Loading...
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 �/� "