HomeMy WebLinkAboutC-2190 - Seal Coat Program 1980-81 Phase IFebruary 27, 1981
CITY OF NEWPORT BEACH
Pavement Coatings Company
P.O. Box 2777
Anaheim, California 92804
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: : Fidelity and Deposit Company of Maryland
Bonds No. : 9299136
Project : 1980 -81 Seal Coat Program, Phase I
Contract No. : 2190
The City Council on January 26, 1981, 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
Feb 4, 1981 in Book No. 13946, Page 1499. Please notify your
surety company that the bonds may be released 35 days after
recording date.
r
MNDA E. ANDERSFN
City Clerk
VA:da
cc: Public Works Depart-,ent
Cite I Lill • 3300 Newpon Boulevard, Newport Beach, Calilurnia 92662
PLEAS" !"-TO!RP: TO
LIt V_.... .1\
CITY OF NiDNPOi T G °.ACFI
3300 NFv'dPCiRT ECt)I F.i/A"
NEWPORT BEACH, CALIF. 92&i 4
14989
EXEMPT
C8
NOTICE OF COMPLETION
PUBLIC WORKS
BK 1 3946P
CC)
To All Laborers and Material Men and to Every Other Person Intere t'
1499
YOU WILL PLEASE TAKE NOTICE that on January 26} 981 �4 �%TTT��•
the Public Works project consisting of 1980 -81 Seal Coat Program, Phase I
on which DavF+ -nont fna *inn ('n+
was the contractor, and FiZl •
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
���
Public orks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 29, 1981
at. Newport Beach, California.
u is or<s �!
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on January 26, 1981 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_Ianuary 29 rapt___ at Newport Beach, California.
City Clerk
REC ;RL)'.D IN OF: "IL'�•'�I. FF::ORDS
OF ORP..fgGE COUN IY, CALIFORNIA
45 Min 4 P Ni FEB 11 1981
Past
LEE A. BRANCH, County Recorder __�
to 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
qM V . lg8l
Lee A. Branch
Count- Recorder
P. O. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of
Public Works projects consisting of 1980 -81 Seal Coat
Program, Phase I
Contract No. 2190 on which Pavement Coatis Co. _
was the Contractor and Fidelity and Deposit Compaq of Maryland
was the surety.
Please record and return to us.
Wanda E. Andersen
City Clerk
WEA. h
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
By the Y OLV �CWNC I L
CITY OF t' -WP0aT BEACH
FROM: Public Works Department
January 26, 1981
CITY COUNCIL AGENDA
ITEM NO. # —/a
SUBJECT: ACCEPTANCE OF 1980 -81 SEAL COAT PROGRAM, PHASE I
(C -2190)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the 1980 -81 Seal Coat
Program, Phase I, has been completed to the satisfaction of the Public
Works Department.
The bid price was $129,580.00
Amount of unit price items constructed $127,169.81
Amount of change orders $ 1,578.00
Total contract cost $128,747.81
Funds were budgeted in the General Fund.
A change order in the amount of $1,578 was issued which pro-
vided for the slurry seal coating of a portion of the Police Department
parking lot.
The design engineering was performed by the Public Works
Department.
The contractor is Pavement Coatings Co. of Anaheim.
The contract date of completion was October 31, 1980. The
work was completed on October 25, 1980.
C' Z4
Benjamin B. Nolan
Public Works Director
GPD:jd
6 a
CITY OF NEWPORT BEACH
Date August 29, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2190
Project 1980 -81 Seal Coat Program_ Phasp r
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Pavement Coatings Co,
Address: P. O. Box 2777 , Anaheim, CA 92804
Amount: $ 129,580.00
Effective Date:
Resolution No. 9853
Di Geo e
Att.
cc: Finance Department Q
City hall 3300 Newport Boulevard, Newport Beach, California 92663
i
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the;" ice of the City Clerk,
3300 Newport Boulevard, t .; CA 92663 until 2:30 P.M.
on the 29th day of F ,1980, at which t me si ucVMs
shall be opened and read for
1980 -81 Seal Coat Program, Phase I
Title e .Project
Contract No.
$150,000
Engineer's Estimate
6h � o
Approved by the
this 14th d
Council
July ,1980.
uoris ueorge a
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Gilbert Wong at 640 -2281.
Project Engineer
I
PROPOSAL Page 1
SEAL COAT PROGRAM, PHASE I
Title of Project
2190
Contract No.
$150,000
Engineer's Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete this Contract
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT T T L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 2200 Furnish all labor, equipment and
Extra Long Tons materials; and perform all work
necessary to prepare for and apply
emulsion- aggregate slurry as shown
on the plan.
@ Fifty -eight Dollars
and
Ninety Cents $ 58.90 $129.580.00
Per Extra Long Ton
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Twenty -Nine Thousand
Five Hundred Eighty Dollars
and
No Cents $ 129,580.00
303609 C -32 PAVEMENT COATINGS CO.
Contractor's Lic. No. & Classification Bidder
July 29, 1980 S /Mark Coolidge /Pres.
Date Authorized Signature /Title
P.O. .. 7, Anaheim, CA 92804 (714) 826 -3011
Y er s ss
re Bidder's Telephone No.
i 0 Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL
INSTRUCTIONS TO BIDDERS
DESIGNATION OF SUBCONTRACTOR(S)
BIDDER'S BOND (sum not less than 10% of total bid price)
NON- COLLUSION AFFIDAVIT
STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
303690 C -32 PAVEMENT COATINGS CO.
Contr's Lic. No. & Classification Bidder
July 295 1990 S /Mark Coolidge /Pres.
Date Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
PAVEMENT COATINGS CO.
S /Mark Coolidge /Pres.
Authorized Signature Title
FOR ORIOAL SEE CITY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, PAVEMENT COATINGS CO.
Page 4
as bidder,
and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of the amount of the attached bid
Dollars ($ 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 bidder for the construction of
1980 -81 Seal Coat Program Phase I 2190
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 24th day
of July , 1980.
PAVEMENT COATINGS CO.
Bidder
(Attach acknowledgement of
Attorney -in -Fact)
Pres.
I. Kerby. Notary Public Aut orized Signature /Title
Commission expires Jul. 23, 1983 FIDELITY AND
DEPOSIT COMPANY OF MARYLAND
Surety
By Drew A. Gesell
Title Attorney -in -Fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
PAVEMENT COATINGS CO.
S /Marsha Coolidge, Secretary
Authorized Signature /Title
Subscribed and sworn to before me
this 23rd day of July
1980
My commission expires:
Nov. 26, 1982 S/MariP HollingshPad
Notary Public
FOR RIGINAL SEE CITY CLERK'S FILE RY Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
On file with City Clerk.
PAVEMENT COATINGS CO.
Bidder
S /Mark Coolidge, Pres.
Authorized Signature /Title
. 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.
SEE ATTACHED
PAVEMENT COATINGS CO.
Bidder
S_ /Mark Coolidge, Pres.
Authorized Signature /Title
1 • 1'
oNp` r4 `'9a
u a
s
AGENCY
PAVEMENT COATINGS
C O M P L E T E D C 0 N
DATE DOLLAR AMT*
CO.
i
I.CTCAI MYIY Mi MYMMYIN
T R A C T S
PERSON RESPONSIBLE FOR
ACCEPTANCE OF WORK PHONE
Anaheim
1978
$ 59,000
Wm. S. Lewis
714 3 -5674
Bellflower
1979
45,000
Wm. 0. McConnel
2113/866 -9003
Santa Catalina
Island
1978 -79
1209000
Doug Probst
213/510 -1421
Burbank
1978
639000
John Hamilton
213/847 -9606
�2 v7o
E1 Segundo
1979
161,256
Wm. Martin
213/310
Fullerton
1979
50,000
Harold Faber
714/525 -7171
Hemet
1978
839000
David Oltman
714/787 -7251
Indio
1979
349000
Roland Taages
714/347 -2351
Norwalk
1977
55,000
Fred Roos
213/868 -3254
Orange
1978 -79
1179000
John Almes
714/532 -0207
Pomona
1978
97,000
Jim Day
714/620 -2257
Riverside County
Airport
1979
159000
Robt Schwartz
714/787 -2494
Thousand Oaks
1978 -79
359000
Don Agent
805/497 -8611
Torrance
1978 -79
55,000
Richard Garcia
213/328 -4214
Ventura
1978
340000
Ron Wilson
805/648 -7881
Simi Valley
1978 -79
54,000
Dick Turk
805/522 -1333
Whittier
197B -79
75,000
Bill Gill
213/698 -2551
*Above dollar amounts are approximate
BUSINESS REFERENCES
Bank of America —
West Fullerton
Branch
714/778 -7471
Chevron Asphalt —
Oakland
213/691 -2251
Douglas Oil Co. —
Costa Mesa
714/540 -1111
Livingston— Graham
— E1 Monte
213/358 -1811
CONTRACTOA'0 LICMN 160. 303M
P. O. !O% 2M . ANAMFJkk CALIFORNIA 92004 . pt, 0"It
NOTICE
0 Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
•�991�3<) Page 9
,remium avcluded in performance bond PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
AUQUSt 11, 1
PAVEMENT COATINGS
hereinafter designated as the "Principal ", a contract for
SEAL COAT PROGRAM, PHASE I, CONTRACT N0. 2190
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 Pavement Coatings Co.
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
One Hundred Twenty Nine Thousand Five Hundred Dollars ($129,580.00 )>
Eighty and no /100 ----------------------------
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
999136 Page 10
Payment 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 14th day of August , 19 80
Approved as to form:
7J
Cilty Attorney
PAVEMENT C ATINGS (Seal)
Name of Contractor Principal
Authorized Signature and Title
orized Signature and it%
FIDELITY AND DEPOSIT COMPANY nF MARYIGNn (Seal)
Name of Surety
One Wilshire Bldg., Suite 1020
re an
A. GLSt Attorney -i n -Fact
Address of Agent
elep one No. of AMAx Surety
:`
\
\
)
{
\
\
\ \ \� \}
\
\ \
�
�
p
0
'1
>
�4
:
0
t�
v
\
\
/
�
�
�
"Ilk
0
Z
\
y�
\
®�
\
f
OM
(') n
0 \ ®
P,
0
�e premium charged for
_...tot the term thereof
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 11
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 11, 1980,
has awarded to PAVEMENT COATINGS CO.
hereinafter designated as the "Principal ", a contract for
SEAL COAT PROGRAM PHASE I CONTRACT NO. 2190
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, Pavement Coatings Co.
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
n,
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One Hundred Twentv Nine Thnusand Five Hundred Dollars ($12_q__58n_nn ).
Eighty and no /100 ------------------------------
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
Faithful Performance Bond (Continued)
Page 12
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 14th day of August , 19 80
Approved as to form:
City ttorney
PAVEMENT COATINGS CO (Seal)
Name of Contractor Principal)
Authorized Signature and Title
t, irrp.
Au t oriz d igna u e -andoTitle
FIDELITY AND DEPOSIT COMPANY OF MARYLA tSeal)
Name of Surety
One Wilshire Bldg., Suite 1020
Address of Agent
(213)627 -9641
Telephone No. of:Agaft Surety
act
E`
r
§�
}\
.
\\
\
\\
;
�
\�\
,
\
a
\
\
\�
\
\(
\)
§
\
�
�
�
\
0 \
\
/ /
0
(
�
. Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: BALTIMORE. MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
Sac. 2. The President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice- Presidents specially author-
ized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secre-
tary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact
as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds,
undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees,
mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Com-
pany may require, and to affix the seal of the Company thereto.
does hereby nominate, constitute and appoint Drew A. Gesell of Los Angeles, California. , ...
It t us re and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ......................
n the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
---------------------- ... 2ard- -------- --------------- -day of ---------------- O.ateber------- -- -------- -- A.D. 19---79- -
..�.w FIDELITY AND DEPOSIT COMPANY OF MARYLAND
pe °0E"OS ATTEST:
Ro SEAL &flk n0 et
1< )
------ '---- ------ "..---`----------- ------y -------- °"."----- B>'------....-. '-- ....."`--- °........--"'.....
Y•rv'e•. .---- ....'' -.
Assistant Secretor Vice- President
STATE OF MARYLAND ` SS:
CITY OF BALTIMORE f
On this 23rd day of October , A.D. 19 79 before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TEsTIMoNY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written. 5
o,.
.19.,.: : e Notary Public�Commissl pees--- .Luly..1.,. -_1 .fl2
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seat of the said Company, this
14th d,,vof__ August 19 80
1,1428CtL-1M, 6 -80 210737
................ ......- -- - - -. -- - - - -- - '- -".... ..................
-, - - - --- - Assistant ecrelary
• CERTIFICATE OF INSURANCE •
CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING
City of Newport Beach Company
3300 Newport Boulevard A
Newport Beach, CA 92663 Letter Great American Ins
Company B
NAME AND ADDRESS OF INSURED Letter
Pavenent Coatings QQwpany Company C
Letter
P. 0. Box 2777 Company D
Letter
Anaheim, Ca. 92804 Company E
Page 13
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence lAggregate
GENERAL LIABILITY
A
Comprehensive Form
Premises - Operations
BP2 -01-
86 -95
10/1/82
Bodily Injury
$ 1,000
$1,000
[3 Explosion & Collapse Hazard
12 Underground Hazard
Property Damge
$ 500
$ 500
C2 Products /Completed - Operations
Hazard
Bodily Injury
Ia Contra c tua 1 Insurance
and Property
$
$
* Broad Form Property Damage
Damage Combined
* Independent Contractors
Q Personal Injury
Personal Injury
$ 500
0 Marine
❑ Aviation
AUTOMOTIVE LIABILITY
A
0 Comprehensive Form
Bodily Injury
Each Person
$ 500
® Owned
"
$ 1,000
Bodily Injury
Each Occurrence
a Hired
\\.\
Property Damage
$ 100
Bodily Injury and
❑ Non -owned
Property Damage
Combined
$
EXCESS LIABILITY
❑ Unbrella Form
❑ Other than Umbrella Form
Bodily Injury
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
and
Statutory
ac
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by mail,
Attention: �Pablic Works Department
SHIPI= INSURANCE AGENCY, INC. 8/13/80
Date Iss-
Description of operations /locations /vehicles: All operations pertormed for the Lity of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Contract #2190 - 1980 -81 Seal Coat Program Phase I - Contract Price $129,580.
Project title and contract number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
0
CITY OF NEWPORT BEACH
`J
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ 500,000 /1,000,000 each occurrence
$ 100,000 each occurrence
each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Contract #2 190 - 1980 -81 Seal Coat Pr am Phase I - Contr. Price 129,580
Project Tit a and Contract No. .
This endorsement is effective 8/14/80 at 12:01 A.M. and forms a part of
Policy No. BP 2 01 86 95.
Named Insured Pavement Coatings Conran Endorsement No.
Name of Insurance Company
CITY Of NEWPORT BEACH
0 Page 15
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ 1,000,000 /1,000,000 each occurrence
Property Damage Liability $ 500,000 /500,000 each occurrence
( ) Single Limit
Bodily Injury Liability $ each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Contract #2190 1980 -81 Seal Coat Pr ram Phase I - Contr.Price
Project Title and Contract No. $129,580
This endorsement is effective 8/14/80 at 12:01 A.M. and forms a part of
Policy No. BP 2018695
Named Insured Pavement Coatings Company Endorsement No.
Name of Insurance Company Great American Insurance
Shipkey Insurance Agency,
Page 16
CONTRACT
THIS AGREEMENT, entered into tM s .2.dZ day of 19P ,
by and between the CITY OF NEWPORT B9 hereinafter "City, on d
p to hereinafter "Contractor, " is made with
eren
refce t e fo owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
1980 -81 SEAL COAT PROGRAM, PHASE I 2190
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
1980 -81 SEAL COAT PROGRAM, PHASE I 2190
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of One Hundred
Twenty-Nine Thousand Five Hundred Eighty ($ 129,580.00 ).
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Y.�k'�zi'i��"u. -- n �'..'G'_�'' x.:�, -;• � ��'.tiE: i�-i. �n' 4�`, �" if'.,= �.' xiu".'' C..: y."c�..!�'S-�.��3_- ��'= '�"� ---� �'` %�� -�` "�q "a�'.'�`.
•
0 Page 17
(f) Plans and Special Provisions for 1980 -81
Seal Coat Program, Phase I 2190
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
ATTEST:
ity Clerk
CITY
APPROVED AS TO FORM:
Cfty Attorney Contractor
Its
By
I
CONTRACTOR
9 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1980 -81 SEAL COAT PROGRAM PHASE I
CONTRACT NO. 2190
I. SCOPE OF WORK
The work to be done under this contract includes constructing an emulsion -
aggregate slurry, hereinafter referred to as "slurry ", of various streets in
the City of Newport Beach as shown on the Plan Drawing No. R- 5405 -L.
The contract requires completion of all the work in accordance with these Special
Provisions; the Plan; the City's Standard Special Provisions; the Standard
Specifications for Public Works Construction, 1979 Edition and 1980 Supplement;
International Slurry Seal Association Test Method No. T -100; and applicable
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 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 is being applied.
III. SCHEDULING AND COMPLETION OF WORK
The Contractor shall submit to the Engineer within 10 days after notification of
award (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 design mix, See Section VIII -A. No work shall begin until the schedule of
work and slurry 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 slurry of streets.
All streets north of Bristol Street shall be slurried on Saturdays and Sundays only.
All work under this contract shall be completed by October 31, 1980, (or within sixty
(60) 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. VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL
The Contractor shall schedule his operations so that all streets can be opened
to traffic by 4:00 PM, 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 streets with raised median, 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 slurried. 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 to the Engineer a Traffic Control Plan showing the
signing and traffic flow 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
TOW AWAY
6 AM TO
ZONE —+o6l
6 PM. --frl/2
C.V.C. 22652 B v
NEWPORT BEACH POLICE DEPT.
673 -22 11 3 d .
3
0 0
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 shall direct the Contractor to spread sufficient sand on the
affected area to eliminate tracking or damage to the slurry.
V. NOTIFICATION TO RESIDENTS AND BUSINESSES
Forty (40) hours in advance of applying the slurry, 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 shall require renotification
distributed by the Contractor and furnished by the City.
VI. WATER
VII
VIII
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.
APPI TrATTON
Insofar as is possible, slurry shall be applied to cul -de -sac areas in the early
morning.
Add the following in lieu of the first sentence of subsection 302 -4.32 "Spreading ":
Prior to applying the slurry, the surface to be slurried shall be cleared and
cleaned by the Contractor of all loose material, vegetation, oil, and other
objectionable material.
In addition to subsection 302 -4.32 "Spreading "; it will be the Contractor's
responsibility to protect and clean slurry from existing street markers, reflectors,
and valve, monument, and manhole covers.
SLURRY
A. Mix Design
The Contractor shall submit a slurry 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 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.)
LI
F,
0
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
1. Emulsified Asphalt
Emulsified asphalt shall be of the Cationic quick -set Type QSK -h, Type I,
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.
Emulsified asphalt shall meet the following specification when tested
according to appropriate ASTM methods:
Emulsion ASTM Test No.
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 Trichloroethylene, % 97.5 min. D2042
Ductility at 770 F, cm. 40. min. D113
The Contractor shall submit to the Engineer certified copies of test reports
in accordance with Std. Spec. of 203 -1.3.
2. Aggregate
Aggregate shall be per Std. Spec. of 203 -5.2
3. Admixtures
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 from setting up prematurely in the spreader
box. Any other admixtures and proportioning system shall be subject to
evaluation and approval by the Engineer.
IX. GUARANTEE
The Contractor shall guarantee and repair at his sole expense, for a period
of one year after acceptance of the work by the City, any and all defects
in materials and workmanship.
S77RE F 76 TO AB34eff E4LEO
Fuy w•
n.i
gz=
-Ai
sr
4e k-�Z,
-7
17
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT APPROVED
/.9490-46/ PUBLIC WORKS DIRECTOR
4 C OA1 T 47j4eo6kpdjA:j R.E. NO. L406
e0,0oWdl Se A 0-421-90 DRAWING N0.tjmF*j0,5m I
L
• •
August 25, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: 1980 -81 SEAL COAT PROGRAM, PHASE I (C -2190)
Attached are four copies of the subject contract
documents and insurance certificates. Please have executed
on behalf of the City, retain your copy and and the insurance
certificates, and return the remaining copies to our depart-
ment.
�%
i
Y
Gilbert Wong
Project Engineer
GW:jd
Att.
o C-) •z =
+ o M �.
a .0
(D N J•3
m o z
N —�• w
f w in f
O ct c0 w
-S J
T. O !D (D
• � G
(D O
Z �
w
a C
0 3 0 -
c°f
N (D —�
Z -S
�+ O
w 0 o
�c o 3
fD 'O
Q
N f6 �Q
m
-h 3 J•
N !D rD
G
Z O 0
w w -.
0 O J
O w O
fD J• O
3
O' N W
N cF V
M �
'S J
N w O
Q
(] J
CD G N
o
n h w
J. O D'
3 S O
LC3 Z
won
�
-1 cl
M n
(D CD
N
g
O
'S
x
w
•5
N
0
N
w
e+
O
O
Cl
CD
5
Cf
M
J.
n
w
CD
onv
n
z
x
D
2
D
3
N
M
z
0
n
0
C.
n
a
M
M
0
c
z
m
A.
U
0
z
N
C
D
Z
C-)
ri
n
O
3
v
z
z
M
M
d
C
0
a
0
z
l"1
m
X
1
n
•
n
p
0
0
STATE
COMPENSATION
1NSLJRAf14CE
FUND
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKERS! COMPENSATION INSURANCE
City of ?,eVyQzt Beac-i,
Z�-Ildiaq Departaez%t
2300 'R} art 3*41ava-xd
N,eV7-ort
This Is,to certjfythat we haviFj§sued a validw&kers' Compensationfins0ran a policy in a farm "approvedby`fhe
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is.not subject to cancellation by the Fund kcept upon 30
e kn days' advance writte,n-notice.lo the employer.
3Qn
We will also give you 2Qkdays':advance notice should this policy be cancelled pri iA normal expiratrom.
'This certificate of insurance is not an.insurance policy and does not amend, extendor alter ihencoverage afforded by the
-,.
policies listed herein.. Notwithstanding any requirement, term; or conclition;4f" any contract or othe r, d6dment with
,-
��orclia b��he,policies
respect -to. whin this certificate. of insurance may be issued or may pert1hjithe af
described herein is subject to 611 the terms, exclusions and conditions of such poinffibs.
EMPLOYER IE SLFE�E—NT.--
paveme-at Ceating-8
0. Bv-- 2777
rniz 92354
SCIF FORM 262A (REV. 8-78) COPY FOR INSURED'S�FILE
r
E
0
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 P.M.
on the 29th day of July ,1980, at which time suc s
shall a -opened ened and read for
1980 -81 Seal Coat Program, Phase I
Title of Project
2190
Contract No.
$150,000
Engineer s Estimate
• •
•
R O
Approved by the Cit=Clerk
Coil
this ,1980.
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Gilbert Wong at 640 -2281.
Project Engineer
0 0
0 PROPOSAL • Page 1
SEAL COAT PROGRAM, PHASE I
Title of Project
2190
Contract No.
$150,000
Engineer's Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete this Contract
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2200 Furnish all labor, equipment and
Extra Long Tons materials; and perform all work
necessary to prepare for and apply
emulsion- aggregate slurry as shown
on the plan.
@ 1 - -i& ei %Af Dollars
and
Cents $ 58, 90 $ 12� 80.00
Per e4fi Long To^-
TOTAL PRICE WRITTEN IN WORDS:
n
Contractors Lic. No. & C assification
0u1y29� 79.Pn
Date
and
Cents
Paii iant. Cnating,9 Co-
Bidder
Authorized Signa
re /Title
8 2777 A ahem Cal, 9260 (7i4) E'.6 -3011
id er s dress Bidder's Telephone No.
0 Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
3n?nq C_ ?7
Contr's Lic. No. & Classification
2 iy ?40196n
Date
Pavement Coatings Co.
Bidder
gnature /litle
0
0 Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. "G.'.c
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
r
Authorized Signature Title !r
0
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
• Page 4
BIDDER'S BOND
as bidder,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day
of , 19 .
(Attach acknowledgement of
Attorney -in -Fact)
Z
Title
Bidder
Authorized Signature /Title
Surety
Fidelit )Pand Deposit company
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we --------- . ave. m. e. n- t--- �- aa. t. ings ---- 0- n-----------------------------------------------
87 31 045
............................................................ ............................... as Principal, (hereinafter called the "Principal "), and
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety "), are held and firmly bound
unto.............. B- I- -ty---- o.f.... New. p. o. r.. t... B. e. a. c. h.............................................................................. ...............................
.— -------- - ----- --- ....................... .. - - -- -..—....... ........................_....as Obligee, (hereinafter called the "Obligee "),
in the sum of.... Te. n... Pe. r ..c.e.n.t....C104.)- ...o.f..... the.. .ano.Qunt....af....the...att.�� 0(_'.d - -- )
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.
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 furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into 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 .............24th ... ... .... ...................... day of .... ........... d. U. 1- y ------------------------ -A.D. 19.2.1...
........................................................... ...............................
Witness
1_.....P T....Q.Q AT.I N G.5... C 0., ...... ...........(SEAL)
JJ Principal
y ..........
....
........G -z-� .�.
Titles-
.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Surety
---------------------------- Witness ----- - Title.
Drew A.Gesell Attorney -in -Fact
C325d -130M,
:\pprove.d by Thu .\u,erirnn Institute of Architect=..
A.I.A. Document No. A -310 February 1970 Edition.
H
U]
O
a
w
A
A
z
a
z
A
zw
�o
H
a
A
W
z
a
0
c�
M
O
A
s
r
0
0
O
W
A
9
01
AO d"IVH3H NO
0
Q
0
a
a
0
Q
w
x
a
w
a
a
[' b
$ 71
A
O
N
°w
k
n
a
R
op `,.6`Qf9l ^o
3 Z
(� O
3 O�y
3 Nz� O
x r r r frt 's
Tn ai N
E one {>
1 c m
4' z -O
~ � A
� t 2
W >
P;
b�
O
ti O
O
w
R. r{
o �
ry
? N
w ,t
R Q
K C
N tD
� R
O O
F �
m
C ].
N w
R (�
C R
� O
n C
h �
:� m
o ti
� 9
0 0
r
ro
� O
n
o z
m '<
c
CD ti
m �
Y
(D �
� e
tt-
G
N
w
m
ro
0
0
`G
'b
b
w
a
O
Z
rb
omw
m
M
N
ID
J
IL
�J
;N
.A
'.W
;O
fD0
N
fD
R
m
c
0
n
't
OC
0
c.
G
O
G
b
c
O_
N
w
a
0
C
7
`RG
r�
Q
� n
o
C
H
K
N
� Z
r
O
P-
z
n
t7
N
•
• Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: BALTIMORE, MD.
KNow ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C, M. PECOT, JR. , Vice- President, and C. W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
party, which reads as follows
SEC.2. The President, or any Executive Vice- President, or any of the Senior Vice- Presidentsor Vice-Presidents specially author-
ized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secre-
tary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact
as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds,
undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees,
mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Com-
pany may require, and to affix the seal of the Company thereto.
does hereby nominate, constitute and appoint Drew A, Gesell of .Los Angeles, California..
1 s true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ....... ............... I
execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, VId., in their own proper persons.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY ANT) DEPOSIT COMPANY OF MARYLAND, this
----- - -- - ---- -23rd--------- - -- - -- - ----- -- ----.day of --------------------- Qcts7ber.. ........... ... A.D, 19-7-9----
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
�`bLr ATTEST:
wa m
SEAL _ __ _ eltt�u.�
c� (20-0
Assistant Secretary rice - President
STATE OF MARYLAND
CITY OF BALTI��RE ss:
On this rd day of October A.D. 19 79 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above - named Vice- President and Assistant
Secretary of the FIDELITY AND DEPosrT COMPANY of Sf ARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESnsIosY YVIiERF.OF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
0
Notary Public roomussio E Ires.Ju]y_.1,._1982-
CERTIFICATE
f, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify t hat the original
Power of Attorney of which the foregoing is a fill], true and correct copy, is in fill force and effect on the date of this certificate; and I
do further certify that the V ire - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attornev -in -Fact as provided in Article V1, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF ,MARYLAND at a meeting duly called and held on the 16th day of Judy, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upma a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the sarne force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
-------------------- .2.9:t.i1 ---------------------- ...day of......_.... ----- aI .uly ------- - .-------------------- 19 -so-
L1421Ctf. —IM, 2 -79 207420
................. ................. --- . ..- .........__.... ...............
Assistant S .reLary
0 0
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this day of
My commission expires:
Bidder
Authorized Signa(tur /Title
Notary Public
Ems"
MY sumac.
0
• Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
,See f 174cWed Vpsl/YeS ' KcACeCNCe F lfi rC2 rfiGe %
raveient Coa-ings Co.
Bidder
f
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
V.oyement Cea'in1s Co.
r
4 "ONAI S/4
1
W
s
���ocuTlOt
PAVEMENT COATINGS CO.
0 M P L E T E D C O N T R A C T S ' TJ "L M""" "' MAIW. C.
PERSON RESPONSIBLE FOR
DATE DOLLAR AMT* ACCEPTANCE OF WORK PHONE
Anaheim
1978 $
59T000
Wm.
S. Lewis
714/5 —5 674
Bellflower
1979
457000
Wm.
0. McConnel
213/866 -9003
Santa Catalina
Island
1978 -79
120,000
Doug
Probst
213%510 -1421
Burbank
1976
63,000
John
Hamilton
I
213/847 -9606
El Segundo
1979
16,256
Wm.
Martin
213/60
Fullerton
1979
509000
Harold
Faber
714/525 -7171
Hemet
1978
83,000
David
Oltman
714/787 -7251
Indio
1979
34P000
Roland
Taages
714/347 -2351
Norwalk
1977
55,000
Fred
Roos
213/868 -3254
Orange
1978 -79
1179000
John
Almes
714/532 -0207
Pomona
1978
979000
Jim
Day
714%620 -2257
Riverside County
Airport
1979
15,000
Robt
Schwartz
714/787 -2494
Thousand Oaks
1978 -79
35,000
Don
Agent
805/497 -8611
Torrance
1978 -79
55,000
Richard
Garcia
213/328 -4214
Ventura
1978
340000
Ron
Wilson
805/648 -7881
Simi Valley
1976 -79
54,000
Dick
Turk
805/522 -1333
Whittier
1978 -79
75,000
Bill
Gill
213/698 -2551
*Above dollar amounts are approximate
BUSINESS
REFERENCES
Bank of America —
West Fullerton
Branch
714/778 -7471
Chevron Asphalt —
Oakland
213/691 -2251
Douglas Oil Co. —
Costa Mesa
714/540 -1111
Livingston— Graham
— El Monte
213/358 -1811
CONTMCTOS'S LICENSE NO. 303IN
P. O. SOX rM . ANAHEIM. CALIFORNIA 52101 • 01, 112"011
0
AUG 11 1980
By " CITY COUNCIL
CITY OF Nt1YPW MACH
�J
RESOLUTION NO. 9859
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
PAVEMENT COATINGS COMPANY IN CONNECTION WITH
THE 1980 -81 SEAL COAT PROGRAM, PHASE I
(C -2190)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1980 -81 Seal Coat Program, Phase
I, in connection with the plans and specifications heretofore
adopted, bids were received on the 29th day of July, 1980,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is the PAVEMENT COATINGS COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of PAVEMENT COATINGS
COMPANY in the amount of $129,580.00 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 11th day of August , 1980.
ATTEST:
City Clerk
kv
080480
0 0
4
AUG 11 1980
By rh• CITY COUNCIL
TO: CITY COUNCILCITY OF NI*#MT &&kCN
FROM: Public Works Department
SUBJECT: 1980 -81 SEAL COAT PROGRAM, PHASE I (C -2190)
RECOMMENDATION:
August 11, 1980
CITY COUNCIL AGENDA
ITEM NO.41- ;�,
Adopt a resolution awarding Contract No. 2190 to Pavement Coatings
Company for $129,580.00, and authorizing the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
The following bids were received and opened in the office of the
City Clerk at 2:30 PM on July 29, 1980:
Bidder Amount Bid
1. Pavement Coatings Company $129,580.00
2. Ted R. Jenkins $135,322.00
3. Roy Allan Slurry Seal Contractor $144,320.00
The low bid is 13.6% lower than the Engineer's estimate of $150,000.
Sufficient funds are available in the current annual street and alley seal
coating program, Account No. 023380014.
This project provides for the seal coating of approximately 3,800,000
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.
Pavement Coatings Company has not performed work in the City; however,
a check of his references reveals that he has satisfactorily completed similar
work for other cities such as E1 Segundo, Anaheim, and Pomona.
The plans and specifications were prepared by the Public Works
Department. The contract date of completion is October 31, 1980.
A�14 /�)��
Benjamin B. Nolan
Public Works Director
GW:DO
Att.
!r'
o l
t °z
STREETS O -Be
D
Q' Z
I �f�
1
I �
T'
\I y>I� I
W
I I: :I �✓ ✓....
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
/98o
-646`44 G C OA! 7-
,oNd 5E I C -2 /94
sIi
y1
L
�i
a
1
�i
P,
P�
5'
�aoo
A,
a
o
,4LEO
n�
00
�b "
DRAWN DATE AE.M -�
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. /2866
DRAWING NORmS¢OS -L,
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
Published July 16, 1980
............ ...............................
I certify (or declare) under penalty of perjury that the
I regoi r. is true and correct. Dated at Newport
B Ca fornia, this 16daay of Jul 9 80
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona det Mar, California 92625.
This space is for the County Clerk's Filing Stamp
Notice
Proof of Publication of
Contract # 2190
-- FeBIJCNOTICE !
NOTICE 13MMO BIDS
S«ld bid. bay b r «.i.d.1 du I.
8a. of tb. City Clark, 3300 N*. ,t
Bid., ll w " B..db, CA 83063 mtd
3:30 P.m. oa ibs 2 day al )uly, 1080.
.t �Mcb tib..uch bid..W b. op..W
and «d Im
IN"I SEAL. COAT PROGRAM,
PNABEI
CONTRACT RO.2190
RNGDFn r6ESTDdATIS19DADO
Approad by du City Codm9 Nw
14th day of July, 190D. Bfpnd: DoN
O«rp., City Cl.rk.
Pr«p.dti« biddm mq dbbia o«
= dl biddoCpmRbamC .t1b.pl.
Bw dl W. Public Wdrb DapM t,
3300 N. d IDd, N. n B..cb, CA
99883, Por Idnbar idbrbapdp, oW
EBIb.d Wddp. N.Jj eddies «r .t 560.
2781.
NNW July 19, 19801a Tire Nud
El.%` Nf312
PROOF OF PUBLICATION 74pgr:0
TO: CITY COUNCIL
0
July 14, 1980
CITY COUNCIL AGENDA
ITEM NO. H -13
FROM: Public Works Department
SUBJECT: 1980 -81 SEAL COAT PROGRAM, PHASE I (C -2190)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 2:30 PM July 29, 1980.
DISCUSSION:
This project provides for the seal coating of approximately
3,800,000 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 $150,000. Funds are
available in the current street and alley seal coating program,
Account No. 02- 3380 -014.
The plans and specifications were prepared by the Public
Works Department. The estimated date of completion is October 31, 1980.
Benjamin B. Nolan
Public Works Director
GW:do
Att.
✓^ STREET *T ,BE E44E0
cc
rnerrr
r _
1�
T ;e r �• � L
I
y ,
6 }
QMYQ Y
(y9y.TS Sy cll 'i £
fYV, il.p 1>1CM
st
n � . 1•\ �+ \'' \��� s„+r �((__q mac• %.^+•. 9. s>' :r....r -___ _mom ,r-`+
CITY OF NEWPORT BEACH DRAWN DATE 0 ' e4f 'lea
PUBLIC WORKS DEPARTMENT APPROVED
1980 — 991 PUBLIC WORKS DIRECTOR
E�4-4 G GO,A T F�.Q06rPGl M R.E. NO.
/471y iSE 1 C -21,90 DRAWING N0. • •