.
@1 Dollars
and
Cents
Per Extra Long Ton
TOTAL PRICE WRITTEN IN WORDS:
Dollars
and
Ly Cents
X
5 Z9 5 0
Date
CONTRACTOR'S LICENSE NO. 2-5 3 619 TELEPHONE NUMBER
P�
W33
c
__.3 F iv K i Iv IS
41� S6
CONTRACTOR'S ADDRESS 5540-0 "jlfF "(OLE00 L-OtiG f3EACF( CH Gno
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80 SEAL COAT PROGRAM PHASE II
CONTRACT NO. 2121
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . .
. . . 1
II.
QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE. . .
. . . 1
III.
SCHEDULING AND COMPLETION OF WORK . . . . . . . . .
. . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . .
. . . 2
V.
VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL. . . . . .
. . . 2
VI.
NOTIFICATION TO RESIDENTS AND BUSINESSES. . . . . .
. . . 3
VII.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . . 3
VIII.
MIXING AND APPLICATION . . . . . . . . . . . . . . .
. . . 3
IX.
SLURRY SEAL MATERIALS . . . . . . . . . . . . . . .
. . . 3
A. Slurry Seal Mix Design . . . . . . . . . . . . .
. . . 3
B. Materials . . . . . . . . . . . . . . . . . . .
. . . 4
1. Asphalt Emulsion.
4
2. Aggregates. . . . . . . . . . . .
4
3. Admixtures . . . . . . . . . . . . . . . . .
. . . 5
C,
I
I. SCOPE OF WORK
• SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1979 -80 SEAL COAT PROGRAM PHASE II
CONTRACT NO. 2121
The work to be done under this contract includes slurry seal coating various streets
in the City of Newport Beach as shown on the Plan Drawing No. R- 5402 -L.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plan, the City's Standard Special Provisions, the City's Standard
Specifications which is the Standard S ecifications for Public Works Construction
1976 Edition), Internationa Slurry Sea ssociation Test thod No. T -100, and
app ica a portions of the American Society for Testing and Materials Specifications.
II. QUALIFICATIONS OF BIDDERS AND BUSINESS LICENSE
Only bids from responsible bidders will be considered. To qualify as a responsible
bidder, the Contractor shall have a successful performance record in the application
of Cationic or Anionic quick -set slurry seal and shall have actually placed at least
5,000 extra long tons. Bidders shall submit, with their bids, the name of the
proposed foreman who must have a minimum of two years experience in this type of
work. This foreman shall be present whenever slurry seal is being applied.
The Contractor will be required to obtain a valid City business license prior to
the start of work.
III. SCHEDULING AND COMPLETION OF WORK
The Contractor shall submit in writing (1) a complete schedule of work showing the
geographical areas and the approximate periods of time planned for work in each
area and (2) a proposed slurry seal design mix (See Section IX -A) to the City
within ten (10) calendar days after notification of award of the contract by the
City. No work shall begin until the schedule of work and slurry seal mix design
has been approved by the Engineer. Requests for changes in the schedule may be
submitted to the Engineer for approval at least 72 hours prior to the scheduled
sealing of streets.
Newport Center Drive West, Newport Center Drive East and Newport Center Drive shall
be slurried on Saturdays and Sundays only.
All work under this contract shall be completed by August 31, 1980, (or within
forty -five (45) consecutive calendar days after the start of obstruction to traffic,
whichever comes first.)
It will be the Contractor's responsibility to ensure the availability of all
materials prior to the start of work. Unavailability of materials will not be
sufficient reason to grant the Contractor an extension of time.
IV
V
PAYMENT
SP 2 of 5
The unit price bid per Extra Long Ton of slurry seal coat shall be considered as
full compensation for all labor, equipment, materials, and all incidental
items necessary to complete the work in place, and no additional allowance will
be made therefor.
VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The Contractor shall schedule his operations so that all streets can be opened
to traffic by 4:00 p.m., except when unexpected weather conditions require a
longer curing period. In this event, the Contractor shall install sufficient
lighted barricades, interspersed within the treated lane to prevent use until
curing is completed.
On divibed streets, the Contractor shall work on only one roadway at a time. A
minimum of one open traffic lane shall be maintained at all times on the roadway
being sealed. On undivided streets, a minimum of one open traffic lane in each
direction shall be maintained at all times unless otherwise permitted by the
Engineer.
The Contractor shall submit a Traffic Control Plan showing the signing for a
typical street three (3) working days prior to the start of work in each area.
Work shall not begin in that area until the Traffic Control Plan has been approved
by the Engineer.
The Contractor shall furnish and post on streets to be sealed, temporary "NO
PARKING" signs stating the day, date and time of restriction. The "NO PARKING"
signs shall be posted forty (40) hours in advance of the sealing operations.
The signs shall (1) be made of white or buff card stock, (2) have minimum
dimensions of 15" wide and 18" high, (3) be lettered in red except for the day
and date of work, and (4) conform to the dimensions shown below:
TEMPORARY
NO PARKING
TOW AWAY
6 AM TO
ZONE -T1
GPM. ''
;... , ..r.. ;
C.VC. 22652 B4
NEWPORT BEACH POLICE DEPT.
673 -22 I I
• 0 SP3of5
The Contractor shall insert in black the day and date of work for the street
to be posted.
When necessary to provide vehicular or pedestrian crossing over fresh slurry,
the Engineer or Inspector shall direct the Contractor to spread sufficient
sand on the affected area to eliminate tracking or damage to the slurry mixture.
VI. NOTIFICATION TO RESIDENTS AND BUSINESSES
Forty -eight (48) hours in advance of applying the seal coating, the Contractor
shall distribute written notices to abutting businesses and residents stating
when his operations will begin and approximately when the street will be
restored to normal vehicular use. The City will furnish the written notices
and a list of addresses for distribution to businesses. Errors in distribution,
false starts, acts of God or other alterations of the schedule will require
renotification.
VII. WATER
The Contractor shall make provisions for obtaining and applying water necessary
to perform his work. If the Contractor elects to use City water free of charge,
it shall be his responsibility to make arrangements by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
VIII. MIXING AND APPLICATION
Replace the first sentence of subsection 302 -4.2.1 "General" with the following:
Mixing shall be performed by a continuous flow mixing machine.
Add the following in lieu of the first sentence of subsection 302 -4.3.1 "General"
The application of slurry shall not commence until after 7:00 a.m. or as weather
permits and shall be sufficiently cured to be open to traffic by 4:00 p.m. Insofar
as is possible, slurry seal shall be applied to cul -de -sac areas in the early
morning.
The rate of application of the slurry mixture shall be approximately one (1)
Extra Long Ton per 2000 sq. ft. The thickness of application of the slurry
mixture shall be adjusted to provide a layer approximately 1/8 in. thick.
In addition to subsection 302 -4.6 "Clean -up "; it will be the Contractor's respon-
sibility to protect and clean slurry from existing street markers and reflectors.
IX. SLURRY SEAL MATERIALS
The sites for stockpiling and batching materials shall be clean and free from
objectionable materials and shall be located outside the road right -of -way.
Arrangements for these sites shall be the responsibility of the Contractor.
A. Slurry Seal Mix Design
The Contractor shall submit a slurry seal mix design and the results of the
International Slurry Seal Association Test Method No. T -100 wet track
abrasion test, performed on the design mix, to the City for approval within
ten (10) calendar days after notification of award of the contract by the
City. The design mix shall be such that the maximum allowable wear value
3
0 0
SP4of5
is 75 grams per square foot of emulsified asphalt when subject to the wet
track abrasion test. The Contractor will be responsible for tests needed for
verification of the mix design and materials. (This does not include field
tests needed for control of construction, except as otherwise noted herein.)
The results of the test shall be reported as follows:
1. The average wear value (WTAT loss) in grams per square foot for
each quantity of emulsified asphalt.
2. Total water added (percent based on aggregate weight) to arrive at
pouring consistency. Mixing water shall be held to a minimum.
3. Any tendencies observed towards mix segregation during preparation.
4. Observations as to texture, signs of surface skinning, or tackiness
in the specimen during test.
5. The type and percentage of admixtures added ....if required to overcome
mix segregation at free - flowing consistency and to adjust the curing time.
Materials
Asphalt Emulsion
The asphalt emulsion shall be of the Cationic quick -set Type QSK -h
using penetration grade 60 -70 paving asphalt as a base. If Cationic
QSK -h is not available Anionic QS -1H emulsion may be used as an alternate.
It shall meet the following specification when tested according to
appropriate ASTM methods:
Emulsion Test
Furol Viscosity at 770 F, Sec. 20 -100 D244
Risidue from distillation; % by weight 57 min. D244
Sieve test (% retained on No. 20) .10 max. D244
Storage stability; one -day settlement 1% max. D244
Residue
Penetration @ 770 F 40 -110 sec. D5
Solubility in Tgichloroethylene, % 97.5 min. D2042
Ductility at 77 F, cm. 40. min. D113
The Contractor shall submit a certificate of compliance analysis supplied
by the manufacturer verifying that the base asphalt used in the emulsion
is in conformance with these Special Provisions at no additional cost
to the Agency.
2. Aggregates
Replace the first sentence of subsection 203 -5.2 (3) "Materials"
with the following:
Mineral aggregate shall consist of 100% rock dust which is a product of
crushing rock or gravel
Admixtures
0 SP5of5
Portland cement shall be used as the accelerator for Anionic Emulsion
Aggregate Slurry and Ammonium Sulfate in liquid form shall be used as
a retardant for Cationic Emulsion Aggregate Slurry. The amount of
admixture shall be that amount necessary to adjust the curing time to
conform with the provisions of Section VIII of these Special Provisions
and to prevent the slurry mix from setting up prematurely in the
spreader box. Any other admixtures and proportioning system shall be
subject to evaluation and approval by the Engineer.
• SAMPLE
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:
i. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19 , when signed by an
Authorized Representative of the compan es 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 shah mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
(Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. -1/79
61
LA
4
� h
47 f7
e
IJ
IJ
2
V)
rJ
umm�
�AI�II�1
unit
n,ie„�immamiu
n
e�ue
IJ
IJ
2
V)
rJ
--------------. -
June 9, 1980
CITY COUNCIL AGENDA
ITEM NO. H -2(i)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1979 -80 SEAL COAT PROGRAM, PHASE II (C -2121)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2121 to Ted R. Jenkins
for $61,950.00 and authorizing the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk
at 10:30 A.M. on May 29, 1980.
Bidder
Am Ilnt Ri rl
1. Ted R. Jenkins, Long Beach $61,950.00
2. Roy Allan Slurry Seal Contractor, Laguna Niguel $67,830.00
The low bid is 22.6% lower than the Engineer's estimate of $80,000.
Sufficient funds are available in the current annual street and alley main-
tenance program, Account No. 02- 3379 -014.
This project provides for the seal coating of approximately
1,910,000 square feet of asphalt pavement on major streets in the vicinity
north of Pacific Coast Highway and east of Jamboree Road, as shown on the
attached exhibit. The seal coat slurry treatment will extend pavement life
and delay the need for costly resurfacing.
The low bidder has satisfactorily performed similar work for the
City in the past.
The plans and specifications were prepared by the Public Works
Department. The contract date of completion is August 31, 1980.
' )
Benjamin B. Nolan
Public Works Director
GW:do
Att.
RESOLUTION NO. 9799___.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO TED R.
JENKINS IN CONNECTION WITH THE 1979 -80 SEAL
COAT PROGRAM, PHASE II (C -2121)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1979 -80 Seal Coat Program, Phase
II, in connection with the plans and specifications heretofore
adopted, bids were received on the 29th day of May, 1980, and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is TED R. JENKINS,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of TED R. JENKINS
in the amount of $61,950.00 for the 1979 -80 Seal Coat Program,
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 9th day of June , 1980.
Mayor Pro Tan
ATTEST:
City Clerk
kv
6/4/80
:Y
TO: CITY COUNCIL
FROM: Public Works Department
0
May 12, 1980
CITY COUNCIL AGENDA
ITEM N0. H -16
SUBJECT: 1979 -80 SEAL COAT PROGRAM, PHASE II (C -2121)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 10:30 A.M. on May 29, 1980.
DISCUSSION:
This project provides for the seal coating of approximately
2,000,000 sq. ft. of various asphalt streets in the City, as shown
on the attached exhibit. The application of a seal coat will extend
pavement life and delay the need for costly resurfacing.
The estimated cost of the work is $80,000. Funds are
available in the current street and alley seal coating program,
Account NO. 02- 3379 -014.
The plans and specifications were prepared by the Public
Works Department. The estimated date of completion is August 31, 1980.
a"V X4
Benjamin B. Nolan
Public Works Director
GW:em
Att.
D
NEwroar __
0
CENTER
'N
•,'zip;; .�.R
L /rte
L
t
'.At ��, •
1� AF Di C
/R✓ /NE GQOST 41j �lJ
C(X/NTR✓ C4&6
R rr. p fir..
DD
1
STREETS TO BE SLURRY SEALED
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80 SEAL COAT
PR0 GRAM , PHASE If
DRAWN 5 W DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. ,p- ,5¢02'" L.
�.. � .,.
11�
I`
NEwroar __
0
CENTER
'N
•,'zip;; .�.R
L /rte
L
t
'.At ��, •
1� AF Di C
/R✓ /NE GQOST 41j �lJ
C(X/NTR✓ C4&6
R rr. p fir..
DD
1
STREETS TO BE SLURRY SEALED
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1979 -80 SEAL COAT
PR0 GRAM , PHASE If
DRAWN 5 W DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. ,p- ,5¢02'" L.
THE NEWI (W ENSIGN
PROOF OF PUBLICATION
(2013.3 C.C.P.)
STATE OF CALIFORNIA,
SS.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above-entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1961, 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 en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to-wit:
Published May 14, 1980
........................................... ...............................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
Califorr ia; this, 4 day of May 19 8 0�
Signature
rME NEWMKr ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92626.
This & is for the County Clerk's Filing Stamp
A
Notice - Bid
Proof of Publication of
1979 - 80 Seal Coat Program
Phase II # C - 2121
cfrror"Ewposrerstu.
CALIFOalu
ho'nctawnwosms
SEALED BmS will be reomiwd at the
office 0 the City Cork, City .Hall,
Newport Beach, Cabbrei., rrts 10:3D
a.m. (N debrmirad by telopbwm Home
.iVal) on the 29th day of M.9. 1990,
at which time they w01 M opined -and
read„ Prrtped=_. work N follow.:
1979 -w' SEAL COAT PROGRAM,
PHASEn
CONTRACT NO. C -2121
seale must be .ub.M d w the pro
:«um attached MW the eorbact
fermahed by the Pobhc
Work, [impertinent. The addisua.l
copy of We Proposal form to W be re-
tain'ed try the bidder lmiiarecord..
Each Dla mart b accumpa.fad by
cash, cwtif d charily or siddee. Sind,
mode payable to the City of Newport
search, for en amount area] to at laot
to P.r=artd Wa.pro bade ..
The uW of the protect and ly the c weed
. im outdol. ahA be cowry instead
it Wi'bid. ddhm wydope ewYfn-
nThe bode
The owbam docroments that mrud b
d„sawud, ar d rmN.d m
thowal
A:Pr4caai
. of 9.bcrnlrecton
C. Writer Ro d
D. Statec acct AFlaaac
B. Statame.t d Fiwvctd swpop-
aW F. Technical accow Ability and Est »rimes
Aab eecN
. .Thaw dommmm shall of t .1fierml
wr.
with We d9wmre and a tloa. h We der..
some d9driloo, the d arm of the
For eotpo'rf ores, the rt9gmr.. d the
Preretary y Vlw Pritldent are a ANUtant swMal an n-
gerd.milWmCrrproateh, .has b'
si,aad Jar an dom.mea rpaialnp
.hi"t oar' k, the ofd • Padaer-
ahip, W{-:dVnduie ic at 4yl.we
9allo bids will b acoW d.
No who h o acwptd from a we-
. cWr who has vat beau spread m
Choter, 0, MW We -pore Rees of
CA Prolow DMaiW m d e BvYVu
.d Prt t'llcm Coe. The omMeeW
ah.D datwf Wk, seek, aumbr . od
clarlflcatlor to W.p( woad. '.
t
owe W of � poses ao caruvot
PROOF OF PUBLICATION f)
Th. Ciq hea aic"'d "
spea.t1baw far Pbil Webs
"Hea, o muse.) as pa.pared sr
aed the Aaecaleted Go
toa OfAmIdm Copies ats, l b e atra
—40 " Bwwi.9 N.... tee., am
90a2 Am, 1" A.'ejee, C.M.,
90034,(2A)VlO.W71.
Th* 43117 bell mioPt-d' Stmndud
speew *oesethea aed meedd D'...
bige CoPlea al theat aca available at
the Pa ,W-k. D"—t at . ovet
.186
d-pudele te'lha City for habit" k-
mate,ea,' �: Th. ...d.1 I"
Wd&W win&* mqwmd to mmpkb dw
ftel.ly Oqefd be.& ' the gagi.
P-J'AsrAWbW bm*, labor imell
.iaew �' acet , 0.".
fonoewcallbole& meat he an biagewee,,
oaapavf lim..md
1. ..dAwdmeAa with the paeeqdaa�
A'1W6 'd: Part 7 a the
P.Micre,a =`-Coll. (SOctleat 1720
N. the Director 4 lmdmhW
h.. wrtah awl the 9-emad
P---i!wg W. -f par di. aaaw ft
de, laeafitIlie which the ,k is to be
peeicn,eel .toy each craft, clandica.
66., . t,,* .1 week. or machou
.mad.d:lo-.W the covgaci- A
cal'I'hi W Ja .69"
In the , F of &* City Ck*. An par -
hea le A-11had! -hen be U...Md be
Th. tFc.tracice a" peat . , a
the Pwailixe, wage rate, at the job
atte C*J., be ObW..d floe, the
Pob11. W.4
' The City'.. the right ja reject
eaT m all bid, eed to welve my in.
I-r-atuty X..h bh .
P-blith? Wy 14, Im ie The
Newport Egie,,. NE"