HomeMy WebLinkAboutC-2632 - 1986-87 Street Resurfacing & Fog Seal Program0 40
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
July 13, 1987
Blair Paving, Inc.
4226 E. La Palma
Anaheim, CA 92807
Subject: Surety: Great American Insurance Company
Bonds No. 6149978
Contract No.: C -2632
Project: 1986 -87 Street Resurfacing and Fog Seal
Program
The City Council of Newport Beach on June 8, 1987 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 in accordance with applicable sections of the Civil
Code.
The Notice was recorded by the Orange County Recorder on June 17,
1987, Reference No. 87- 342991.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
PLEASE RETURN TO:
City Clerk �/JRt�
City of Ner`t B�'ach
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
�7.,�3:4299 :I
EXEMPT RE PER O
GOVERNMENT CODE 6103
NOTICE OF COMPLETION
,U"I)ED IN OFFICIAL RECORDS
ORANGE COUNTY CALIFORNIA
-355 PM JUN 17'87
°4`- a v �
NO CONSIDERATION PUBLIC WORKS EX1=WPT
C14
'I o All Laborers and Material Men and to Every Other Person Interested-
YOU WILL PLEASE TAKE NOTICE that on June 8, 1987
the Public Works project consisting of 1986 -87 Street Resurfacing and Fog Seal —
Program (C -2632)
on which Blair Paving, Inc., 4226 E. La Palma, Anaheim, CA 92807
was the contractor, and Great American Insurance Company, 200 S. Manchester Avenue, _
was the surety, was completed. Suite 600, Orange, CA 92668
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
Public orks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 11, 1987 at Newport Beach, California.
J/n, � � a, Y, I � —
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 June 8, 1987 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 June 11, 1987 at Newport Beach, California.
City Clerk
tan
jut. T y98�
�%IN%
,�„n I
June 8, 1987
Lip: �Yi 4i3 � i•4�uilCil
CITY GF NE "7FORT SrlrC CITY COUNCIL AGENDA
• ITEM NO. F-17
JUN 8 1917
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 1986 -87 STREET RESURFACING AND FOG SEALING PROGRAM
(C -2632)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after Notice
of Completion has been recorded in accordance with
applicable sections of the Civil Code.
DISCUSSION:
isThe contract for the construction of the 1986 -87 Street Resurfacing
and Fog Seal Program has been completed to the satisfaction of the Public Works
Department.
The bid price was $549,401.00
Amount of unit price items constructed 545,992.72
Amount of change orders None
Total contract cost $545,992.72
Funds were budgeted in the General Fund, Account Nos. 02- 3397 -404,
02 -3386 -410 and in the Gas Tax Fund, Account Nos. 24- 3397 -001 and 24- 3322 -006.
The contractor is Blair Paving of Anaheim.
The contract date of
co leted on May 22, 1987.
Benjamin B. Nolan
Public Works Director
•
GPD:jd
completion was June 15, 1987. The work was
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: VINANCE DIRECTOR
FROM: CITY CLERK
DATE: April 10, 1987
SUBJECT: Contract No. C -2632
(714) 644 -3005
Description of Contract 1986 -87 Street Resurfacing and Fog Seal
Program
Effective date of Contract April 9, 1987
Authorized by Minute Action, approved on March 23, 1987
Contract with Blair Paving, Inc.
Address 4226 E. La Palma
Anaheim, CA 92807
Amount of Contract $549,401.00
s /
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
9 0ITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.M. on the 12th day of March , 1987,
at which time such bids shaTT be opened and read for
1986 -87 STREET RESURFACING AND
iteo Prod
I
0)
U
2632
Contract No.
$600,000
Engineer's Estimate
0 R off• lb
ro
Approved by the City Council
this 23rd day of February , 1987.
,
Wanda E. Raggio of
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,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Gilbert Wong at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM
CONTRACT NO. 2632
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
PR 1.1
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 proposes to
furnish all materials and do all the work required to complete this Contract No. 2632 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. 41,000 Cold plane existing pavement
Square Yards
One Dollars
and
- Cents $ 1.00 $ 41,000.00
Per Square Yard
2. 13,500 Construct 1 112" asphalt concrete overlay
Tons
@ Thirty Dollars
and
Fifty Cents $ 30.50 $411,750.00
Per Ton
3. 88 Adjust existing sewer and storm drain
Each manhole frames and covers to finished
grade
@ One Hundred Eighty Two Dollars
and
Cents $ 182.00 $ 16,016.00
Per - Each
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 103 Adjust existing water valve, survey monument
Each and sewer cleanout frames and covers to finish
grade
@ One Hundred Sixty Five Dollars
and
- -- Cents $ 165.00 $ 16,995.00
5. Apply traffic striping, pavement markings,
Lump Sum and raised pavement markers. yy
@ Twenty Six Thousand Two Hundred NDoltlars
and
- -- Cents $ 26,290.00
Per Lump Sum
6. 100 Apply Fire Hydrant Markers
Each
@ Five Dollars
and
Fifty Cents $ 5.50 $ 550.00
Per Each
7. 160,000 Apply fog seal
Square Yards
@ - -- Dollars
and
Twenty Three Cents $ .23 $ 36,800.00
Per Square Yard
TOTAL PRICE WRITTEN IN WORDS
Five Hundred Forty Nine Thousand Four Hundred One Dollars
and
--- Cents $ 549,401.00
March 12, 1987 BLAIR PAVING, INC.
ate Bi er
(714) 579 -0800 S /Carolyn Anderson, Secretar ,Treasurer
Bidder's Telephone Number Authorized Signature /Title
294966 CLASS A 4226 E. LA PALMA, ANAHEIM, CA 92807
Contractor's License No. & Classification Bidder's Address
• •
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. 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of 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.
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
discrepancy 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 respon-
sible for bidder errors and 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 a
corporate officer or an individual authorized by the corporation. For part-
nerships, 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
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
294966 CLASS A
Contr's Lic. No. & Classification
MARCH 12, 1987
Date
BLAIR PAVING, INC.
Bidder
S /Carolyn Anderson. Sec. Treasurer
Authorized Signature /Title
Page 2
• • 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.
Subcontract Work Subcontractor Address
1. Striping JS Sign Co. Orange
2. Manholes & Valves Manhole Adjusters Monterey Park
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
BLAIR PAVING, INC.
S /Carolyn Anderson, Secretary, Treasurer
Authorized Signature /Title
I
• FOR ORIGINAL SEE CY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, BLAIR PAVING, INC.
and GREAT AMERICAN INSURANCE COMPANY
Page 4
as bidder,
, as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
TEN PERCENT OF AMOUNT BID Dollars ($ 10% ),
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM C -2632
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 to said City 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 contract documents for execution to the above bounden bidder by
and from said City, 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 individual,
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 6th day
of March 1987
BLAIR PAVING, INC.
(Attach acknowledgement of Bi er
Attorney -in -Fact)
Joanne T. Ditto
Notary Public
Commission Expires: Oct. 13, 1990
S /Carolyn Anderson
Authorized Signature /Title
GREAT AMERICAN INSURANCE COMPANY
Surety
By S /Diana Laskowski
Title . Attorney -in -Fact
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 12th day of March ,
1987 .
My commission expires:
May 19, 1989
BLAIR PAVING, INC.
Bidder
S /Carolyn Anderson, Sec., Treasurer
Authorized Signature /Title
S /Phyllis G. Eppig
Notary Public
• , Page 6
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.
1986
CITY
OF
HUNTINGTON BEACH
TOM BLACKBURN JR.
(714)
842 -9955
1986
CITY
OF
EL SEGUNDO
PAUL BOWEN
(213)
322 -4670
1986
CITY
OF
BUENA PARK
CHUCK CUTSHAW
(714)
521 -9900
1986
CITY
OF
CYPRESS
FRANK DELASANDROS
(714)
828 -2200
1987
CITY
OF
INGLEWOOD
ROWLAND BROWN
(213)
412 -5333
BLAIR PAVING, INC.
Bidder
S /Carolyn Anderson, Sec. Treasurer
Authorized Signature /Title
NOTICE
The following are 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 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Key Rating Guide: Property- Casualty.
Coverages shall be provi ed for all 1YPES O 5URANCE 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 edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
Page 7
G1EYa! ifVtf=- Kr%N INSUIiANCE COMPANY
The number of persons authorized by 13088
this power of attorney is not more than No. 0
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attomey -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
DAVID L. CULBERTSON ALL OF ALL
LINDA L. CULBERTSON ANAHEIM UNLIMITED
CHARLES L. FLAKE
DIANA LASKOWSKI
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -Fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 15th day of January , 1987
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 15th day of January, 1987 , before me personally appeared ROBERT M. SCHUDER, to me
known, being duly swom, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the anginal
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
L KAREN HOLLEY HORRELL. Secretary of the Great American Insurance Company, do hereby certify that the (oteguing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force
and effect.
S(gnr.: and sealed this 31st day of March , 19 87
5 10294 (8/83)
Executed • four counterparts
Premium included in Performance Bond
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 8
Bond #6149978 f
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 23, 1987
has awarded to BLAIR PAVING, INC.
hereinafter designated as the "Principal ", a contract for
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM (C-
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, or other supplies used in, upon, for, or about the performance 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 Blair Paving, Inc.
as Principal, and Great American Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Five Hundred Forty Nine Thousand Four Hundred One
and OO/ Cents ------------------------------------------- DQllars ($ c.o 401 pp
said sum being equal to 100% 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, or other supplies,
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 Unemploy-
ment 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.
The 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 df action to them or their assigns in any suit brought upon
N
Payment Bond (Continued) •
C,
J
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 31st day of March c8
Blair Paving, Inc. (Seal)
Name of Contractor Principal'
By
Authorizt�cD SignrUrf and Title
By:
Authorized Signature and Title
Great American Insurance ComDanv (Seal)
Name of Surety
200 S. Manchester Avenue, Suite 600
Orange, CA 92668
Address of Surety
re ana iitte_or autnoriz
5500 E. Santa Ana �Canyon Road,"SuiteV2l�Iy -tn-
Anaheim C4 92
Address of Agent
(714) 921 -0530
Telephone No. of Agent
State of CALIFORNIA On March 31, 1987 , before me, the undersigned,
lss. a Notary Public of said county and state, personally appeared
County of ORANGE J
Diana Laskowski
personally known to me to be the Attorney -in -Fact of
Great American Insurance Company
occn ur sEEj the Corporation that executed the within instrument, and known
JOANNE T to me to be the person who executed the said instrument on
.m NOTMY►6BUC e behalf of the Corporation therein named, and acknowledged to
i� me that such Corporation execut the same.
Mt C9e mWen ERp.
NOTARY PkWlt
cuted in four counterparts Page 10
Bond #6149978
Premium: $2,589.00
FAITHFUL PERFORMANCE BOND
4*
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 23, 1987
awarded has to BLAIR
INC-
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Blair Paving, Inc.
as Principal, and Great American Insurance Comoanv
r
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Five Hundred Forty Nine Thousand Four Hundred One
and 00/ Cents------------------------------------- - - - - -- Dollars ($ 549,401.00
said sum being equal to 100% of the estimated amount of tie 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
State of CALIFORNIA On March 31, 1987 , before me, the undersigned,
ss. a Notary Public of said county and state, personally appeared
County of ORANGE
Diana Laskowski
personally known to me to be the Attorney -in -Fact of
Great American Insurance Company
the Corporation that executed the within instrument, and known
to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to
me that such Corporation executed the same.
NOTARY PUBLC
OFFICIAL SEAL
JOANNE T DITTO
NOTARY PUBLIC CALIFORNIA
�I @
PAINCIPM OFFICE W
ORANGE COUNT'
MT Comlruion E.p. Ott. 13. 1990
Great American Insurance Company
the Corporation that executed the within instrument, and known
to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to
me that such Corporation executed the same.
NOTARY PUBLC
• . Page 11
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 31st day of March 14 87
Blair Paving, Inc. (Seal)
Name of Contractor Principal)
By: &A -
AuthorUe
jd Signa r rejAndTitle
Authorized Signature and Title
Great American Insurance Company (Seal)
Name of Surety
200 S. Manchester Avenue, Suite 600
Orange, CA 92668
Addrees�ss of Surety �.
By: �\/ er
Signature and Title of Authorized Agent
Diana Laskowski / Attorney -In -Fact
5500 E. Santa Ana Canyon Road, Suite 211
Anaheim. CA 929n7
Address of Agent
(714) 921 -0530
Telephone No. of Agent
IFICATE OF INSURANCE
flUTE HOLDER
:y of Newport Beach
)0 Newport Boulevard
sport Beach, CA 92663
IE AND ADDRESS OF INSURED
1IR PAVING, INC.
?6 E. LA PALMA
�HEIM, CA 92807
■
• Pege 12
is to certify that policies of insurance listed below have been issued to the insured named
and are in force at this time, including attached endorsement(s),
The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
LLATION: 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.
_ .. ' B- 2.�il.- �.(_�.v
Agency: Nationwide'. Mutual Ineutange Company
�yy�f" _Authorized epre en at ve 1467 N. Wanda Rd,, orange, CA 92667
"lint _ n , )n
il`L[Ll f i j6 %r /'l J/ Telephone: 7144s99 -74nn
iption of operations /locations /vehicles: All operations performed for the City of Newport
by or on behalf of the named insured in connection with the following designated contract:
r
;E: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage 'afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditi of such policies, including attached endorsements,
Policy
LIMITS OF LIABILITY
IN THOUSA
D 0
Ag,Prod
NY
TYPES OF INSURANCE
Policy
Exp.
R
COVERAGE REQUIRED
No.
Date
Each
Complet,
Occurrence
Operati,
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
X Explosion & Collapse. Hazard
x Underground Hazard
x Products /Completed Operations
73PR00
6171 -500
2 -28_8
Bodily Injury
Property Damage
$
$
$
$
Bodily Injury
Hazard
and Property
Ox Contractual Insurance
x Broad Form Property Damage
Damage Combined
$1,000,
$1,000,
x Independent Contractors
x Personal Injury
Marine
Aviation
Personal Injury
$1,000,
AUTOMOTIVE LIABILITY
(] Comprehensive Form
❑x Owned
Bodily Injur
Each Person
$
$
Bodily injury
Each Occurrence
❑x Hired
e
ro er ama e
o y n�ury a
❑x Non -owned
Property Damage
Combined
$1,000,
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
Damage Combined
$
$
WORKERS' COMPENSATION
Statutor
/
ac
and
EMPLOYER'S LIABILITY
Z1111A
Acciden
The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
LLATION: 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.
_ .. ' B- 2.�il.- �.(_�.v
Agency: Nationwide'. Mutual Ineutange Company
�yy�f" _Authorized epre en at ve 1467 N. Wanda Rd,, orange, CA 92667
"lint _ n , )n
il`L[Ll f i j6 %r /'l J/ Telephone: 7144s99 -74nn
iption of operations /locations /vehicles: All operations performed for the City of Newport
by or on behalf of the named insured in connection with the following designated contract:
r
;E: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage 'afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditi of such policies, including attached endorsements,
Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of'Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ 1,000,000 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
e
This endorsement is effective 2-28 -87 at 12:01 A.M. and forms a part of
Policy No. jaxnnnF jj _nn01
Named Insured Blair Paving, Inc.
Name of Insurance Company Nationwide Mutual- Insurance
any
rsement No
i
ve
• CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
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 of 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 nold 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 $ each occurrence
Property Damage Liability $ each occurrence
( ) Single Limit
Bodily Injury Liability $ 1,000,000 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days'.advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: 1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM
(Project Title and Contract o.
This endorsement is effective 2 -28 -87 at .12:01 A.M. and forms a part of
Policy No. 73PROO6171 -5004 .
Named Insured Blair Paving, Inc. Endorsement No.
Name of .Insurance Company. Nat Innmi#� a.I:•.: -•
Insurance Company
.i'
ve
'a
• w Page 15
CONTRACT
THIS AGREEMENT, entered into this � day of
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and
BLAIR PAVING, INC. , hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM 2632
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM 2632
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of
Five Hundred Forty Nine Thousand Four Hundred One Dollars ($ 549.401.00 )•
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Page 16
(f) Plans and Special Provisions for
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM C -2632
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CI
9
ATTEST:
City Clerk
APPROVED AS TO FORM:
CITY
1� ! BLAIR P VING, INC.
City Attorney C ontractor
zed Sidnaoure and Title
Authorized Signature and Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM
CONTRACT NO. 2632
SPECIAL PROVISIONS
INDEX
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK. . . . . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
IV.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
V.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . . . .
. . . . 3
V1.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . .
. . . .4
A. Cold Plane Existing Pavement . . . . . . . . . . . . . .
. . . .4
S. Asphalt Concrete . . . . . . . . . . . . . . . . . . . .
. . . .4
C. Fog Seal . . . . . . . . . . . . . . . . . . . . . . . .
. . . .5
D. Utility Adjustment . . . . . . . . . . . . . . . . . . .
. . . .5
E. Traffic Striping, Pavement Markings,
Raised Pavement Markers and Fire Hydrant Markers. . . .
. . . .6
I
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM
CONTRACT NO. 2632
SCOPE OF WORK
SPIof6
The work to be done under this contract consists of (l) cold planing
along edge of PCC gutter; (2) constructing asphalt concrete overlay and
fog seals; (3) adjusting existing utility frames and covers to finished
grade; (4) restriping and performing other incidental items of work as
necessary to complete the work in place.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos.
R- 5554 -L (attached), T- 5315 -S, T- 5327 -S, T- 5374 -S, T- 5420 -S, T- 5421 -S,
T- 5422 -S, and T- 5423 -S; (3) the City's Standard Special Provisions and
Standard Drawings for Public Works Construction (9fl5 Edition ) and (4)
the Standard Specifications for Public Works Construction (1985
Edition), inc u ing supplements. Copies of the Standard pecial
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. COMPLETION. SCHEDULE AND PROSECUTION OF WORK
At the preconstruction meeting, the Contractor shall submit to the
Engineer a written construction schedule for approval. The following
requirements shall be incorporated into the schedule:
A. All work under this contract shall be completed by June 15, 1987 or
within forty -five (45) consecutive calendar days after the start of
construction, whichever comes first.
B. Traffic access onto streets under construction shall be maintained
during all phases of the project. In addition, all private street
and alley access adjacent to the project area shall be maintained at
all times.
C. The Contractor shall perform work on Newport Center Drive between
Pacific Coast Highway and Newport Center Drive (ring road) during
weekends only.
D. The Contractor shall perform work on Mar Vista Drive between Vista
del Oro and Eastbluff Drive and on Vista del Oro between Mar Vista
Drive and Eastbluff Drive during weekends or during Easter vacation
(April 11 through April 19) only.
• • SP 2 of 6
E. The Contractor shall maintain a 12 -foot minimum width traffic lane
in each direction on Newport Center Drive at all times.
F. No two consecutive north -south streets (e.g., Tustin Avenue and El
Modena Avenue, El Modena Avenue and Aliso Avenue, Via Antibes and Via
Barcelona, Via Barcelona and Via Cordova, etc.) shall be under
construction concurrently.
G. To provide residential parking during construction, adjacent or
nearby cross streets shall remain open.
H. The Contractor shall accommodate the City's trash collection sche-
dule (shown). If the Contractor elects to work on trash collection
days, it shall be his responsibility to make arrangements by con-
tacting the City's refuse foreman, Mr. Mike Delicce, at (714)
644 -3060.
I. The Contractor shall provide covers and shall cover, maintain, and
uncover the City's "NO PARKING" signs to allow residential parking
adjacent to street under construction during street sweeping days.
See attached exhibit for Lido Isle's street sweeping schedule and
traffic flow patterns.
J. The City's Contractor, Fleming Engineering, Inc., is widening Pacific
Coast Highway adjacent to Newport Center. It shall be the
Contractor's responsibility to coordinate his Newport Center Drive
resurfacing with the work of Fleming Engineering, Inc., in complete
conformance with the spirit and intent of Section 7 -7 of the Standard
Specifications.
K. The Contractor shall perform no work during Easter vacation (April 11
through April 19, 1987) on Via Lido or Lido Isle.
L. The Contractor shall perform work on Via Lido, Via Opporto, and Via
Malaga on weekends only. No two of these streets may be restricted
for parking during the same day.
III. PAYMENT
The unit or lump sum price bid for each item of work shown on the
proposal shall be included in the unit price bid for each item of work.
Payment for incidental items of work not separately provided for in the
proposal shall be included in the unit price bid for each item of work.
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 4402 -5.
IV. WATER
If the Contractor elects to use City's water, he shall arrange for a
meter and tender a $500 meter deposit with the City. Upon return of the
meter in good condition to the City, the deposit will be returned to
Contractor, less a quantity charge for water usage.
0 0 SP3of6
V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access in accordance
with Section 7 -10 of the Standard Specifications except as modified
herein, and with the standards contained in the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
A. Traffic Control Plans
The Contractor shall submit written traffic control plans to the
Engineer and obtain his approval a minimum of five (5) working days
prior to commencing any work.
The plans shall incorporate the following:
The location and wording of all signs, barricades, delineators,
lights, warning devices, temporary parking restrictions, and
any other details required to assure that all traffic will be
handled in a safe and efficient manner with a minimum of incon-
venience to the motorists.
2. A complete and separate plan for each phase of construction
shown in the proposed construction schedule showing all items
listed under 1. above and the restrictions of Section II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK.
"NO PARKING. TOW- AWAY" Siqns
Where any restrictions mentioned necessitate temporary prohibition of
parking during construction, the Contractor shall furnish, install,
and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets
have posted "NO PARKING" signs) which he shall post at least forty
(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 -3740, for verification of
posting at least 40 hours in advance of the need of enforcement.
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 of the CalTrans Uniform
Sign Chart.
The Contractor shall print the hours, days and date of closure in
2- inch -high letters and numbers. A sample of the completed sign
shall be approved by the Engineer prior to posting.
Notification to Residents
Between 48 and 55 hours before closing a section of street or alley
or restricting vehicular access to garages or parking spaces, the
Contractor shall distribute to each affected address a written
notice stating when construction operations will start and approxi-
mately when vehicular accessibility will be restored. The written
notices will be prepared by the Engineer. The Contractor shall
insert the applicable dates and time at the time he distributes the
0
• SP4of6
notices. Errors in distribution, false starts, acts of God, strikes
or other alterations of the schedule will require Contractor renotifi-
cation using an explanatory letter furnished by the Engineer.
VI. CONSTRUCTION DETAILS
A. Cold Plane Existing Pavement
The Contractor shall cold plane 5- foot -wide by 1 -inch deep wedges
along existing edges of PCC gutters as dimensioned and designated on
the plans. In addition, the Contractor shall cold plane 5- foot -wide
by 1 -inch deep wedges along existing edge of PCC cross gutters and PCC
alley approaches.
The surface of pavement after planing shall be uniformly rough
grooved or ridged. The grade shall not deviate from a suitable
straight edge by more than 3/8 inch at any point
The planer machine shall be specially designed and built to perform
cold planing of bituminous pavement. The cutting drum shall be a
minimum 60- inch -wide with carbide -tip cutting teeth placed in variable
lacing pattern to produce various finishes. The machine shall be
capable of operation at speeds of from 0 to 40 FPM. It shall be self -
propelled and have a water spray at the cutting drum to minimize dust.
The machine shall be capable of removing the material next to the
gutter of the pavement being reconditioned and so designed that the
operator thereof can at all times observe the planing operation
without leaving the controls. The cutting drum shall be adjustable as
to slope and depth and shall deep cut in one pass a maximum of 2
inches without producing fumes, smoke or dust. The planing machine
shall have previously performed satisfactorily on similar work.
The Contractor shall exercise caution to protect existing traffic
detection loops during cold planing operations. The Contractor, at
his own expense, shall repair or replace all damaged traffic detection
loops as a result of his cold planing operation.
The Contractor shall provide a smaller machine to trim areas inac-
cessible to the larger machine at utility covers, curb returns, inter-
sections, and around traffic detection loops. The smaller machine
shall be equipped with a 12- inch -wide cutting drum and be capable of
being positioned without interrupting traffic or pedestrian flow.
During the operation, the Contractor shall sweep the street with
mechanical equipment and remove all loosened material from planed
areas. All loosened material shall be salvaged and taken to a City
yard located at 592 Superior Avenue, Newport Beach, at the end of each
day. The Contractor shall abate dust nuisance by cleaning, sweeping
and sprinkling with water or other means as necessary.
B. Asphalt Concrete
The work shall be done in accordance with Section 302 -5 and 400 -4 of
the Standard Specifications, except as modified and supplemented
below:
• • SP4of6
notices. Errors in distribution, false starts, acts of God, strikes
or other alterations of the schedule will require Contractor renotifi-
cation using an explanatory letter furnished by the Engineer.
VI. CONSTRUCTION DETAILS
A. Cold Plane Existing Pavement
The Contractor shall cold plane 5- foot -wide by 1 -inch deep wedges
along existing edges of PCC gutters as dimensioned and designated on
the plans. In addition, the Contractor shall cold plane 5- foot -wide
by 1 -inch deep wedges along existing edge of PCC cross gutters and PCC
alley approaches.
The surface of pavement after planing shall be uniformly rough
grooved or ridged. The grade shall not deviate from a suitable
straight edge by more than 3/8 inch at any point
The planer machine shall be specially designed and built to perform
cold planing of bituminous pavement. The cutting drum shall be a
minimum 60- inch -wide with carbide -tip cutting teeth placed in variable
lacing pattern to produce various finishes. The machine shall be
capable of operation at speeds of from 0 to 40 FPM. It shall be self -
propelled and have a water spray at the cutting drum to minimize dust.
The machine shall be capable of removing the material next to the
gutter of the pavement being reconditioned and so designed that the
operator thereof can at all times observe the planing operation
without leaving the controls. The cutting drum shall be adjustable as
to slope and depth and shall deep cut in one pass a maximum of 2
inches without producing fumes, smoke or dust. The planing machine
shall have previously performed satisfactorily on similar work.
The Contractor shall exercise caution to protect existing traffic
detection loops during cold planing operations. The Contractor, at
his own expense, shall repair or replace all damaged traffic detection
loops as a result of his cold planing operation.
The Contractor shall provide a smaller machine to trim areas inac-
cessible to the larger machine at utility covers, curb returns, inter-
sections, and around traffic detection loops. The smaller machine
shall be equipped with a 12- inch -wide cutting drum and be capable of
being positioned without interrupting traffic or pedestrian flow.
During the operation, the Contractor shall sweep the street with
mechanical equipment and remove all loosened material from planed
areas. All loosened material shall be salvaged and taken to a City
yard located at 592 Superior Avenue, Newport Beach, at the end of each
day. The Contractor shall abate dust nuisance by cleaning, sweeping
and sprinkling with water or other means as necessary.
B. Asphalt Concrete
The work shall be done in accordance with Section 302 -5 and 400 -4 of
the Standard Specifications, except as modified and supplemented
below:
` . SP5of6
1. The surface shall be free of all dirt, debris, water, and vegeta-
tion prior to overlay.
2. The Contractor shall apply tack coat to all AC work.
3. The asphalt concrete shall be III -C3 -AR -4000 with approximately
5.8 percent paving asphalt. The Contractor shall feather a mini-
mum of five (5) feet when joining existing pavement.
C. Fog Seal
Fog sealing shall be in accordance with applicable portion of CalTrans
Standard Specifications, 1985 edition, Section 37, "Bituminous Seals"
and Asphalt Institute construction leaflet CL -25, "Emulsified Asphalt
Fog Seal, (attached) except as modified and supplemented herein.
1. Application
Prior to applying the 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 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.
2. Material
The emulsified asphalt for the fog seal shall be RS -1 or CQS -1h
unless otherwise approved. The rate of application shall be be-
tween 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
VI -C -3 Application Test.
3. Application Test
The Contractor may be required to fog seal a test section of road-
way approximately 1,000 feet long within the construction limits.
The Contractor shall apply fog seal within the test section in
accordance with all requirements of these Special Provisions. No
further fog seal shall be applied until the test area has been
completed to the satisfaction of the Engineer.
D. Utility Adjustment
The Contractor shall adjust to finished grade all sewer manholes,
sewer cleanouts, water valve covers, storm drain manholes, and survey
monuments. Utility adjustments shall conform to City of Newport Beach
Standard Drawing Nos. Std.- 111 -L, Std. -116 -L and Std.- 511 -L. All
water valves, sewer cleanouts, survey monument and manhole frames and
covers damaged or damaged during adjustment operations shall be
replaced by the Contractor at his expense. In addition, survey monu-
ments shall be tied out and reset.
• • SP6of 6
E. Traffic Striping, Pavement Markings, Raised Pavement Markers and Fire
Hydrant Markers
This item of work shall be done in accordance with Section 210 -1.6
"Paint for Traffic Striping, Pavement Marking 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 1 of Subsection 310 -5.6.7 "Layout, Alignment, and
Spotting" of Standard Specifications for Public Works Construction and
add the following:
The Contractor shall establish control points and perform
all layout, alignment and spotting. The Contractor shall
be responsible for the completeness and accuracy of all
layout alignment and spotting. Traffic striping shall not
vary more than 1/2 inch in 40 feet from the alignment
shown in the plans. The Contractor shall mark or otherwise
delineate the new traffic lanes and pavement markings
within 24 hours after the removal /covering of the existing
striping and markings. No street shall be without the proper
striping over a weekend.
Traffic stripes and pavement markings shall be applied in two
coats. The first coat of paint shall be dry before application of
the second coat.
All labor and materials related to traffic stripes, pavement markings,
and raised pavement markers for removal, painting, and repainting as
shown on the plan shall be included in the "Lump Sum" bid.
All labor and materials related to fire hydrant markers for removal
and replacement as shown in CNB Std. 902 -L shall be included in the
unit price bid.
The Contractor shall clean or replace within 24 hours all raised
pavement buttons and markers covered, damaged, or removed as a result
of the fog seal operation. In addition, the Contractor shall protect
or clean all manhole, valve and monument covers and adjacent PCC curb
and gutter improvements covered by fog seal materials. The
Contractor's method of such protecting and cleaning shall be approved
by the Engineer prior to start of fog seal placement.
I
9
m
', f
), m
/A Wy
? /CE RD.
/z L/,o
L.I
ISY
�4
j4
H
A/OX ST
40jaoT Ex /4T /W UT /L/TiGi IIVATFR KOCVEf
�d
K y
PEQLE P[
A MANAbLEf) AMMIC AMP COVRR TO
^�
f7N /f//EO 6RAq£.
I
1!f/G/JTJ'
TC11004 Ld
rm
Oa `L<Lu - u u
o L� r7 C" 7
Z v U
O o �
tlOLL 'y CN
414QGd -Era OR.
J
C
/NO /C.4716r5 Aee-,4 OF
112 'OYE/?L/4Y
L. Ex. 3'A.G Pvnt
7'yP14,4L SECTION
MT• S
OLEAA/ Y/EW W= 26' ALL OTHERS iVrg 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS
1986 -87 STREET RESURFACING
AND.FOG SEAL PROGRAM C -2632
CONSTRl1CT /0.41 . /Ore-4
(D
COW OLANE 5' x'E06E (Y'BeLaw E6J
' �/P ZO
CONSTRUCT / % =A.0 O ✓ERLAy
O3
40jaoT Ex /4T /W UT /L/TiGi IIVATFR KOCVEf
S.ea' SU.t✓fT MLWUOICNI*' 06wfw .44/0
A MANAbLEf) AMMIC AMP COVRR TO
^�
f7N /f//EO 6RAq£.
®
TRAFF /C STR /OiAq/ f10 ✓iM6VT M.Q*.GMf!
ANO QA /fE0 OAVfMfNT A"0X6" S
SHEET NO.
DATE Z1
APPROVED /i( �/ Y/ 4
PUBLIC WORKS DIRECTOR
R.E. NO. LLIW_
DRAWING No. R -5554 -L
!i
�'QSr
I
�I
�k
4�
AL40N
I /NO/CAT65 4ATEA SEE
OF //Z i0p,47 lly
P
e C
0� C
Q
I= Boo'
OET•4 /G A"
Atf. 5.
S�
Ij fT
i �11
TyP /CAE SECTloo&
A/.75.
layoxwm" 'vg7r5
(D COLO OLANE 5' Wf06E ( /BELOW Eb.
OC0.057RLYT /Jy A.C. O✓E.PL.4y
OAO1US7 EX/5T/.06 I/TA/7M* 1W.4r" WZW.y,
SLQ, 5✓.e✓fy MaW/A"Y* 6EWE.P A00
JiR AfAVAV4ef) AA~ Avo CoYE.P Tc
f!N /J6yE0 ".4AC
57A'/PL 40, WA"f OT, ~.ViA0S
ANO X81 /fC0 DAYfMLYf MAPKERS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT CENTER. DRIVE
1986 -87. STREET RESURFACING_
AND FOG _SEAL .PRQ.GRAAA. _C -2632
3
DRAWN A6 DATE
APPROVED /
PUBLIC WORKS DIRE
R.E. NO.
DRAWING N0. R- 5554 -L
`I
7
THURSDAY- REFUSE COLLECTION
,1
10
n
Of /y; ave LAy /
AD
0 ///> 800'
Cov3reucrov .uorEs
Ol LOLO .0 <ANi 5' Wf06E ( /"BELOW E6.)
OZ LONSTRGL'7 / %j'A.L. O✓ERLAy
O3 AOJU57 EA/5TiN6 UTiUT /C! lWgfER ✓q[vES,
sea, 5 ✓R✓iY 4f4vv4%p✓75, }L✓ER qW0
SO Afq✓ 4E5) iRA/AE IW40 COWER To
IQW /MKIP Q+IR0-1 .
® TRg6�.14 5TR/i/A40/ WeZW Wr Mgf.GMf0
ANO 44 1SEO P41'&AWT MAO"46'
TYP /GAL <SECT /ON
W. r. s. 41,7160-1 wAy
V /5TA DEL ORO W=36/ *MW V /5TA �
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
THE BLUFFS
1986-87 STREET RESURFACING
AND FOG SEAL PROGRAM C-2632
DRAWN M-Cwm DATE
APPROVED
1i "t p
r-T-
TJ
w- 36'
IF W=96 1
4 OF 7
PUBLIC WORKS DIRECTOR
R.E. NO. L1.4"—
DRAWING No. R- 5554 -L
2 3 4
r(D
rr
i L - -
/� A.C. OvERLAy
bp��.: �; ,, p �� TYPicAL SEGTiow
.V.7 5.
r � p
PP PA.oER LANE W= 33'
✓ER LAwE W = 33'
ANN /✓ERSAaY 44.1e W- 29'
�" � \60LOEw G✓.PGLE W= 33
y �
w
_
/"=Zoo,
® /NO /GATE'S AREA Oi
/h, ovERLAy
(OA15T, eMT /O.1 .1149fE5
OCOCK PLANE 5I✓ED6E ( /"LaECOr, E6)
OCONSTR(KT / %j'q.G. O✓ERCRy
O3 Wj03T EX /47,A/6 afwT/Ei ewwrER ✓NC✓ES,
$CO., 5 ✓4l✓fy AfaVZeV&V75, 36o✓ER .4:10
S R MAVA04,M) FRA/A6 A V GOER TO
® TR.4FF /G STR / //Mfg NO ✓!M6✓7,N.R,f,GMlS
R,VO :PR 1SG0 ROYEMWr AfAeXeR5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ANNIVERSARY TRACT
1986 -87 STREET RESURFACING
AND FOG SEAL PROGRAM C -2632.
APPROVED
DATE ?- /l 87
PUBLIC WORKS DIRECTOR_ _
R. E. N0,
DRAWING No. R- 5554 -L
r �
12
w
w
Ir
0
m
f
a
/cT
�d
*N
a:)
aIr
NV
m
�rn
-a
I r
. o
SAN JOAQUIN
�r
Imo-
i
I•
INDICATES AREA OF FOG SEAL
•
HILLS
•� t
�.t
�! V
OW oil
+ft _p. QS .. •f �.
`ley •' �F �9 F.�11
'..;
Y'
♦;�� /f �,
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
VIA LIDO, LIDO ISLE a
SAN JOAQUIN HILLS ROAD 1986 -87 STREET
RESURFACING AND FOG SEAL PROGRAM
SHEET NO.6 OF 7
DRAWN R.6. DATE 1-17 -87
APPROVED
PUBLIC WORKS DIRI
R.E. NO
DRAWING NO. R- 5554 -L
0
w
7'P 1,CA1- -4TREET .SECT /OW
.U. r5.
,XjAN J044q //N 111LL5 fOAO i✓= 36'
Y%A Iwo W= ?B', 1114 ANT /9ES w =3f'
TyP /CAL 67,.ZEET SECTiaw
IN L100 /54E AREA
N. 75.
11 1,4 AeAWO� ✓14 iiPENZE, ✓/A 6„pAZ /ANA, A.✓O C/.PGLB zilRitH W= /6'
Y/A f/~d, ✓/A A10ACN, ✓/A OR✓/Ef0 , ✓/A $AN Re/m, I/lA WA2 /6Q5,
Y/A OOO.PTO AND ✓/A MA6A6.4 W = 22'
.?Elt?.41AI 16 STREETS l.V L 1,00 /SGE 4,P6A W= 20'
CONSTRUCT /O.V A410r.C$
4 TPAarll „SY.P/PnV6 .4,410 4A✓EMENT MARA- IAI*'S
f
AP,oL y F06 SEAL ON EX 107/N6 67,0 / 6R40E A0PI1A[7
PA✓EMENT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1986 -87
STREET RESURFACING AND
FOG SEAL PROGRAM C -2632
SHEET
DATE
APPROVED
PUBLIC WORKS DIRECTOR_
R. E. NO. (��
DRAWING No. R- 5554-L
(I
\
a V ril
tia 0' co
s� h444 o
0/
O
O
30ry
�``� 0 j
x --
i�a� z� D
L,-I z
z
1�. r-
l f VIA
FLORENCE
'VIA FERMO
F9
Zr •.
vp
JAI
s
(nJ
O
SCALE I" =800' Cs 3
i
TUESDAY — REFUSE COLLECTION
SWEEPING SCHEDULE
TUESDAY ..................••
FRIDAY - - - --
0
INDICATES TRAFFIC FLOW
I�
P 6 C- sst-OtaP
JtP epP
J \P 0Soo
J \P
a �1 1
N
J `N 0
t
'40, c0
pEN1p
Et p
JtP GENO � tpNP
. Jtp NpCP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LIDO ISLAND
STREET SWEEPING SCHEDULE AND
TRAFFIC FLOW PATTERNS
J J p �0P0N
�. JtP t,OROp NS
!� JtP ME'Nt0 .
\P
Jtp O�-4
,pP Ppt'�
�J \P. 1§0
C JtP O 6NNp
P
O JtP so PS'(�
JtP NOtN
y�90 J V 4\ 11
o Jf.P S .
-4 tP
J \P �pN
Jtp�l���p
JtP
: �tCN
1
JtP'
0`-
,5�'•
oil
^ . 1JPtCN
DRAWN R6 DATE
APPROVED it n
PUBLIC WORKS DIREC,jO$__
R.E. NO. (
DRAWING NO. EXHIBIT
i
Z
U
LL
Q
N
Z
Q
a
N
N11
om
t
N d
Q �
d N
F C
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 (' /a 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�
�e
d
NN
N
ib
�b
G
IC
N
1A
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 (707 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.
ife
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 September 1, 1979)
EASTERN DIVISION
WASHINGTON, D.C. 20014 -4733 Bethesda Ave., (301) 654 -5324, Connecticut.
Delaware, District of Columbia, Kentucky, Maine, Maryland, Massachu:
Setts, 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. 01016),
(201) 272 -3660, New York City, Westchester County, Long Island, Delaware,
New Jersey
SYRACUSE, N.Y. 13066 -7000 E. Genesee St., Fayetteville, N.Y. (315) 4454333,
New York State except New York City, Westchester County, Long Island
BOSTON, MASS. (Address: 5S9 North AYe., Door 9, Wakefield 018801,
(617) 245 -6046, Connecticut, Maine. Massachusetts, New Hampshire,
Rhode Island, Vermont.
HARRISBURG, PA. 17109 -13 North Progress Ave., (717) $45.4713, Pennsylvania
COLUMBUS, OHIO 43215 -41 S. High St., Suite 101, (614) 224.3265, Ohio
LOUISVILLE, KY. 40207 -4050 Westport Rd., (502) 895 -6966, Kentucky, West
Virginia
RICHMOND, VA. 23230 -2120 Staples Mill Road, (804) 353.3826, District of Co.
lumbia, Maryland, Virginia
SOUTHERN DIVISION
JACKSON, MISS. 39206 -415 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. 80K 4007 (5318 John F. Kennedy
Blvd.), (501) 758 -0484, Arkansas, Oklahoma
MONTGOMERY, ALA. 36104 -800 South McDonough St., (205) 264 -3588, Ala.
bama. Tennessee (except Memphis)
TALLAHASSEE, FLA. 32303 -2639 North Monroe, Ste. 15, (904) 385.7822,
Florida. Georgia
�..� RALEIGH, N.C. 27605 -2016 Cameron St., (919) 828.5998, North Carolina, South
Carolina
�' l
NORTHERN DIVISION
CHICAGO, ILL. 60018 -2400 E. Devon Ave., Suite 254, Des Plaines (312) 297 -5907,
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) 646.9146, Indiana
MINNEAPOLIS, MINN. 55422 -5100 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 SL, Suite 305, (3141 635 -1181,
Missouri (except St. LOUIS County), Kansas
OMAHA, NEBR. 68132 -6901 Dodge St., Room 105, (4112) 556 -4811, Nebraska,
Iowa, South Dakota
DENVER, COLO. 80215 -1401 Saulsbury, Suite 2D5, (303) 238 -3411, Colorado.
Utah, Wyoming
LANSING, MICH. 48912 -416 Frandor Ave., Suite 205, (517) 351 -6543, Michigan
SPRINGFIELD, ILL. 627041035 Outer Park Dr., Suite 413, (217)787 -7658,
Illinois (outside of Chicago), St. Louis County, Missouri
PACIFIC COAST DIVISION
SACRAMENTO, CALIF. 95815 -1796 Tribute Road, (916) 9224507, Alaska, Ari-
zona, California, Hawaii, Nevada, New Mexico, Oregon, Western Texas (El
Paso area), Washington
LOS ANGELES, CALIF.-Address: 4201 Long Beach Blvd., Suite 230, Long
Beach 90807), (213) 427.7985, Southern California
PHOENIX, ARIZ. 851116 -3625 N. 164h St., (602) 266.2516, Arizona, New Mexico,
Western Texas
PORTLAND, ORE. 97C05 -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.
a
'LEASE READ
IMPORTANT INFORMATION INSIDE
CHANGES TO
REFUSE COLLECTION SCHEDULE
AND
SEPARATE NEWSPAPER COLLECTION SCHEDULE
A z
o W
W a
Z0 0waw0a ��,�o
lz a+ d w as a�� �� 58�,
0 N
o m
V S
s
C1CiFORN�r
PLEASE READ
IMPORTANT INFORMATION INSIDE
CHANGES TO
REFUSE COLLECTION SCHEDULE
AND
SEPARATE NEWSPAPER COLLECTION SCHEDULE
ru
iq
H
N
C-) 0
x o
m c
v a
mA
m A
N n
x
A H
< V1
m
Z
zo
O -i
W Z
m n
m r
Z O
C-) m
xv
zo
mz
O -4
x
LA
r
N
C3
0
c
m
m
m
c
N
M
D
z
C-)
z
M
CA
In
D
v
m
n
0
r
r
m
C-)
-1
0
z
A Ol rt •-+
n� ct x
o. N n
N l< •--• w D -1
n N N -1 N rt w 6 F:
a=r -h
o J•o o
a=r
n 0 -h -0 s
o 7-n sn ::rm F J•
v p. m
3
<< o -•
, c w -s m
N J. x w w ((D rt
3 1 (<
7 m
N c
m -t << w J.
rt N m n S
w G) 0
m o 0
— -s
n 0 0- 0
o- .v �r +
;a
O w c
n - j£
O- (D
c =a S
CD C n c M. J- rr
m
O
1 7 N
C
m n °,-01 7
-h
w m c
'q
CY) (7D >-
-h
o-
m
'O m I-UI (D
C
7 7 a
or
O rt r< -t
m N
N C w to
m y 7 N (n rt
--hLQ
m
O- a<
7= N
m
(4-1 ct -(D
n 0 m c -+
n
w m -J(D
r< rt
(D w
N 7 a
N
m n
Smm Sw
a w m OJ £
r4< O m -h �7
-6 J• "S O D w 1.0
O
r y
£ (n to
n w << -1
& O
< D v J.
< o. F 't Z N rt -$
r Z
rt (D (D 7
7- -h m
7
(D Z J -n
(D m ct O N w
m O
�m -sic
m -h rt
o rt
vN i •w
v =gin w
n n
7 j.�
CD
w
ci 7
N tir m -r w w m J• N
-{ x
C
12 N
h
O Z 7 (< n 1 7
I7
m 0 m n 7(D
•� m a
rt n c
— rt a 7r
7
rt m 0 (D
i 7 -) O- -00
C)
T =mw
mm7m
or
Zrt�o0
< mwwA3rtJ
zDG7
i m N
a G
NO 7
w m 7
rt
n N
N
N •- N 3
0 a rt l a w
N P N
CL 7 0 1-
-70, rt
V
m D 7 rt (< m
m 3 N m --1 7 rf
n-4
w O m 0
a-1 rt 0
w
7 -D n m
O m 'S w m m n 7
x m -4
r< c13 7
7(D S
D7
m�nw m
-1 •) n J•m
m O
• z w N
10 no m*0
30-
n .p7c a -h
m n or Zm rt
OZ
N -+
m N r<
O_ J• a�
O w w m N r< 7
a
rt
N+ m
o 7
as n 7 —m
m� —w zN c
m
r�
0 3v
• 3 w
7 m
7 C) 0- J•n
-h �w (n0 o 3
m N
-h m
O N
w
£
to r rt m rt
-h m 7 0 v ') M y
(n .o
7 m
-h1< m
n N
m r 0 7- N J.
J. o n e arc m
D
v rt D1
Ov
c.m7 -•• <
n rtm v zn
N
rt 7-O'
�w
n N rt m
-.0 rtmrt m
m
a w m
S a (D
0
--i ct O
m -$ rt 7 ;O O F O
A
a rt
m<
fQ m
•-• o- V• 0
7 N� m -o M
n
N m N
5 i
O-- 'f cf 7
rt m n O
0
m-
N
Z N
=
a
p.
n O 3
w 7 F� a rt
Ct
d
F(D
7
-• S N Sj
7 0. o 7
�
o
-•- (D }BLS
n -S (< �n
�c • m
.
C-)
A
nn z
°s 3 m
o m v
7 0
w 1
x o
x J.
.I. =
(o s x
c
no
IV 7 N
7
o 0 N O
D
N -<
(n
. n
S D
=c z
0 G)
N m
• v
0 -1
O O
= O
F
N
7
CL
3
=o
7
=o
m
=w
n
3
O
e7
rt
s
n
D
:-. m o- a. z
< wto(0 m
0
m Jw w 1
7 7 O
m � o o S
7 0 7 7 m
-s v
w Z
n o 0 m
m F (n
=r D
O .<
10(1 to
m�
E x
=w D
CL z
0
M
v
0
-a
r p
toF
7
N
: = 7
o.
3
=0
7
-h
m
n
3
0
rt
C-)
_
A
•-• gcD� z
- IV- sv�N<mv�» m
•w m` rtJ -n v
7 Q• y rD w
-hm� N m
aoA iaaw In °
s 3< D O m 7 w -1
F: - N 3� w l w m
m m x w
1 N rt 0 ... --1 • O
N rt O — -1 'f D
'3 J. < . p1 . .<
J.
-0 J•(D 0-a 7 rt, to
c hN m<< m
S 0 7 m
CD N .
w rr 0 x 0 rr .
w o -% -- N o
v3O w -1•
w O 7 c
i < rt N
J• m w rt . . .
m 7
l •
r)
m z
N G)
• m
v
M
o -1
J
E
La
0
w
=i
CL
3
_ _ = =0
7
m
w
3
O
= 7
rt
s
n
A
woDVi z
< 0 m
o v
o R. CL a 0
a -1 -(
m v r+ o
n w -t
O w I. N 3
< n < nr 0
m sm o z
N Z v
0 m A
O N -<
o' . V7
. x .
3
M .
w
p .
n
W 2
a z
G)
0 m
o v
= 7
CL �
w o
_ =o
-fi
m
w
s
3
O
ri
m
m
C
N
m
z
m
s
N
A
V
m
z
to
C-)
X
D
z
m
N
.)
0
m
m
C
N
M
C-)
C)
r
r
m
n
O
Z
A
Z
0
N
m
v
a
M
z
m
3c
to
v
a
m
m
A
CD
0
r
r
m
n
-i
O
z
n
x
m
v
c
r
m
z
cm
a
� W
z�
H
cm
f
a
zW WazW PQ 0
wax a3ax
yoAJIIO ` pU tWl�Wa0U
U�
IL
0
W
D
N
W
V
oc
W
H
J
Q
Q
W
W
C7
a b
E
Y N u M I
d I Z w
L M O O m
N
W I
d
I P
9
..1 O
H N L
d G
u
Q O Y
N O
W
U W L N 9 b N V N
R F W y
W O C
G N
z
H F3dUVF 1 VOV HN
w W STU O
F .o .r
N L3Y
'D W +i
L
Z N
O .Z
� N
d U Z
T CO N d u L
1' O 0 V N d F V O N d
Y
A> O 2=
F
P. m N a O G o d N •N W
o 3¢
a v W m
L tN. j j u
3 N n y N I+ O q H
E W W c0
Y N d I +J Z N
W d 6 d
d O
I"I�
N X
N u Y M O c
>.OU V UWNd 6w dL.f
N+I dC L
NO.
M
N dFC
d w eiJ •I w
O O O O N O 6 O
W M O O
N N G N 41 R
0 0 a
Z O Pi C
_
to ME
O
M JE
to
ME
a�
a s
Q
n
n
0
4
W °
A U q YO y p5
U W d W O a
m N ] d y u
N „ Y
O JT
WW O T.Pq B d y
O y y u
W m P F N u
W Z m L d WN O O 4 Y fl L 3 O E a � '-� v c IW 3 a •y
W m Y a O 4 M 4 C F W 'O r1
'.O W Z W ti O W 2 O O> P Y d O O W W> F LW m M x Y 4 0 0 0 4 m 9 •-� H v1
R F O 5 NM F•OUOm aF TTwWCUp x >FWO Mµ .fV K»F
s' C Y •y 4 U V d g m a b U= mu O Y] m R 4 O E G F M N C d 4 4 Y M
6 Y y O O a Vl O T N X W Y C V U y m F O F O Z
O N T m Y 9 0£ Q x +1 a T£ i m m m a a •'I b E Y 4£ 6 0 N N 4 �. C M 4
O N M L G L Y N FY ..
>• 'S V mU V mm mm(+1 FFmm UU 2 V m'a •]S •✓ICJ YF 2
4
r
Y •
W 4' y q 4 '•� 4 M
x V sP w m
N rl Z h u M
Z O W u O 0 ] m C V
O V
i-lP 6� P� 0 5m Y u u n u•w w
2 FGq
N 2 m C W 0 u m F L M C •T 6 3 a M q v F x d Y
P W C u Y g O C N C« >.�
C m � 6 p W �O M a x.r dmUgF „Nm u v N M'O .0 <W4 U
Q 3 x VI H 4 N O 4 W N T Y u m > a m d N 1
>• W O d O y 5 C a W m£ ry O O O V O M > g G m 4 F
Oy y Y N { Oy 9 L q A V E
i• n v V a � 'O T 3 W N nFl y (C C M 4 N 4 L d M m C O Q !.: i.
TY O n I C W
'O O, u £ W V 9 G 1 N O L C
O •� ° d m5 9 m V b g N Y w O N v 3 C q Y TN Y O G q ti O t •-1 Y
M N C a •'4 W L O¢ 5 O U 'J ] y 9 m w w a u a] d
T O Z U 3 E E 1 N U d 4 'J d •i u u N� d V N M t V 6
V M d V O 6 M O O F O (y n
.-I egiY 64 ]M qfL rTY~ q� O drroy C'O 'rl F d
d a R M N i• W V U O M
u .0 6 6 F m 1'I N V U a Y N N M C N rY 5 n U T L U d W F
0 0 9 T vN m nc M N q d y� C J v1 4 6 V O F O g y ro d Y M C N> T W O
V 0
•i M M p 9 W y d> V d J p U •r1 W u1 6 d X V Pry N C •'1
d N U O n'1 •i 4 C D vi W m d O u d O W u Y a u M F '1 q
N d O O p N ] m >� N M Y 4 u U a 9 '+� A C O •n 9 a W L O u O d T N M C �
9 a ti Y 6 O Q £ G• O L' p O. F L C N y U J] N 0. u C d Sl .G y u M
L ti d Y T P Y W 4 U O d R m C L d d d d 4 ry U a T
N u O g a d d E C 2 L U d 6 M M M y L V Y N q J O N m N 6 N 9 a d O g Y N M a U] L N A
Y V u Op WO ] V y U C vl ] N] L u u M y d 6 y u 4
3 N 00 N 4 •6 O.w O d
•1 O a N y F d W V F d a O d 0 W •1 3 d q O u u O N M D 4 C N L C p mJ.
2 U L W N N N m V a Z 0 F N Y Y L N M N i-I ,F d L C C iL L M E L 6 F M O N
4 N 9 O N M] 4 6
O�4t+l ryW uu�WU EN did q marl mq C M a O
O p 3 L F O O N eA1 Y O
J mm 6 4. 9 4 M Y N N y ry a Y O Y Y u O N N
p
4 O F O T V 3 d m 6 4 W C o y C O N a C q d W C M C t C O L G d u
a C 9] C E4 M
20 U F 3 M ] +� u •1 n d L U
H .-I O d 6 u n M ] W� S a m L A T j d N
d iti C d > J u
y w T T Q F pQ. d P N N T Y C n C yy C p Tp V C U 4 V C .0 9 C d yN C iC ti C b
O N O 'MO O 5 S tD E L 6 W V m OMO d U V N g U u 3 O dry O d NO O
C g U u m E J
m L
6 ti V
O• g a y u F b W
P• 3 q a .r a s
Vl Z W] O dry V p V
Z F QiZpi C P ti P� O O
6 O W] V +1 C V y W
V O m a u 0. u w� O 3•
F• j'F u .dL' ) d u N z
au Oin q y Y
V N T Z G � O ro -y •A T
NO V roF .+ a d.ay U W e
4. dIUtl .rot LgIL d m ro
M N u
K LNN mO�.y u]i JdC
F U Y w 6 Y L Y i 6
b
Yml d
a >
M M
'WL u
4 d
O N M
O 6 u
C 4 L
o ma
D N
0.0
u M
C V O
r a
40. CwN
W a 4 q u
m N O a
W W d F 4 O
aGOS -+a4
q a
ry s L z v m m
E W N qY 9
YO 5 E d y u
F 9 u g M W W
Y D F o 0 0
O T E M d d
T g O d d L q
G W ma
d n m
E Q,x6P N' 9 y
d O O u In O>
9 G 1W1 Y Y
a U U o Q a a
d �� pygNl ,.mi u
W U U W Z G O
4
„ n ,
O c P
O W C V
00. ogaW
Li. 6
O Vl 6 d
A �xy aP_
L u
mz `z
d Y M�LI
O N V ) t
Y. W
ONLVW•
m OC R
E„ O LL a d
d d L R a Y
Y •Ci .y y d Z
F 6 ) C u £
O m 4 ] V
tL. M O> 'cr y Qg Y
•Op a C P L "L 6 N VOi O
.0 N O u ° CW hKNi w 3
W Y31 >. O L
C Z d F n > V Y Z
Y] y W ++ >• C w P
O T C.N.1 C
E „uY.A In
C d m C C > rql O
q.y u IaU Fsu
w V N v i 3 .TU y u
ra
April 8, 1987
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: STREET RESURFACING AND FOG SEAL PROGRAM
(C -2632)
Attached are the original and three copies
of the subject contract documents. Please
have them executed on behalf of the City,
retain the original and return the three
copies to this office.
Gilbert Wong
Project Engineer
GW:jd
Att.
•
•
•
E
TO: CITY COUNCIL
FROM: Public Works Department
F-1
March 23, 1987
BY THE CITY COUNCIL CITY COUNCIL AGENDA
CITY 0= NRYPO€IT BFPr.4ITEM NO. F -3(a)
MAR 23 }987
. APPROVED
SUBJECT: 1986 -87 STREET RESURFACING AND FOG SEAL PROGRAM, C -2632
RECOMMENDATION:
Award Contract No. 2632 to Blair Paving, Inc. for the total price of
$549,401, and authorize the Mayor and the City Clerk to execute the
contract.
DISCUSSION:
At 11:00 A.M. on March 12, 1987, the City Clerk opened and read the
following bids for this project:
Bidder
Amount Bid
Low Blair Paving, Inc $549,000
2 Sully- Miller Contracting Co. 551,515
3 Vernon Paving Co. 552,920
4 Griffith Co. 559,320
5 Industrial Asphalt 614,638
The low bid is 8.4% under the Engineer's estimate of $600,000. The
low bidder, Blair Paving, Inc. is a well - qualified contractor who has success-
fully completed previous projects for the City.
This project provides for resurfacing streets in Anniversary Tract,
the Bluffs, Newport Heights and Newport Center Drive, and fog sealing Via Lido,
streets on Lido Isle, and San Joaquin Hills Road (see attached Exhibit).
The project is part of a continuing street maintenance program. The
resurfacing will provide a smooth - riding surface with an adequate structural
section for present and future traffic demands. The fog seal will extend pave-
ment life and delay the need for major maintenance.
0 0
March 23, 1987
Subject: 1986 -87 Street Resurfacing and Fog Seal Program, C -2632
Page 2
• Funding for award is proposed from the following accounts:
Account Description Account No. Amount
Street /Bikeway /Parking Lot
Pavement Marking Program 02- 3386 -410 $ 25,000
State Gas Tax Fund 2126 (SB 300) 24- 3397 -001 229,495
State Gas Tax Fund 2127 (SB 300) 24- 3322 -006 214,050
Koll Center /Newport Place
Resurfacing 02- 3397 -404 80,856
Total $549,401
The plans and specifications were prepared by the Public Works
Department. The estimate date of completion is June 15, 1987.
f O k4
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
•
•
•
C
• 3
��I I
r�
7w
LOCATIONS
CITY OF NEWPORT BEAC
PUBLIC WORKS DEPARTMENT
1986-87
STREET RESURFACING AND
FOG SEAL PROGRAM C -263'
DRAWN 456. DATE Z /I / /97
APPROVED
G.W.
PUBLIC WORKS
DRAWING NO. EXHIBIT
• BY T. +lI CTs (: U 4 C R L
February 23, 1987
C"TY (); ItiE" "PT RE'I" CITY COUNCIL AGENDA �
ITEM NO. F -11
FEB 23 5987
TO: CITY COUNCIL APPROVED
FROM: Public Works Department i
SUBJECT: 1986 -1987 STREET RESURFACING AND FOG SEAL PROGRAM (C -2632)
RECOMMENDATIONS:
1. Approve the Plans and Special Provisions.
2. yAuutho�rize, the City Clerk to to be opened at
_17 70IlZ_
DISCUSSION:
• This project provides for resurfacing streets in Anniversary Tract,
the Bluffs, Newport Heights and Newport Center Drive, and fog sealing Via Lido,
streets on Lido Isle, and San Joaquin Hills Road (see attached Exhibit).
The project is part of a continuing street maintenance program. The
resurfacing will provide a smooth - riding surface with an adequate structural
section for present and future traffic demands. The fog seal will extend pave-
ment life and delay the need for major maintenance.
The estimated cost of work is $600,000. Sufficient funds to award
this amount are available in the Street, Alley & Bikeway Slurry Seal Program,
the SB 300 Maintenance & Reconstruction account, the Street Striping & Pavement
Marking Program, and the Koll Center & Newport Place Resurfacing account.
The plans and specifications were prepared by the Public Works
Department. The estimate date of completion is May 30, 1987.
a'-' Jk4
• Benjamin B. Nolan
Public Works Director
LD /bjm
Attachment
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1986-87
STREET RESURFACING AND
FOG SEAL PROGRAM C -2632
DRAWN R.6. DATE Z111IB7
APPROVED
G.W.
PUBLIC WORKS
DRAWING No. EXHIBIT
Authorized to Publish Advertisements of all km including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961, and
A•- 24831, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange D�oec Noeu �a.an,a,np co. «w
Oy mn am0aal a aN in 1 ppnl
.On 10 D�cr column ri0111
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 knterested 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 Inviting Bids
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 On —et i_me
zonsaautare weeks to wit the issue(s) of
25 . 198 7
198
198_
198—
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on February 25 198 7
at Costa Mesa, California.
Signature
•
P= NOTICE
NOTICE[
Based�Mds Fray be w
calved at dte oMbe of this
on the 121h 4
1987, or whk
bide shall be
read for
T8b of Pro
STREET RE'.
a by the City
i 23rd day of Feb -
E. R000kN City
rrayOpaLTwe DmGare may
obteln one sat of bid docu-
ments, at no cost at the of lo,
of the Public Works Depart-
ment, 3300 Newport
Boulevard. P.O. Box 1768,
Newport Beach, CA
92658-8915.
For further, Infortas9ort,
call Gilbert Wong, Project
Manager at 544 -3311.
PubBehed Orange Coast
Daily Pilot February 25,1987
W515
.3 L7 J PROOF OF PUBLICATION �/� "