Loading...
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. • •