Loading...
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"