Loading...
HomeMy WebLinkAboutC-2416 - 1983-84 Slurry/Fog Seal Programr *1 December 26, 1984 Pavement Coatings Co. P.O. Box 2777 Anaheim, CA 92804 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714)- 6-q{�� 644 -3005 Subject: Surety: Fidelity and Deposit Co. of Maryland Bonds No.: 9773054 Contract No.: C -2416 Project: 1983 -84 Slurry /Fog Seal Program The City Council on November 26, 1984 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 the Notice Has been recorded. The Notice was recorded by the Orange County.Recorder on December 4, 1984, Reference No. 84- 504038. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Irene Butler Deputy City Clerk IB:pm cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE 'RETUR TO: � j- $ �{ — r-. 4038 City Clerk -� V �/l City of Newpoft /eacri w � 3300 Newport Blvd. oove,nman:rM -s Newport Beach, CA 92663 -3884 NOTICF. OF COMPLETION Q*" '<;•;';', PUBLIC WORKS EXEMPT OF ORANGE COUNTY CALIFORNIA -1 g4 PM DEC 4'84 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of 1983 -84 Sl on which was the was th , ety wa"Qftp C,., 'i =4C14.1 , ti QEC24198471r), -tk \NEC NVED 1 ', �!T y ri Coatings Co., P.O. Box 2777 eted. I. the undersigned, say: )osit Co. of Mar; VERIFICATION (C -L41b 5 So. Lake Ave. sadena, CA CITY Y OF NEWPORT B yF A C H Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on November 27, 1984 Newport Beach, California. Public 'Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on November 26, 1984 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 November 27, 1984 at Newport Beach, California. City Clerk CouOry 9ECOROEF I November 27, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 1714) 640 -2251- 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of 1983 -84 Slurry /Fog Seal Program, Contract No. 2416 on which Pavement Coatings Co. was the Contractor and Fidelity and Deposit Co. of Maryland was the Surety. Please record and return to us. Sincerely, /Z '�Ax . - Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 C J • • 0 • November 26, 1984 CITY COUNCIL AGENDA ITEM NO. F -12 TO: CITY COUNCIL BY THE CITE COUNCIL FROM: Public Works Department CITY OF NEWPORT BEACH SUBJECT: ACCEPTANCE OF 1983 -84 SLURRY /FOG SEAL PROGRAM (C -2416) N OV 2 61984 RECOMMENDATIONS: APPROVED 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 1983 -84 Slurry /Fog Seal Program has been com- pleted to the satisfaction of the Public Works Department. The bid price was $ 95,673.10 Amount of unit price items constructed $102,879.81 Amount of change order 3,485.08 Total contract cost $106,364.89 Funds were budgeted in the General Fund Account No. 02- 3383 -014. After award of the contract, it was found that delay of the water main replacement project in Harbor Highlands would interfere with the slurry sealing of the streets. The contractor agreed to postpone work in this area until after completion of the water mains if there would be a sufficient quantity of work to warrant the additional move -in. Due to the favorable bid price, the area bounded by Dover, Westcliff and Irvine was added. This resulted in the increase in the amount of the unit price items constructed. The amount shown as "change order" covered the increased traffic striping and increased costs of applying the slurry seal in the alleys. The design engineering was done by the Public Works Department The contractor is Pavement Coatings Co., of Anaheim, California. The contract date of completion was June 30, 1984. Due to the City- requested delay and the extra work, the work was not completed until September 24, 1984. Senja in B. Nolan Public Works Director GPD:jd • • CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: March 20, 1984 SUBJECT: Contract No. C -2416 Description of Contract 1983 -84 Slurry /Fog Seal Program Effective date of Contract March 19., 1984 Authorized by Minute Action, approved on March 12, 1984 Contract with Pavement Coatings Co. Address P.O. Box 2777 Anaheim, CA 92804 Amount of Contract $95,673.10 katw& F� Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:30 A.M. on the 1st day of March 1984, at which time such bids shall be opened and read for 1983 -84 SLURRY /FOG SEAL PROGRAM Title of Project 2416 Contract No. $130,000 Engineer's Estimate • • • IL AJ, �\ Approved by the City Council this 13th day of February , 1984 Cf. e4lit Gvc__ Wanda E. Andersen 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 • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1983 -84 SLURRY /FOG SEAL PROGRAM CONTRACT NO. 2416 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 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 No. 2416 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 1. 1,250 Furnish all labor, equipment, and Extra Long Tons materials, and perform all work necessary to prepare for and apply slurry seal on streets per sheet No. 1 of plan No. R- 5492 -L. @ Fifty -six Dollars and Thirty -two Cents $ 56.32 $ 70.400.00 Per Extra Long Ton 2. 65 Furnish all labor, equipment, and Extra Long Tons materials, and perform all work necessary.to prepare for and apply slurry seal on parking lots, walk path, basketball courts, etc., per sheet Nos. 2 and 3 of plan No. R- 5492 -L. @ Fifty -six Dollars and Thirty -two Cents $ 56.32 $ I.66n_so Per Extra Long Ton • 0 PR 7.2 3. 91,200 Furnish all labor, equipment and Square.Yards materials; and perform all work necessary to prepare for and apply fog seal on streets per sheet No. 1 of plan No. R- 5490 -S. @ No Dollars and Ten and Nine - tenths Cents $ .109 $ 9,940.80 Per Square Yard Lump Sum Traffic striping and pavement markings Seventy -one @ Nine Thousand Two Hundred/ Dollars and Fif=ty Cents $ 9,271.50 $ 9,271.50 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS INCLUDING ITEM NO. 5 AS IN ADDENDUM Ninety -five Thousand Six Hundred Seventy -three Dollars and Ten Cents 1. u. , •* Bidder's elephone Number 303609 C -32 Contractor's License No. & Classification $ 95,673.10 Pavement Coatings Co. Bidder Ka r. C��-- S /Mang a Coolidge, President Authorized Signature /Title P.O. Box 2777, Anaheim, CA 92804 Bidder's Address z f February 24, 1984 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADikNDUM 1983 -84 SLI1RR[[t' /FOG SEAL PROGRAM CONT1iACT NO. 2416 Bidders shall propose to comple a Contract No. 2416 in accordance with the Proposal as modified by this AD MUM: 1. Proposal Add Item No. 5 as follows: 5. 20,000 Fuppni.+� h all labor, equipment and Square feet• materfal9;-and perform all work necessary to prepare for and apply alternative material in lieu of slurry seal on walk paths and bike trails per sheets Nos. p and 3 of Plan No. R- 5492 -L. @ No, Dollars and Cents $ .12 $ 2 400.00 er q are Foot UnT_ TT oteT Price Price 2. Special Provisions Add paragraph 2. to Section VIII D as follows: i 2. Alternative Material Alternative materials will be approved by the Engineer for appli- cation upon bike trails.and walk paths, where an application of the slurry seal emulsified asphalt specified above is undesirable because (1) the weagbt bf- the -Contractor 's -W ic-ation equipment may damage the trails or paths, or (2) the dimensions of the Contractor's application equipment may prohibit use of such equip- , ment on trails or paths. Alternative material shall conform with the following require- ments: Specifications Minimum Maximum Test Methods Cone Penetration @ 770 F, dmn 340 430 ASTM D 217 Nonvolatile Components % Weight 60 70 See Note 1 % Nonvolatile Soluble ASSHTO Trichloroethylene by Wt. 20 35 T -45 -56 4 0 February 24, 1984 ADDENDUM -- 1983 -84 Slurry /Fog Seal Program Page 2 . Specifications Minimum Color (as received) Black (Cured Film) Deep Black Typical Density- - lbs. /gal. 10.5 Wet Track -- Abrasion Test 20 avg. Alternative material shall be applied in two or more applications at a total rate (before dilution of 40 gallons per 1,000 sq. ft. Surface preparation and application shall be in strict accordance with the manufacturer's written instructions. Alternative material shall be Huntseal as manufactured by Industrial Asphalt, Irwindale, CA,(818) 8T4MM, or equal. Please sign and date this ADDDENDUM, and attach �it to�our Pro osal. No bid will ¢n thesProe oesa ns al include EIteemm No.at�tac —mod The TOTAL PR ITTEN IN WORDS G/z - , a &4 Benjamin B. Nolan Public Works Director ADDENDUM received by: Pavement Coatings Co. i er S /Marsha Coolidge, President Date: March 1. 1984 Signature • • 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 3.1 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. of the California Labor Code for all apprenticeable occupations. 3nsfn0 C-32 Contr's Lic. No. & Classification March 1, 1984 S /Marsha Coolidge, President to Authorized Signature /Title 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 2. Seal Black Fog Seal & Hunt Seal Coating 13812 A Better Way Garden Grove, CA 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Pavement Coatings Co. Bidder ut orize gnature /Title 40RIGINAL SEE CITY CLERK'S FILEOPY Page 4 1 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Pavement Coatings Co. , as bidder, and 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 Total Bid in ----------------- - - - - -- 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 1983 -84 Slurry /Fog Seal Program 2416 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 lath day of February , 1984. (Attach acknowledgement of Attorney -in -Fact) S /Kathleen Anello, Notary Public 0 Pavement Coatings Co. Bidder S /Marsha Coolidge President Authorized Signature /Title Fidelity and Deposit Company of Maryland S /Drew A. Gesell Title Attorney -in -Fart 0 • 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. Subscribed and sworn to before me this 1st day of March , 1984. My commission expires: Pavement Coatings Co. Bidder S /Marsha Coolidge, President Authorized Signature /Title S /Dorothy N. Lange Notary Public • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY i 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 Coatin s Co. B I der S1"oA Coolidgs President. Authorized Signature /Title C� • 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 sheet. Pavement Coatings Co. Bidder S Mar h oolid e r ut or ze ignature Tit e 4`OMAL SI,, W 9d80CIPt101. PAVESENT COATINGACO. C O M P L E T E D C 0 N T R A C T S PERSON RESPCC'S13r,E R AGCY DATE DOLLAR XV..T. * ACCEP'1ANC—P OF WORT{ PH(Y\E Alhambra 1982 33,000 Jotim Healis 213/570 -5067 Anaheim 190 82 25,000 W. S. Lewis 714%533 -5674 Banning L °82 12,500 Cordon Shackles 619/849 -4511 Bellflower 1981 55,000 Wm. 0. McComnel 213/866 -9003 Burbank 1982 63,000 Herb Bauer 213/847 -9606 Carson 1983 45,000 Fred Thomsen 213/830 -7600 Catalina Isle Conservacy '1982 -83 120,000 Doug Pn ^bst 213/510 -1421 Indio 1922 57,000 Roland Taages 6 L /347 -2351 Irvine 1982 75,000 Andy Anderson 714/S57 -0124 Jet Propulsion Lab 1982 31,000 Andre Stefanovieh 213/354 -2657 Knott's Berry Farm 1982 8,000 Bill Jones 714/827 -1776 L. A. County Road DepartTert 1982 -83 ",0,000 Robert Yokoyama 213/226 -8111 A_ontebello 1982 55,000 Mike Rosareff 213/725 -1200 Nexmort Beach T_98c 135,c00 Gilbert Wong 714/640 -2281 Rancho Mirage °50 -81 2 ?2,000 John Sandborn 619/324 -4511 Saddleback College 1982 -83 25,c00 Gerry Dooley 714/831-4880 Tez.ple City 1981 -82 50,000 Stephan Rimbrough 21_3/285 -2171 The Burbazt Studios 1982 21,000 Alexander Bryce 213/954 -1221 Whittier 1982-83 _105,000 B,1, -`i- 2 13/698 -2551 *Above dollar a ^.oi nts ar- approximate B'.ISI1'SS EFEREjNjCF.S Banc of America - Stanton 714/773 -7620 Western Emulsion - Esccndidc 619/480 -9',75 Livi astca- Graham - E1 Monte 714/353 -1311 President Pavement Coatings Co CONTRACTOR'S LICENSE NO.303MB g T. O. sox QTn . ANAHEIM, CALIFORNIA @ZMW • QuI SS60011 • Page 8 NOTICE 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. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Property - Casualty. Coverages shall be prided for all OF INSURANCE checked on the CERTIFICATE OF INSURANCE. 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 edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. i PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California,.by motion adopted March 12. 1984. has awarded to Pavement Coatings Co hereinafter designated as the "Principal ", a contract for 1983 -84 SLURRY /FOG SEAL PROGRAM (C -2416) 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 Principal, and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Ninety Five Thousand Six Hundred Seventy -Three Dollars ($95~673.10 ), and Ten Cents 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 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon . • Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 March , 19 84 Pavement Coatings Co. (Seal) Name of Contractor Principal MARSHA COOLIDGE 60N GREGG Yr.&M ESIDENT t Te Fidelity and Deposit Co. of Mdr •,.- - .(Seal) Name of Surety — 225 So. Lake Ave., Pasadena, CV:- -. i A�of Surety Approved a to form: (J Signature and f Au orized Agent Drew .A. Gesell torney in Fact S004� 3200 Wilshire Blvd., Los Angeles, CA Address of Agent City Attorney 213/386 -8553 Telephone No. of Agent 1 k / {§ \)( \\ f \ � f ; } | 2 \ { |/f \ w\ } $ ` ■ !2 },;o! \� ) \ �jf \ \ ZI 'un,� m 2 ,/ ) { ( 1 MI \} /(!\ ft 22±% |r [ f ! � ■ \ \);2 JH \ *&» \f \\ » - -�, t \k'� A �)\} 77 ] \ ( / 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 corporation 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 Company, which reads as follows: "The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice-Presidents or Vice - Presidents specially authorized so ro do by the Board of Directors orb), the Executive Committee, shall have power, by and with the concurrence of the secretary 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, recogruzances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Drew A. Gesell of Covina, California.._... ss rlawful anent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: atty and all bands and undertakings ...................... . n t e 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 %foregoing 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 .........;�?nd ...............day March ..... ............ . . A.D. 19..83... of .............. ................ ATTEST: 0-i-ML FIDELITY AND DEPOSIT COMPANY OF MARYLAND (1 w) 120 -DA ""e ........ .................. ............. By li Assfsfanf Seererory Yize- President STATE OF MARYLAND 1SS: CITY OF BALTIMORE J On this 22nd day of March , A.D. 19 83 , before the subscriber, a Notary Public of the Stele of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above named Vice - President and Assistant Secretary of the FIDEUTY 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 affixed to the preceding instrument is the Corporate Seal of said Company, end that the the said officers of the Company aforesaid, and that the sad 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 by Official Sul, at the City of Baltimore, the day and year first above written. e _- utM uar ei ......._. .......................... _.. is Notary u tc C ZooExpires July 1, 1986 CERTIFICATE 1, 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 sort correct copy, is in full force and effect on the date of this certificate: end I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in Fact as provided in Article VL Section 2 of the Bylaws 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: "Thal the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified ropy 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 h... hcreuni. subscribed my name and affixed the corporate seal of the said Company, this ...... �5..�`I•... day of .._.... lf.(. tri' /J .------------- ...._.......... 19. Q..� // ............. ...... ------- I ...... .. ------ r...... ............................... Usxs.— ret-012 -5043 - A,svtonr Sr..ria, FOR YOUR PROTECTION LOOK FOR THE FORD WATERMARK 0 BOND 4)• Premium FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 9773054 Page age 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 12, 1984} has awarded to Pavement Coatings Co. hereinafter designated as the "Principal ", a contract for 1983 -84 SLURRY /FOG SEAL PROGRAM (C -2416) 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 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Ninety, Five 'thousand Six Hundred and Seventy -Three and Dollars ($95,(;7-A If) ) , Ten Cents said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14th day of March , 19 84 Pavement Coatin s Co. (Seal) Name of Contractor (Principal) �p _ �L 1 "RSHA CC�0�.,','E u Authorized Signature ar ar6 'PUSIDwr fit e - DON GREGG Fidelity and Deposit Co. of Md. FSeal) Name of Surety 225 Be. Iake Ave.. Pasadena. CA Approved as to fo . crew A. uesell attorney in ract b all, d14 3200 Wilshire Blvd., Los Angeles, CA 90010 o Address of Agent City Attorney 213/386 -8553 Telephone No. of Agent j i i �. i i 1 '� '/ i � .. ^I i1 !�� r i � '' 1' ,�i �, ^� �\ �... .: .... �. ' r 1 i O � « G Cj cv a m 2 t o p� m �I Q ri; C v; O >~j 3 a! 2 all vi r+l o -pI rot E XI o y � w � w m� of Ol a r � i� M ,9; H; ro; ti �t t i Inc, O >vI INI 411 ,1 i IQ [MI a �I t O I � !n b e U 4 m croE o >,a s� ro� ova N ¢w o t pY w, >r ro[ o Iro I" r m." j>, N ° p z v ua y Ca �p O �> � e�p Jj CL o..i t0 Orl IO cy a., t E G' IN g °p 404 o ,Gq Q ]� O ya G w� 3 O y F c 2 o CL e_ t N� m C7Ni O ; a ai g t -0 Ni NI •� Q G 0 d S 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 corporation 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 Vl, Section 2, of the By -laws of said Company, which reads as follows: "The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized sow do by the Board of Directors or by the Executive Committee, shill have power, by and with the concurrence of the Secretary 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 judgements, decrees, mortgages and instruments in the nature of mortgages..., and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Drew A. Gesell of Covina, California.... end 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 .......................... .. . .� Anxecution 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 Seat of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this . .....--- ��114 ...............day of ------------------- March ................................... , A.D. 19..83... FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: ' SFAL aa....a. C._Co .. �0 8. f f a ... ...... ............... .u./�................ Assistant Secre By-- -------- --- - - - --- -Vice- President STATE OF MARYLAND SS: CITY OF BALTIMORE 1 On thin 22nd day of March , A.D. 19 83 , 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 theyeach acknowledged the execution of the same, andbetngb medulysworn,eeverallyandeach for himself deposelh and saith,thatthey are the said officers of the Company aforesaid, and that the seal af(ixedyto 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 by Official Sul, at the City of Baltimore, the day and year first above written. pe(,F1011ay�e� . p Jul 1 1986 4�.�uaoc J, Notary u Ic C ton Ex ices ........Y.....z .............. CERTIFICATE 1, 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 end 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 specially authorized by the Board of Directors to appoint any Attorney in -Fact as provided in Article VI, Section 2 of the By -IAws of the FIDELITY AND DEPOSIT COMPANY (IF 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 TFSTIMONY W(( HEREOF. I h.,,- hrreunto subscribed my name and affixed the corporate seal of the said Company, this ._..1.7 Xl. .... day o(..... _ _ 4_1pe4 ............... _........ . 19.. D..r�. ............. ...... ............................. .... ..................... ua2w_ca. — 012 -5043 sumarit Secret., FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED ?avement Coatings Co. P. 0. Box 2777 Anaheim, Ca.,92804 CERTIFICATE OF INSURANCE Page 13 AFFORDING COVERAGES Company A Fireman's Fund Letter i.ompany B Letter Company C Letter Company D Letter Company 1e*f�_ E 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By P[:1 Description of operations /locations /vehicles: Beach by or on behalf of the named insured in 1983/84 Slurry /Fog Seal Program Agency: Shipkey Insurance Agency,Inc. Date Issued All operations performed for the City of Newport connection with the following designated contract: ea Contract Price: 95 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, tern, 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. M Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. uc s LETTER---- COVERAGE REQUIRED No. Date" Each JA,.Pro Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse. Hazard_ tip 45$ 7937 10 /1 /8 Bodily Injury Property Damage $ $ $ $ x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $1,000 $ 1,000 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 1,000 Aviation AUTOMOTIVE LIABILITY A Q Comprehensive Form Owned MP 458 7937 10/1/8 Bodily Injury (Each Person $ $ Bodily Injury (Each Occurrence ❑x Hired Property Dama e ❑x Non -owned 730dily Injury and Property Damage Combined $1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory ., and EMPUOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By P[:1 Description of operations /locations /vehicles: Beach by or on behalf of the named insured in 1983/84 Slurry /Fog Seal Program Agency: Shipkey Insurance Agency,Inc. Date Issued All operations performed for the City of Newport connection with the following designated contract: ea Contract Price: 95 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, tern, 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. M • . Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT t is agreed that: . 'I. 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 $ each occurrence Property Damage Liability $ ( ) Single Limit each occurrence Bodily Injury Liability $ 1,000,000 each occurrence and Property Damage Liability Combined 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 CitJ of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: 1983/84 S1 / Seal Project Title and Pr Conam tract No.). This endorsement is effective 3/12/84 at 12:01 A.M. and forms a part of Policy No. MXP 458 7937. Named Insured Pavement Coatings Co. 'Endorsement No. VIA Name of Insurance Company Fireman's Fund By Authoriz pr tat`- - 5hipkey In An Agency,Inc. • CITY OF NEWPORT BEACH 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 Property Damage Liability ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence 1,000,000 occurrence each occurrence 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: 1983/84 S1 Project Title and Contract No. This endorsement is effective 3/12/84 at 12:01 A.M. and forms a part of Policy No. MXP 458 7937 E . a Pavement Coatings Co Named Insured y g Endorsement No. JA Name of Insurance Company Fireman's Fund By T� Shipkey Insurance Agency,Inc. Page 16 CONTRACT THIS AGREEMENT, entered into this 2ay of 19 , by and &tween the CITY OF NEWPORT BEAC% hereinafter "City," and Pavement Coati hereinafter "Contrac or, "is made with reference to the ollowing facts: (a) City has heretofore advertised for bids for the following described public work: (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: P—roi-efft 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 Ninety -five Thousand Six Hundred Sevent -three and 10 100 Dolla s ($ 95,673.10 )• 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) (f) Plans and Special Provisions for e (g) This Contract. Page 17 No. 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. ATTEST: APPROVED AS TO FORM: ity Attorney r CITY OF NEWPORT BEACH By Its By Its CITY Pavement Coatings Co. Contractor CONTRACTOR 0 . SP' 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1983 -84 SLURRY /FOG SEAL PROGRAM CONTRACT NO. 2416 I. SCOPE OF WORK The work to be done under this contract consists of placing emulsified asphalt fog seal, emulsion- aggregate slurry seal, restriping various asphalt concrete roadways and park facilities, and other incidental items of work. All work necessary for the completion of this contract shall be done in accor- dance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5490 -L, R- 5492 -L, T- 5170 -S, T- 5315 -S, T- 5320 -L, T- 5321 -L, T- 5324 -L, T- 5325 -L, T- 5326 -5, T- 5327 -5, T- 5328 -L, T- 5329 -L, T- 5330 -5, T- 5331 -L, (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Construction (1982 Edition), and 4 the Standard Specifications for Public Works Construction (1982 Edition). including supplements to date, and applicable portions of the American Society for Testing and Materials Specifications, and Asphalt Institute CL -25 "Emulsified Asphalt Fog Seal" Specifications (attached). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034 II. QUALIFICATIONS OF BIDDERS Only bids from responsible bidders will be considered. To qualify as a responsi- ble bidder, the Contractor shall have a successful performance record in the application of cationic and anionic quick -set slurry and shall have actually placed at least 5,000 extra long tons. Bidders shall submit with their bids (1) the name of the must have a minimum of two years' experience in placement written statement of the foremans's experience within the ment shall be consecutive, showing all work regardless of slurry sealing. Failure of the foreman to be present and placement of slurry shall be adequate cause for denial of slurry. No change in foreman shall be permitted without of the Engineer. III. PAYMENT proposed foreman who of slurry and (2) a last year. The state - its relationship to actively supervising payment for that )rior written approval The unit price and lump sump for items of work shown in the proposal shall be full compensation for labor, equipment, materials and all other things necessary to complete the work. • • SP2of4 The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. IV. TIME OF COMPLETION All work under this contract shall be completed by June 30, 1984, or within thirty -five (35) consecutive calendar days after the start of slurry /fog placement, whichever comes first. In addition, there shall be no work during Easter vacation (April 14 through April 22, 1984). 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. V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and main- tain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforce- ment. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer piror to posting. Vehicular and pedestrian access shall be maintained at all times to businesses and residences adjacent to.the project area; however, where conditions pre- clude such access for reasonable periods of time (as determined by the Engineer), notifications shall be required per Section VI herein, and access shall be re- stored at the end of each work day. Slurry shall be applied to cul -de -sac streets in early morning applications. VI. NOTIFICATION TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before closing a section of street or alley or restrict- ing vehicular access to garages or parking spaces, the Contractor shall dis- tribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotificaiton using an explanatory letter furnished by the Engineer. U VII. WATER . SP3of4 The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VIII. CONSTRUCTION DETAILS A. APPLICATION Prior to applying the slurry /fog seal, the surface shall be cleared and cleaned by the Contractor of all loose material, vegetation, oil, and other objectionable material. The Contractor shall not begin application of slurry /fog seal without the approval of the Engineer. The application shall be sufficiently cured for the street to be opened to traffic by 4:00 p.m. without tracking or damage to the surface. B. APPLICATION TEST The Contractor may be required to slurry /fog seal a test section of roadway approximately 1,000 feet long within the construction limits. The Con- tractor shall apply slurry /fog seal within the test section in accordance with all requirements of these Special Provisions. No further slurry /fog seal shall be applied until the test area has been completed to the satis- faction of the Engineer. C. FOG SEAL Fog sealing shall be in accordance with applicable portion of CalTrans Standard Specifications, 1981 edition, Section 37, "Bituminous Seals" and Asphalt Institute construction leaflet CL -25, "Emulsified Asphalt Fog Seal," except as modified and supplemented herein. 1. Materials The emulsified asphalt for the fog seal shall be RS -1 or CQS -lh unless otherwise approved. The rate of application shall be between 0.10 gal. /S.Y. and 0.15 gal. /S.Y. The mixture shall be one part of emulsion to one part water. The exact rate of application and mixture shall be determined by the Engineer through Section VIII -B, Application Test. D. SLURRY SEAL Slurry seal shall be in accordance with the Standard Specifications Sub- section 302 - 4.3.2, except as modified and supplemented herein. 1. Materials Emulsified asphalt shall be of the cationic quick -set type unless otherwise approved. Emulsified asphalt shall conform with the require- ments of Standard Specification Subsection 203 -3. • SP4of4 Composition and grading shall be Type I, per Standard Specifications Subsection 203 -5.3. Ammonia sulfate in liquid form shall be used as a retardant for cationic emulsion aggregate slurry. The amount of retardant shall be that amount necessary to (1) prohibit the slurry from setting up prematurely in the spreader box, and (2) permit a street to be opened to traffic within three hours after the application without tracking or damage to the slurry. E. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6 "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manufactured by J. E. Bauer Company or approved equal. Delete paragraph l of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: The Contractor shall perform all layout, alignment and spot- ting. The Contractor shall be responsible for the complete- ness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown in the plans. The Contractor shall make or otherwise.delineate the new traffic lanes and pave- ment markings within 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Con- tractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify residents in accordance with Sections V and VI herein, respectively, at the Contractor's sole expense. The Contractor shall clean or replace, within 24 hours, all raised pave- ment buttons and markers covered, damaged, or removed as a result of the slurry /fog seal operation. In addition, the Contractor shall protect or clean all manhole, valve and monument covers and adjacent P.C.C. curb and gutter improvements covered by slurry /fog seal materials. The Contractor's method of such protecting and cleaning shall be approved by the Engineer prior to start of slurry /fog seal placement. Z. U� LL, Q N. U'. Z. Q di N 0 ohm L N d Q J � N FC DEFINITION An asphalt fog seal is a light application of diluted slow- setting emulsified asphalt. FUNCTION A fog seal is a useful, inexpensive maintenance procedure. It is used to revive old asphalt sur- faces that become dry and brittle with age, to seal small cracks and surface voids, and to pre- vent raveling of pavements laid in the late fall. Also, open - graded friction courses or surface treatments with too little asphalt binder are treated with fog seals to prevent loss of surface stones under traffic. The low viscosity diluted emulsion flows easily into fine cracks and sur- face voids and coats surface aggregate. This helps prevent further asphalt oxidation and pave- ment deterioration. REQUIREMENTS Fog seals should be used only where the existing surface is sufficiently porous to absorb a substantial portion of the emulsified asphalt. Keep in mind that this treatment is not a substitute for an asphalt- aggregate surface treatment or a slurry seal. For proper performance, the surface to be sealed must be swept and cleaned of any caked dirt, dust, and heavy grease spots. All potholes or badly alligatored areas should be patched and all cracks wider than 6 mm (1/4 inch) should be filled. Complete directions for pavement repair are given in Asphalt in Pavement Maintenance (MS -16), The Asphalt Institute. The emulsified asphalt is applied in a very thin film, uniformly over the entire area to be covered. Over - application must be avoided, as this would result in an asphalt pickup by vehicles and possibly a slippery surface. If an excess of emulsion is applied, a light dusting of the affected area with a fine sand may remedy the problem. s� C D `D a d N Q a�. D Z w , c a T D n z c� I 2 WHY AN EMULSIFIED ASPHALT? Although other types of asphalts could be used for the same purpose, an emulsified- asphalt fog seal produces the best results. This is because the diluted emulsion can be applied in a uniform, light coverage that flows easily into fine cracks and small voids and allows a com- plete wetting of the entire pavement. DILUTION The most common types of emulsified asphalts for fog seals are SS -1, SS-1h, CSS -1, and CSS -1h. The selected emulsion is diluted with equal parts of water to produce a uniform coverage. In some cases greater dilution rates are used (two, three or four parts water to one part emulsion). This is done if the area to be sealed is small, or is such that it would be dif- ficult for the distributor to attain the appropriate speed to apply the required light application. To prevent premature breaking, the water is always added to the emulsion, not the emulsion to the water. Warm water is used, if practical, and added slowly. But, first, a test dilution is made to be certain that the water to be used is compatible with the emulsion. The American Society for Testing and Materials (ASTM), in Designation D 3628, suggests that MS -1 or HFMS -1 emulsified asphalts also can be used for fog seals if they are diluted with water by the manufacturer. APPLICATION A fog seal should not be applied during periods of cold or wet weather. The best results are obtained if the surface of the road is dry, free of dirt and dust, has a surface temperature above 16 °C (60 °F), and there is no threat of rain. The fog seal is applied with a pressure distributor equipped with a system of nozzles on a spray bar and controls for setting the application rate. From 0.45 to 0.70 litre /m' (0.1 to 0.15 gal /yd') of diluted material is used, depending on the texture and dryness of the pavement. If the surface is dense (tight) use the lower application limit, if it is porous (open) use the upper. Spraying in the prescribed range results in about 0.13 to 0.21 litre /m' (0.03 to 0.045 gal /yd') of residual asphalt. A spraying temperature between 21'C and 60 °C (70 °F and 140 °F) is suggested. With proper care, including a constant distributor speed, a uniform surface coverage will be achieved. The proper spray pattern overlap should be made at longitudinal joints to provide a uniform film coverage. Overlapping at transverse joints should not be allowed. Care must be taken to keep sprayed emulsion from surfaces not intended to be covered. To avoid splashing or discoloring curbs or bridge rails, a splash guard may be attached near the curb -side end of the spray bar during fog sealing operations. Traffic control should be provided. Before the emulsion breaks, a slick pavement and probability of spatter on vehicles could occur and traffic should be alerted. No traffic should be permitted on the pavement until the emulsion has set as indicated by a black color. Under normal conditions two hours or less is sufficient. CONCLUSION A fog seal can be a very valuable maintenance aid when constructed properly and used for its intended purpose. The corrective action of an emulsified asphalt fog seal will prolong pave- ment life and may delay the time when major maintenance or reconstruction is needed. ASPHALT INSTITUTE ENGINEERING OFFICES (AS of March 1, 1980) EASTERN DIVISION WASHINGTON, D.G. - (Address: 6200 Montrose Rd., Rockville, Md. 20852) (301) 466.6790, Connecticut, Delaware, District of Columbia, Kentucky, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia NEW YORK, N.Y. - (Address: 23 North Avenue East, Cranford, N.J. 07016), (201) 272.366D, New York City, Westchester County, Long Island, Delaware. New Jersey ALBANY, N.Y. 12205 -6 Air Line Dr., New York Stale except New York City, Westchester County, Long Island BOSTON, MASS. - (Address: 599 North Ave., Door 9, Wakefield 01080), (617) 245 -6046, Connecticut, Maine. MasSachusetts, New Hampshire, Rhode Island. Vermont. HARRISBURG, PA. 17109--,13 North Progress Ave., (717) 545.4713, Pennsylvania COLUMBUS, OHIO 43215-41 S. High St., Suite 101, (614) 224.3265, Ohio LOUISVILLE, KY. 40207 -4050 Westport Rd., (502) 695.6966, Kentucky, West Virginia RICHMOND, VA. 23230 -2120 Staples Mill Road, (004) 353 -3826, District of Co. lumbia. Maryland, Virginia SOUTHERN DIVISION JACKSON, MISS. 39206-15 Comet Drive, Suite 3, (601) 981 -3417, Alabama, Arkansas, Florida. Georgia, Louisiana, Mississippi, North Carolina, Okla. homa. South Carolina, Tennessee, Texas (except El Paso area) AUSTIN, TEXAS 78723 -7701 Cameron Road, Suite 101, (512) 454 -7927, East- ern Texas NORTH LITTLE ROCK, ARK. 72116 -P.0. Box 4007 (5318 John F. Kennedy Blvd.), (501) 758 -0484, Arkansas, Oklahoma MONTGOMERY, ALA. 36104-600 South McDonough St., (205) 264 -3588, Ala. bama. Tennessee (except Memphis) TALLAHASSEE, FLA. 323D3 -2639 North Monroe, Sta. 15, (904) 395.7822, Florida. Georgia RALEIGH, N.L. 27605 -2016 Cameron St.,.(919) 828 -5999, North Carolina, South Carolina 7 NORTHERN DIVISION CHICAGO, ILL. 60018 -2400 E. Devon Ave., Suite 254, Des Plaines (312) 2974907, Colorado, Idaho, Illinois. Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri, Montana, Nebraska, North Dakota, South Dakota, Utah, Wis. consin, Wyoming INDIANAPOLIS, IND. 46240 -1010 E. 86th St., (317) 8464146, Indiana MINNEAPOLIS, MINN. 55422 -6100 Golden Valley Rd., Suite 113, (612) 546.2311, Minnesota, Wisconsin HELENA, MONTANA 59601-1111 North Rodney, (406) 442 -9100, Idaho, Mon- tana, North Dakota JEFFERSON CITY, MO. 65101 -400 East High St., Suite 305, (314) 535.1181, Missouri (except SL Louis County), Kansas OMAHA, NEBR. 68132 -6901 Dodge St., Room 105, (402)556 -4811, Nebraska, Iowa, South Dakota DENVER, COLD. 80215 -1401 Saulsbury, Suite 205, (303) 238 -3411, Colorado, Utah. Wyoming LANSING, MICH. 41 12-416 Frand4r Ave., Suite 205, (517) 351 -6543, Michigan SPRINGFIELD, ILL. 62704 -1035 Outer Park Dr., Suite 413, (217)707 -7058, Illinois (outside of Chicago), St. Louis County, Missouri PACIFIC COAST DIVISION SACRAMENTO. CALIF. 95815-1796 Tribute Road, (916) 922 -6507, Alaska. An- zona, California. Hawaii Nevada, New Mexico, Oregon, Western Texas (Et Paso area), Washington PHOENIX, ARIZ. 85016 -3625 N. 16th St., (602) 2664516, Arizona, New Mexico, Western Texas PORTLAND, ORE. 97005 -Park Plaza West, Suite 322/10700 SW Beaverton- Hillsdale Highway, Beaverton, (503) 643.4111, Oregon OLYMPIA, WASH. 98501 -120 Union Avenue Building, (206) 943 -0320, Alaska, Washington Printed in U.S.A. -Atto- i .11 VICINITY MAP . ... . 0-PROJECT LOCATIONS LOCATION MAPS 'INVOr 7Z7wV c-vvr �,3� e .� _ � is p �, � _ ; if 'j. r t \ 411 ,1 �-- ____`- 11 -DESIGNATED FOR SLURRY SEAL I° =1600 � I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 - 84 SLURRY & FOG SEAL PROGRAM V_ C•t]K) DRAWN WISR DATE 1.27-84 19 APPROVED. " PUBLIC WORKS DIRECTOR R.E. NO. 12806 S HT DRAWING NO- R-5492-L 10 f3 I r ::g 0 C) e I _?� -gin ' i1 O . Z i \ P � a r iL Zi y - 1 \7 S. I F 111 011 ;1 111 Vpll �j>�`a �.!\�✓.v �� � `i- \�?,� ` 1 ^• A,y/ 4�x j -! Iii-NI A •J \ ^ 761-1` , +•„ irj i '1 , / !1 1..' _.. ,✓Jib( - \-r, Ay ✓!. ./ ' �- ,'`'r I CiI' 7A, u ��'l.® '� f� �l.r� •�'a t �'! -'r ' ._ � 1c;i ��P i� i j �� f i jwil `^ 1lili. y i j� 1M E� el a�,ail ��. ai.7�111 � r'°a. Jf �' /t '" i r � jiN'(( I � —.• •� r M- \ l .i/ ,1: t IMe e�-es dv .�� , p, r r/'- -! R\t 'ri o` y - \Q•:. \� ! \. i1! I,.si .g ,aa+q��r�, .''�. �,�'•'d 1.1 ( ,•�% .: ` IE al6 _.!'•' —•. yJ ♦r {� -24 CITY OF NEWPORT BEACH DRAWN MBR DATE 1.27.84 PUBLIC WORKS DEPARTMENT APPROVED 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. 128DS- SLURRY & FOG SEAL PROGRAM. DRAWING NO- R-5492 -L 20f E N m Ln r Cl w rn- x n z cmil i z i -4 - l n n x � \' w m m N m v • T l° \ r -n v x� •° v ,vn v °v n m 'v n po m m ° z z �✓ •�\ ° v 7C C1 m � ;10 7C .� In n ° to n (717r o r r iL Zi y - 1 \7 S. I F 111 011 ;1 111 Vpll �j>�`a �.!\�✓.v �� � `i- \�?,� ` 1 ^• A,y/ 4�x j -! Iii-NI A •J \ ^ 761-1` , +•„ irj i '1 , / !1 1..' _.. ,✓Jib( - \-r, Ay ✓!. ./ ' �- ,'`'r I CiI' 7A, u ��'l.® '� f� �l.r� •�'a t �'! -'r ' ._ � 1c;i ��P i� i j �� f i jwil `^ 1lili. y i j� 1M E� el a�,ail ��. ai.7�111 � r'°a. Jf �' /t '" i r � jiN'(( I � —.• •� r M- \ l .i/ ,1: t IMe e�-es dv .�� , p, r r/'- -! R\t 'ri o` y - \Q•:. \� ! \. i1! I,.si .g ,aa+q��r�, .''�. �,�'•'d 1.1 ( ,•�% .: ` IE al6 _.!'•' —•. yJ ♦r {� -24 CITY OF NEWPORT BEACH DRAWN MBR DATE 1.27.84 PUBLIC WORKS DEPARTMENT APPROVED 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. 128DS- SLURRY & FOG SEAL PROGRAM. DRAWING NO- R-5492 -L 20f 1 984 SLURRY & FOG SEAL PROGRAM (416 LOCATIONS Ol GALAXY PARK U2 WESTCLIFF PARK O3 MARINERS PARK ® WEST NEWPORT PARK O5 BAYSIDE PARK BAYSIDE PARK BAYSIDE PARK © OCEAN BLVD. WALK PATH OCEAN BLVD.ACCESS RD O7 EASTBLUFF PARK BOYS CLUB nrcrDTDTTnN Located E/S of Galaxy Slurry Seal 440 L.F. @ 6' Drive @ Rigel Circle wide A.C. walk path Located N/S of Polaris Drive Slurry Seal 9,000 S.F. A.C. E/O Westwind Way parking lot Located W/S of Dover Drive N/0 Mariners Drive Located N /S. of Seashore Drive @ 58th Street and 60th Street Slurry Seal 13,284 S.F. A.C. parking lot Slurry Seal two (2) A.C. parking lots; 19,450 S.F. total Located N/S of Bayside Drive Slurry Seal 22,839 S.F. between Marguerite Avenue of A.C. parking lot and Jasmine Avenue Located N/S of Bayside Drive Slurry Seal 637 L.F. @ between =Iris Avenue and- 8' -wide walk path. Marguerite Avenue Located N/S of Bayside Drive Slurry Seal 630 L.F. @ between Carnation Ave. and 8' -wide walk path Fernleaf Ave. Located S/S of Ocean Blvd. Slurry Seal 2200 L.F. @ between Narcissus Avenue 6' -wide A.C. walk path and Poppy Avenue Located S/S of Ocean Blvd @ Orchid Avenue Located W/S of Vista Del Oro @ Vista Del Sol Slurry Seal 400 L.F. @ 13'- wide A.C. walk path Slurry Seal 4963 S.F. of A.C. parking lot and 7200 S.F. of A.C. basketball court EASTBLUFF PARK Located W/S of Vista Del Oro Slurry Seal 255 L.F. @ 10' BOYS CLUB from PCC driveway N/0 Vista wide A.C. bike trail . Trucha to Eastbluff Elementary School A.C. parking lot for bicycles @ Vista Trucha. ® NEWPORT ISLAND PARK Located W/S of Marcus Ave. Slurry Seal 1392 S.F. S/0 39th Street, on Newport of A.C. bastetball court Island SHT. 3 of 3 0 W m a 0 LOCATION MAPS N 2 0 G O O V1 ir V a O a a Z a w o a 0 w m VV O Z J Z O N V O U O W W W R y Z W w F J V S ~ O' w V W J Q Z W O Z N Z J V a m W G S Q ~ O Y O J i k> d 3 x Y m U O W LL (9 G Z O O N~ O > V a_ . a > > > LI I L-J L— V I A J I— LIDO --1 L NO RD 1,1D0 1S1.E ® • DESIGNATED FOR FOG SEAL CITY OF NEWPORT BEACH DRAWN M R DATE PUBLIC WORKS DEPARTMENT APPROVED 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. 12806 If SLURRY & FOG SEAL PROGRAM DRAWING NO, R- 5490-L I nl • . PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1983 -84 SLURRY /FOG SEAL PROGRAM To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 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 No. 2416 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 1. 1,250 Furnish all labor, equipment, and Extra Long Tons materials, and perform all work necessary to prepare for and apply slurry seal on streets per sheet No. 1 of plan No. R- 5492 -L. @ Doll ars me—, L and 70j y0c).0o Cents $ 5&, 3 Z $_7- Per Exttb Long Ton 2. 65 Furnish all labor, equipment, and Extra Long Tons materials, and perform all work necessary to prepare for and apply slurry seal on parking lots, walk path, basketball courts, etc., per sheet Nos. 2 and 3 of plan No. R- 5492 -L. @ Fi �l�v -s, x r�)l (ay S Gt k Gl Dol 1 ars and Cents $ 56.3Z $ 3 0. O Per Extra L ng Ton • • PR 1.2 PRICE PRICE 3. 91,200 Furnish all labor, equipment and Square Yards materials; and perform all work necessary to prepare for and apply fog seal on streets per sheet No. 1 of plan No. R- 5490 -S. @ i(10 Dollars and Tea a aeQ rune - feu�iTnn.Is Cents $ . I O�i $ 9 9 qa. Ro Per Square Yard 4. Lump Sum Traffic striping and pavement markings � .on. @�f1rhF ��iou52xr��Jo�lulyllrr��e�` Dollars and Lvud Cents $ d 7150 $ q,23 f Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Niniu - +�ree `I&oasar.A Tkl0Inv,rjrr,9 A(-'t Do11ars q- z73, IO C and e r` Cents $� ITGiv *5`r Date: March 1, 1984 Bidder's a ephone Number 303609 C-32 Contractor's License No. & Classification Pavement Coatings Co. Bidder AQ1 L 6Wx=::::- President Authorized Signature /Ti P.O.Box 2777, Anaheim, CA 92804 Bidder's Address • • February 24, 1984 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT annruniim 1983 -84 SLURRY /FOG SEAL PROGRAM CONTRACT NO. 2416 Bidders shall propose to complete Contract No. 2416 in accordance with the Proposal as modified by this ADDENDUM: 1. Proposal Add Item No. 5 as follows: 5. 20,000 Furnish all labor, equipment and Square Feet materials, and perform all work necessary to prepare for and apply alternative material in lieu of slurry seal on walk paths and bike trails per sheets Nos. 2 and 3 of Plan No. R- 5492 -L. @ No Dollars and -7�'w e/Ut Cents Per Square Foot 2. Special Provisions i $ Fni $ado Unite ota Price Price Add paragraph 2. to Section VIII D as follows: 2. Alternative Material Alternative materials will be approved by the Engineer for appli- cation upon bike trails and walk paths, where an application of the slurry seal emulsified asphalt specified above is undesirable because (1) the weight of the Contractor's application equipment may damage the trails or paths, or (2) the dimensions of the Contractor's application equipment may prohibit use of such equip- ment on trails or paths. Alternative material shall conform with the following require- ments: Specifications Minimum Maximum Test Methods Cone Penetration @ 770 F, dmm 340 430 ASTM D 217 Nonvolatile Components % Weight 60 70 See Note 1 % Nonvolatile Soluble ASSHTO Trichloroethylene by Wt. 20 35 T -45 -56 • • February 24, 1984 ADDENDUM -- 1983 -84 Slurry /Fog Seal Program Page 2 . Specifications Minimum Color (as received) Black (Cured Film) Deep Black Typical Density- - lbs. /gal. 10.5 Wet Track -- Abrasion Test 20 avg. Alternative material shall be applied in two or more applications -rate- (before°dttutfon) of 40 gallons per 1 >000 sq. ft. Surface preparation and application shall be in strict accordance with the manufacturer's written instructions. Alternative material shall be Huntseal as manufactured by Industrial Asphalt, Irwindale, CA,(818) 87-4--T$28, or equal. Please sign and Tdaastse this ADDE�N{DLN4, and attach it to our�P_ro�osaall. No bid will ¢n tnesPde alnsh la lthis ADDEIt� Ns aCtac e . e TAL PRZ CE WRITTEN IN WORDS ay.4_ 42 &4 Benjamin B. Nolan Public Works Director ADDENDUM received by: Pavement Coatings Co. _ Bidder .. AfARSHA COOLIUGE PBCSIDENT Date: March 1, 1984 Signature • • 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. 303609 C -32 Contr's Lic. No. & Classification Pavement Coatinqs Co. Bidder (10o,= V �II?LY President Authorized Signature /Ti e • . 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. PomU � $�ti�iv �fuv ro flak T iU� 10, 3 A) AxI-r. 0 E6�7 C. 2.S&C'Q 91J'u_ --S&P A & ev U 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Pavement Coatings Co. �/ Bidder 1 kaj X WIC�y— President Authorized Signat e /Title A STOCK COMPANY - ESTABL-ISHEO 1890 F6 I_d and SAI k,(DMj)My (ebl I HOME OFFICE OF MARYLAND SAL -TIMORE BID BOND KNOW ALL MEN BY THFSF PRESENTS: T-- h- a-t we .............. ..... .. ... ............. Y.aVament..Q atings... ..................................... .. ..................... -- ---- .... ................... .... .......................... .. ... ........ I 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 firrid) bound unto..... - -- - ---------------------- City of Newport Beach .............. ... ......... ..----- ------ - - - - -- ........................... ------ ---------- -- ................................ ......................................................................... . ............................... . ........................ . ..... --------- --- --- ................. ... ............................ as Obligee, (hereinafter called the "Obligee"), in the sum of __Ten .... Percent of ... the ..... total bid in doll.ars - - - for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally , firmly by these presents. WHEREAS, the Principal has submitted a bid for ............ ..................................................................................... 1983/84 Slurry/Fog Seal Program ---- --------- ------- -- --- --------'- --- --- - -- -- ------------------ - -- ------------ ------- --- - -------------------------------------- Contract Number 2416 ------------------------------------------ --- - ................................................................................................................................................. -------------- --- --- - -------------------------------- -- -- . .. ................ . ....................... --------------------------- ------- .................................................................................................................................................................. ------------------------------- 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 -------------------- 2-4-t-h ..... ------------------- day Of.. - Fe-brua-r-y ------------ ------- - A.D. 19.8-4.... Bid Date: March 1, 1984 Pavement Coatings Co' (SEAL) --------- - - --- - - ---- - ------ - ------ -- ---- - ... in cipal -------- ---- - ------- -- ---- -------- - --------- -"'''------- --- ----- -- PrMRSk A Witness Title FIDELITY AND DEPOSIT COMPANY OF MARYLAND S ety !e�r -------------- --------------------------------- ----------------------------- --- ........... AL) Witness Title Drew A G e: s Attorney-in-fact C325d—IMM, 8-74 196240 Approved by The American I.,oft.te of Architects, A.I.A. Decorator. No. A-30 February 1970 Edition. 7 7.7,7777– M W 0 � F O � F 0 � o ' m ® J W � I � R a c LL F o 0 u y W U U a. m m o F 0 I1 p A rr CO dO d'IVIKA NO Q) I ^. M1 rte. a e W x W e w1 11 <a.\ § }§2 { | % \ / k 4 \ ] /�:� ( > ( 9 kQ ! & \�\ } \i *art a! /= }(;) / /.o 'J �k } \�\ .; (; co � !I ƒ) 't } } .I\�4 \ !\( \� 2 !� & \� ;I2 ,| Q�7 ■ ;) CX f(]\\ /( (�\ \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 corporation 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 Company, which reads as follows: "The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary 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, recognizance$, stipulat ions, policies, corn racts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and in affix the seal of the Company thereto." does hereby nominate constitute and appoint Drew A. Gesell of Covina, California._.. sf- rT ue 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 ............................... y eTn-F—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 dose 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 .........2 R4 ............... day March.. A.D. 19 83 of .............................. o2w FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: R 4 o y ,u f-� ......................................... ....... ........................ B ...... !. ....................... ...:........................... Assistant Secretory Vice- Realdva STATE OP MARYLAND ? SS: CITY OF BALTIMORE I On this 22nd day of M8rC11 , A.D. 19 83 , 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 with, that they are the said officers of Me Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal ofsaid 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 mid Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed by Official Seal, at the City of Baltimore. the day and year first above written. Notary u Ic ion Expires.July .. r 1986. - F, nrau� a CERTIFICATE 1, 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 l do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Feel 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 Director. 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.,hall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TtSTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said Company, this..... 24111..... day of... Febru. a.r.Y .......................... 19......84 1,142R,—CIE-012-5043 - A.uistant Secrcrerory FOR YOUR PROTECTION LOOK FOR'I'lIE F &D WAI'ERNMARK . 0 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. Subscribed and sworn to before me this 1st day of March 19 84. My commission expires: May 2, 1986 Pavement Coatings Co. Bidder bur �� � _.President Authorized Signature/Title Np)tary Public OFFICI:SEAL DCRCTHY CE NOTA:IY PU GLORNIAF`NNCtPAN QRAN$My Commission 2. 1986 • 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. Pavement Coatings Co. Bidder Au,-P. I : __.{ r , President Authorize S�ignatuyLt /\Title 0 • 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 sheet: Pavement Coatings Co. Bidder M,a C t�; esident Authorized Signature/Ti-tie [r , • •2PS`ONAL ¢l4�9L PAVEMENT COATINGS CO. fff ¢ Y u 9O80CIAt YO? VMETIGL Y1YlYlMT Y•IMTEN•MC! C O M P L E T E D CON TRACTS PERSON PES?CrSIBT_E M? AGENCY DA'_'E DOLLAR A9 T. * ACCEPTANCE OF WORK PH9\,E Alhambra 1982 33,000 John Healis 213/570 -5067 Anaheim 19?2 25,000 W. S. Lewis 714/533-5674 Banning 1982 12,500 Cordon Shackles 619/849 -4511 Bellflaaer 1981 55,000 Mn. 0. McCon -el 213/866 -9003 3urbank 1962 63,000 Herb Bauer 213/847 -9606 Carson 193' 45,000 Fred '"homsen 213/830 -7600 Catalina Isle onservacy 982 -83 1 120,000 Doug Probst 213/510 -1421 Indio 19 2 57,000 Roland Taages 619/347 -2351 Irvine 1932 75,000 Andy Anderson 714/857 -0124 Jet Propulsion Lab 1982 31,000 Andre Stefanovieh 213/354 -2657 Knott's Berry Farm 1982 81000 Bill Jones 714; %827 -1776 L. A. County RC-.d Depart'ti>_.t 1982 -83 150,000 Robert Yokoyama 213/226 -8111 h_onteoello 1982 55,000 Mike Kosareff 213/725 -1200 Newport Bead_. 1980 135,000 Gilbert Wong 714/640 -2281 Rancho Mirage 1930 -81 2°2,000 Jol-m Sandborn 619 /324 -4511 Saddleback College 1982 -83 25,C00 Gerry Dooley 714/831-4880 Tt:ale City 1981 -82 50,000 Stephan Kinbrougz 213/285 -2171 he B -rbank Studios '_982 2',000 Alexander Bryce 213 /954 -1221 Whittier 1982-83 '_05,C00 l- 213/698 -2551 *Above dollar arourts ar_. approxiarate 1 B IS TESS T.TFEPENCES Bank of America - Stanton 71_4/773 -7620 Western Emulsion - Escond_dc 619/480 -9775 Livinastcn- Graham - El -Monte 714/353 -1811 '1L ma. Ao1lP� President Pavement Coatings Co CONTRACTOR* LICENSE NO. 303M g v. o. BOX 2777 • ANAHEIM, CALIFORNIA 921104 . (714) M3011 • • BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 121984 TO: CITY COUNCIL '1 �7:� FROM: Public Works Department SUBJECT: 4i" )AILOW.O. M.- k } ` 4241 -6). RECOMMENDATION: l March 12, 1984 CITY COU L AGENDA ITEM N0 3� , Award Contract No. 2416 to Pavement Coatings Co. for the total price bid of $95,673.10, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:30 A.M. on March 1, 1984, the City Clerk opened and read the following bids for this project: Ridders Amount Rid 1. Pavement Coatings Co., Anaheim $ 95,673.10 2. Slurry Mix Co., Inc., Long Beach $103,118.00 3. Roy Allan Slurry Seal, Inc., $112,298.60 Laguna Niguel 4. California Pavement Maintenance Co., Inc., $121,284.50 San Diego The low bid is 27.7% below the revised Engineer's estimate of $132,400. The disparity between the Engineer's estimate and the low bids appears to be due to competitive bidding caused by scarcity of slurry seal projects during this time of the year. Adequate funds to award the contract are available in Account No. 02- 3383 -014, Street and Alley Slurry Seal Program. Pavement Coatings Co., the low bidder, is a well - qualified con- tractor who has successfully completed previous contract work for the City. The project provides for slurry sealing approximately 12 miles of asphalt streets in Harbor Highlands, Westcliff, Dover Shores, and Broadmoor • areas, and approximately 1,600 square yards of asphalt walk paths, bike trails, basketball courts and parking lots in park and recreational facilities, as shown on the attached exhibit. In addition, San Joaquin Hills Road and the interior streets of Lido Isle, as shown on an attached exhibit, will be fog sealed. The slurry /fog sealing will extend pavement life and delay the need for major maintenance or reconstruction. The plans and specifications were prepared by the Public Works DD a Th st'm% date of completion is June 30, 1984. Benjamin B. Nolan Public Works Director GW:jd Att. -ALr- I &I Or , �Wx 71 CITY OF NEWPORT BEP PUBLIC WORKS DEPARTMENT 1983 - 84 SLURRY & FOG SEAL PROGRAM VICINITY MAP LOCATION MAPS . - I S rwava c4wrAr k A10. 460 S -DESIGNATED FOR SLURRY SEAL DRAWN — APPROVED PUBLIC WORKS DIREC JOR R.E. NO. 14MM s DRAWINS NO- R-5492—L lo • • • 'A � ; I 90-000000 0 M m X: (� co x x 2c m CD rri 3� D::. n :c- m :rb m D> m x Ln r, m Ln ;13 N r- --I :k a o co -0 C2 z m r- 3+ co m m l— n --I (A m O a c> -0 ;u u ;o 3> 7q --4 CD 7-c n c' m (4 7C A CD ap /Iq An rT %LIP Ar. r 0 > pAr L 0 I T A I t1c :4 A Lq� C-2416 I CITY Of NEWPORT BEACH DRAWN MBR DATE 1.27-84 1 PUBLIC WORKS DEPARTMENT APPROVED );�Z 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. 12ROR SLURRY & FOG SEAL PROGRAM. DRAW11,16 No- R-5492-L 2o SHT. f31 LOCATIONS 10 GALAXY PARK O2 WESTCLIFF PARK O3 MARINERS PARK ® WEST NEWPORT PARK O5 BAYSIDE PARK 198 *4 SLURRY & FOG SEAL PROGRAM (C016) DESCRIPTION Located E/S of Galaxy Slurry Seal 440 L.F. @ 6' Drive @ Rigel Circle wide A.C. walk path Located N/S of Polaris Drive Slurry Seal 9,000 S.F. A.C. E/O Westwind Way parking lot Located W/S of Dover Drive N/0 Mariners Drive Located N /S. of Seashore Drive @ 58th Street and 60th Street Slurry Seal 13,284 S.F. A.C. parking lot Slurry Seal two (2) A.C. parking lots; 19,450 S.F. total Located N/S of Bayside Drive Slurry Seal 22,839 S.F. between Marguerite Avenue of A.C. parking lot and Jasmine Avenue BAYSIDE PARK Located N/S of Bayside Drive Slurry Seal 637 L.F. @ between;-Iris Avenue ands 8' -wide walk path Marguerite Avenue BAYSIDE PARK © OCEAN BLVD. WALK PATH OCEAN BLVD.ACCESS RD CZ EASTBLUFF PARK BOYS CLUB .Located H/S of Bayside Drive between Carnation Ave. and Fernleaf Ave. Located S/S of Ocean Blvd. between Narcissus Avenue and Poppy Avenue Located S/S of Ocean Blvd. @ Orchid Avenue Slurry Seal 630 L.F. @ 8' -wide walk path Slurry Seal 2200 L.F. @ 6' -wide A.C. walk path Slurry Seal 400 L.F. @ 13'- wide A.C. walk path Located W/S of Vista Del Oro Slurry Seal 4963 S.F. of @ Vista Del Sol A.C. parking lot and 7200 S.F. of A.C. basketball court EASTBLUFF PARK Located W/S of Vista Del Oro BOYS CLUB from PCC driveway N/0 Vista .Trucha to Eastbluff Elementary School A.C. parking lot for bicycles @ Vista Trucha. ® NEWPORT ISLAND PARK Slurry Seal 255 L.F. @ 10' wide A.C. bike trail C Located W/S of Marcus Ave. Slurry Seal 1392 S.F. S/0 39th Street, on Newport of A.C. bastetball court • Island q� SHT. 3 of 3 • • 0 W m 0 LOCATION MAPS I N K U O Q a Z < Z W O Q O W Q 'm 4 = W V m U GJ Z O N Q Q.LL' S .Z W W pp F NN W t) 2 P tC 7 O W Z Q = V O W W Y >¢ Q Z W O N Q Z a J W U Q in O m W ¢ W¢ t9 0 C O '� Y J lL' Q 2 0 C 7 O y Q h Z p w > 3 x Y N u l0J > > > > > > > > > > > > > > > > > > > > > > > > > •/> N U UJ L_VIA J L_ LIDO J L- NO RD IIJI s LIDO ISLE • DESIGNATED FOR FOG SEAL CITY OF NEWPORT BEACH DRAWN MBR DATE PUBLIC WORKS DEPARTMENT APPROVED 0 a Z 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. 12806 S SLURRY & FOG SEAL PROGRAM DRAWING No. R- 5490-L I SH' • ! c! -'�)lq j(,., Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of Orange County. California, Number A -6214, dated 29 September, 1961, and A- 20831, dated it June, 1963. STATE OF CALIFORNIA County of Orange Pubha N.H. Ad•amv„ a cbre.W by INa eelESml 1f »I in ) Mnl Min 10 oks column rWin 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one a DA=N*RDtatA9liKIdc*K the issue(s*of February 15 198 4 , 198_ 198_ 198_ 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on FPhruary 15 1984 at Costa Mesa, California. Signature PROOF OF PUBLICATION Saakd.DWs.R.Iay 8's °hmd at flee port .ol.0 -all CpY CIMt port Newport . 111M.4rd -�N1lwport eeaeh, CA, :9.Y88.3.dtii.i.i:80 A.M. 00 y , 1et:ety of M ipli, "M4,. at Mtlldl. film,w0h bide eltlJii open- ed Slid Y00 for .IL"344::8LUR- Ry/FOG SEAL PROGRAM ;'Coif tract No. '24% s4adbmte $130,000, Apze= b.y Am city Coura 1984 :tltb, 13th day d. February, ;..wmm� �.AridsaW , Prospeal" bidders ma/ obtain one eat offiki dommsenb at r10 blot at the office of the Publia�- W Department,.; 8300 Newport Sm d. Nexpor4eGasah, CA_ For further Intormatbil,: beH. GII- berl Waq at 640- 2281. PubOaMd OrageC Coast Fool Feb. 15, 19" .. .. 852.8 I 9 BY THE CITY COUNCIL CITY OF NEWPORT BEACH FEB 131984 APPR©YEU TO: CITY COUNCIL FROM: Public Works Department SUBJECT: fl13'14,'$I;F16 SfALa (C -2416] RECOMMENDATIONS: 1. Approve the plans and specifications. February 13, 1984 CITY OUNCI� AGENT N ITEM N0. 2. Authorize the City Clerk to advertise for bids to be opened at 11:30 A.M. on March 1, 1984. DISCUSSION: The project provides for slurry sealing approximately 12 miles of asphalt streets in Harbor Highlands, Westcliff, Dover Shores, and Broadmoor areas, and approximately 1,600 square yards of asphalt walk paths, bike trails, basketball courts and parking lots in park and recreational facilities, as shown on the attached exhibit. In addition, San Joaquin Hills Road and the interior streets of Lido Isle, as shown on an attached exhibit, will be fog sealed. The slurry /fog sealing will extend pavement life and delay the need for major maintenance or reconstruction. The Engineer's estimate is $130,000. Adequate funds are available in the current budget to award this amount. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June 30, 1984. Benjamin B. Nolan Public Works Director GW:jd Att. LOCATION MAPS jj � �`ii i '� 7p�yN � � •w. `a 1 A llI. ^�. '6, �•Ta NO. iD,S ��� ? 4„a s I 4 4\ I a • DESIGNATED FOR SLURRY SEAL 1 C -2416 CITY OF NEWPORT BEACH DRAWN M6R DATE I 27 s4 PUBLIC WORKS DEPARTMENT APPROVED 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. _12K- SLURR`( & FOG SEAL PROGRAM DRAWING No. R- 5492 -L Infit 1 . 3 A 1 �u C) I 1 O" 0-1sp . D z .i . i 6, < O +� n 1 a g = a m m 2 00000000 O / S cnn r- m < cmn N o w z z n x c> CD n m A n 7c A o 0 7c n ;0 � ao ®c C' CD N no 3� V` f LT / � l sl /}j% P• CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 - 84 .SLURRY & FOG SEAL PROGRAM 6I Y a @1 = y x / ) r> R r yr � NPOR r r 1 t s:, vi Irf ' ' JL NI, � I � S' '•• r 1 / SF ra t e D L°'� C -2416 DRAWN MBR DATE 1 27.84 APPROVED PUBLIC WORKS DIRECTOR R.E. NO.12B9fi_ DRAWING NO- R-5492 —L ?of s, 19830 SLURRY & FOG SEAL PROGRAM (C *6) . L LOCATIONS Q1 GALAXY PARK 0 WESTCLIFF PARK 03 MARINERS PARK ® WEST NEWPORT PARK 05 BAYSIDE PARK BAYSIDE PARK BAYSIDE PARK © OCEAN BLVD. WALK PATH DESCRIPTION Located E/S of Galaxy Slurry Seal 440 L.F. @ 6' Drive @ Rigel Circle wide A.C. walk path Located N/S of Polaris Drive Slurry Seal 9,000 S.F. A.C. E/0 Westwind Way parking lot Located W/S of Dover Drive N/0 Mariners Drive Located N /S. of Seashore Drive @ 58th Street and 60th Street Slurry Seal 13,284 S.F. A.C. parking lot Slurry Seal two (2) A.C. parking lots; 19,450 S.F. total Located N/S of Bayside Drive Slurry Seal 22,839 S.F. between Marguerite Avenue of A.C. parking lot and Jasmine Avenue Located N/S of Bayside Drive Slurry Seal 637 L.F. @ between'-Iris Avenue and 8' -wide walk path Marguerite Avenue .Located N/S of Bayside Drive Slurry Seal 630 L.F. @ between Carnation Ave. and 8' -wide walk path Fernleaf Ave. Located S/S of Ocean Blvd. Slurry Seal 2200 L.F. @ between Narcissus Avenue 6' -wide A.C. walk path and Poppy Avenue OCEAN BLVD.ACCESS RD. Located S/S of Ocean Blvd @ Orchid Avenue 07 EASTBLUFF PARK BOYS CLUB EASTBLUFF PARK BOYS CLUB ® NEWPORT ISLAND PARK Located W/S of Vista Del Oro @ Vista Del Sol Slurry Seal 400 L.F. @ 13'- wide A.C. walk path Slurry Seal 4963 S.F. of A.C. parking lot and 7200 S.F. of A.C. basketball court Located W/S of Vista Del Oro Slurry Seal 170 L.F. @ 5'- @ Vista Del Sol; adjacent wide A.C. bike trail to soccer field Located W/S of Marcus, Ave. Slurry Seal 1392 S.F. S/0 39th Street, on Newport of A.C. basketball court Island SHT. 3 of 3 0 w W Q i LOCATION MAPS us - rt 0 O 0 U O Q 4 Z U) 4 W \' z O Z i W q N m U O Z O ZO U 0 S N Z W W J O C J N Q W O W fi" Ir = a K m K W K 2 U O O W i Y K 4 O Q 2 Z 4 S Z W a 3 Q x W J Q m V O W LL (9 0 I= Y J Z O a O N f> > r N 4 Q 4 4 4 4 4 Q 4 4.'4 4. 4 Q 44 Q 4 Q Q 4 Q 4 4 Q 4 >• > >� > > > > > > > > > > > > > > > > > >' > > > > �> u L_ VI A J L- LIDO J L- NO RD --J ILA ` JYM I W J V U U Ii K N i/ W K S a i :,o 0 ® DESIGNATED FOR FOG SEAL C_2z CITY OF NEWPORT BEACH DRAWN MeR pp7E z7 e4 PUBLIC WORKS DEPARTMENT APPROVED 1983 - 84 PUBLIC WORKS DIRECTOR R.E. NO. ia806 5- SLURRY & FOG SEAL PROGRAM DRAWING NO, R- 54907 I o,