HomeMy WebLinkAboutC-2785 - 1989-90 Street and Slurry Seal ProgramCITY'OF NEWPORT BIACH
March 28, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Pavement Coatings Co.
P.O. Box 1491
Cypress, CA 90630
(714) 6443005
Subject: Surety: Fidelity and Deposit Company of Maryland
Bonds No.: 30138195
Contract No.: C -2785
Project: 1989 -90 Street and Miscellaneous Slurry
Seal Program
The City Council of Newport Beach on February 25, 1991 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on March 4,
1991, Reference No. 91- 097158.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY A I ZO9rl
EC ND
WHEN RECORDED RETURN TO: RECMNO RWtasrcm
GOVERNMENT CODE 6103
City Cler /
City of Nek wp rt Beach
3300 Newport Boulevard M
Newport Beach, CA'92663 Cl4
NOTiCF. OF COMPLETION
PUBLIC WORKS
'I o All Laborers and Material Men and to Every Other Person Inte
YOU WILL PLEASE TAKE NOTICE that on October 12, 1
the Public Works project consisting of 1989 -90 Street and Miscell
Seal Program (C -2785)
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY. CALIFORNIA
2:30
P.M. MAR 41991
9eelj � .
4n ?%, 0
on which Pavement Coatings Co., P.O. Box 1491, Cypress, .CA 90630.
was the contractor, and Fidelity and Deposit Company of Maryland 225 South Lake Avenue .
was the surety, was completed. Pasadena, CA 91101
VERIFICATION
I, the undersigned, say:
CIT F NEWPORT BFA H
f
a P44/
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 February 28, 1991 at Newport Beach, California.
Pu lic ors 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 February 25, 1991 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 February 28, 1991 at Newport Beach, California.
EO I a 3000 THWOR3,403
J
February 25, 1991
,f BY THE CITY CO t�Y COUNCIL AGENDA
OF TF:EB NEm'Pn;l NO. F -12
TO: City Council 2 51991
FROM: Public Works Department APPROVED
SUBJECT: ACCEPTANCE OF 1989 -90 STREET AND MISCELLANEOUS SLURRY
SEAL PROGRAM (C -2785)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the - lark - to file, a Notice of
Completion.
3. Authorize the City Clerk to release the bonds 35
days after the Notice of Completion has been
recorded in accordance with applicable portions of
the Civil Code.
DISCUSSION:
The contract for the 1989 -90 Street and Miscellaneous
Slurry Seal Program has been completed to the satisfaction of the
Public Works Department.
The bid price was $117,381.00
Amount of unit price items constructed 118,838.80
Amount of change orders -0-
Total contract cost $118,838.80
Funds for the project were budgeted in the General Fund,
Account No. 02- 3389 -014.
The contractor is Pavement Coating Company of Cypress.
The contract date of completion was October 12, 1990. The
contractor was delayed initially by an area wide shortage of
aggregate and later by a shortage of asphalt as a result of the
Middle East war. All work including cleanup was completed by
January 15, 1991.
Benjamin B. Nolan
Public Works Director
PD: so
PAV &ENT COATING&
WMA
RESURFACING �� �.' -. WESTERN MOBILEHOME ASSOCIATION
RECEIC
�� BY THE CITY COUNCIL
SEP CITY OF NEWPORT BEACH
September 13, 1990 `',`\ SEP 2 4 1990
z
To The Honorable Mayor and City Council
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
We are under contract with the City of Newport Beach for the
1989 -90 Street Maintenance and Miscellaneous Slurry Seal
Program.
Our contract was signed July 6, 1990. Since this date, as
I'm sure you are aware, the Middle East crisis has occurred
and drastically effected the price of crude oil. Crude oil
is the primary ingredient in the making of Slurry Seal.
The purpose of this letter is to request a price increase of
$4.00 per ton. Currently we are paying $140.00 per ton for
emulsion, as opposed to the price at the time of our bid
which was $120.00 per ton. One ton of oil makes 5 tons of
Slurry Seal, therefore a $20.00 difference in 5 tons of
Slurry makes a $4.00 price difference. This would effect
your contract for the amount of $3,880.00.
Our supplier has in the past given us price protection on our
jobs -on -hand. This protection ceased to exist on August 13,
1990, due to the instability in the Middle East, and the
panic it has caused. The supplier's are also at the mercy of
the Big Oil Company's and are calling for an investigation
into the price of crude oil.
In the meantime, the small contractor can and will be put out
of business if we have to pay higher prices for our materials
and sell the product to the City at a lower price. I don't
believe it's your intention to have independent contractor's
carry the burden alone. We will absorb all other inflated
cost's of fuel etc. and are asking you to pay only the exact
cost of the oil. All invoices will be supplied if you agree
to our proposal. In turn, when the climate changes and the
prices drop, the savings will be passed onto you.
CONTRACTOR'S LICENSE NO. 303609
P.O, BOX 1491 . CYPRESS, CALIFORNIA 90630.1491 • (774) 826 -3011
. 19, .
Although this may seem like we are asking for a small amount
but it adds up. Our contract's -on -hand done at the contract
bid price and paid at the current oil price would costs us
approximately $20,000.00, which is a huge burden on a small
company such as ours.
Please consider our request immediately as the future of our
company and our ability to continue to perform is in
jeopardy.
Thank you in advance for your time and consideration. If you
require further information or would like to discuss this
issue personally, please do not hesitate to call me at
714/826 -3011.
Sincerely,
PAVEMENT COATINGS CO.
Marsha Coolidge
President
cc: Bob Wynn, City Manager
Ben Nolan, Director of Public Works
Gil Wong, Project Engineer
'�Z
CITY OF NEWPORT BEACH
September 17, 1990
PUBLIC WORKS DEPARTMENT
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
(714) 644 -3311
Pavement Coatings Co.
P.O. Box 1491
Cypress, CA 90630 -1491
Attention: Marsha Coolidge, President
Subject: 1989 -90 Street and Miscellaneous Slurry Seal Program,
C -2785
Gentlemen:
Reference is made to Ms. Coolidge's letter dated September 13, 1990,
requesting a unit price increase of $4.00 per extra long ton of slurry seal.
In response to your letter, we have consulted with our City Attorney's office
regarding State law.
Although the City is sympathetic with your company's increasing asphalt
emulsion coats as a result of instability in the Middle East, we have no
alternative but to deny your request for the following reasons:
1. The contract completion date is October 12, 1990, and approximately
20% of the work along Balboa Peninsula and West Newport is to be
done after September 9, 1990. Since the contract was awarded on
June 25, 1990, your company had ample time to complete
approximately 80% of the work by August 13, 1990, the date of your
emulsion cost increase. The decision to perform all work at a
later date was solely yours.
2. Our contract documents contain no mechanism to raise or lower unit
prices in order to compensate the Contractor for increases in
material cost. To-create such a mechanism at this point would be
unfair to the unsuccessful bidders on this project and would
violate State statutes.
Again, we regret the circumstances that will cause your company to pay
higher- than - anticipated emulsion costs, but we cannot revise our contract
prices.
Very truly yours,
— r ,1 J kz
Benjamin B. Nolan
Public Works Director
GW:so
3300 Newport Boulevard, Newport Beach
0 d
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
7 - /7 —yo
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: July 17, 1990
SUBJECT: Contract No. C -2785
Description of Contract
Slurry Seal Program
1989 -90 Street and Miscellaneous
Effective date of Contract July 16, 1990
Authorized by Minute Action, approved on June 25, 1990
Contract with Pavement Coatings Co.
Address P.O. Box 1491
Cypress, CA 90630
Amount of Contract $117,381.00
Z� " 6e ,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3.300 N
STREET
ive
O.
C -2785
Contract
$90.000
gineer s' Estimate
mead
CITY CLERK
• PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
1989 -90 STREET AND MISCELLANEOUS SLURRY SEAL PROGRAM
CONTRACT NO. 2785
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete this Contract No. 2785 in accordance with
the Plans and Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item
of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
. 205 Furnish all labor, equipment, and
Extra Long materials, and perform all work
Tons necessary to prepare for and apply
Type I slurry seal on streets per
Sheet No. 2 and No. 4 (R- 5613 -L)
@ Eighty -Seven Dollars
and
Forty -Eight Cents $ 87.48 $ 17,933.40
Per Extra Long Ton
2. 370 Furnish all labor, equipment, and
Extra Long materials, and perform all work
Tons necessary to prepare for and apply
Type II slurry seal on Pacific
View Drive, Marguerite Avenue,
and San Joaquin Hills Road per
Sheet No. 4 (R- 5613 -L)
@ Eighty -Seven Dollars
and
Forty -Eight Cents $87.48 $32,367.60
Per Extra Long Ton
j • PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 235 Furnish all labor, equipment, and
Extra Long materials, and perform all work
Tons necessary to prepare for and apply
Type I slurry seal on parking lots,
walk paths, bikeways, etc., per
sheets No. 2,3,4,& 5 (R- 5613 -L)
@ One Hundred Eighteen Dollars
and
No Cents $ 118.00 $27,73 0.00
Per Extra Long Ton
4. 160 Furnish all labor, equipment and
Extra Long materials, and perform all work
Tons necessary to prepare for and apply
Type II slurry seal on Utilities
Yard and Big Canyon Reservoir per
sheets No. 2 and No. 4 (R- 5613 -L)
@ One Hundred Eighteen Dollars
and
No Cents $ 118.00 $ 18,880.00
Per Extra Long Ton
5. Lump Sum Traffic Striping and Pavement
Markings
Twenty Thousand
Four
@ Hundred Seventy
Dollars
and
No
Cents
$20,470.00
Per Lump Sum
One Hundred
Seventeen Thousand Three
Hundred
Eighty -One
Dollars
and
No
Cents
$ 117,381.00
TOTAL BID
PRICE (WORDS)
TOTAL BID PRICE
(FIGURES)
303609 C -32 Exp. 9/30/92
Contractor's License
No. & Classification
(714) 826 -3011
Bidder's Telephone No.
0
VPavement Coatings Co.
Bidder
s/ Marsha Coolidge, President
June 13, 1990 P.O. Box 1491, Cvoress. CA 90630
Date Bidder's Address
PR 1.3
I declare under penalty of perjury that the representations
made herein are true and correct.*
Date: June'13, 1990 Bidder:
s/ Marsha Coolidge, resident
*NOTICE TO BIDDERS: Effective January 1, 1990, Business and
Professions Code Section 7028.15 provides that
any bid not containing the above requested
information, or a bid containing information
which is subsequently proven false, shall be
considered non - responsive and shall be
rejected.
INSTRUCTIONS TO BIDDERS Page 2
The following 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 SUBCONTRACTORS
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 l0% 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 documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal
agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
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 responsible for bidder
errors and omissions in the PROPOSAL.
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.
All 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
partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
303609 C -32
Contr's Lic. No. & Classification
June 13, 1990
Date
Pavement Coatings Co.
Bidder
Authorized Signature/ 'tle
s/ Marsha Coolidge; President
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work Subcontractor Address
1. Paint Striping O.C. Striping 183 N. Pixley, Orange, CA
4.
5.
6.
7.
8.
9.
10.
11.
12.
Pavement Coatings Co.
Bidder
&a�4 &�L_
attire
Authorized ignature/ tle
s/ Marsha Coolidge, President
L%1 VION' : O>Nr,
KNOW ALL MEN BY THESE PRESENTS,
BOND NO. 8731045 Page 4
That we, Pavement Coatings Co. , as bidder,
and Fidelity and Deposit Company of Mary]and , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent (10 %) of Total Amount of Bid ------- - - - - -- Dollars ($------- - - - - -- ),
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
1989 -90 Street and Miscellaneous Slurry Seal
Title of Project
C -2785
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 11th day
of June , 19—M.
(Attach acknowledgement of
Attorney -in -Fact)
Kim Sepulveda
Notary Public
Commission Expires: July 20, 1990
Pavemen
Bidder -
Tithorized Signature itle
s/ Marsha Coolidge, President
Fidelity and Deposit Company
of Marvland
Surety
By
s/ Carol G. Grasso
Title Attorney -in -Fact
Powei of Attorney Page 4a
FIDELITY AN'!♦DEPOSIT COMPANY COMARYLAND
HOME OFRCL SAtnMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com
pany, which reads as follows:
"The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice- Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice- Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Carol G. Grasso of Los Angeles, Califor
its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ................
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Carol G.Grasso, dated,
September 24, 1973.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal Of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
-- ...- ._-- --- - - - --- --25th ............................ day of----- - ---••........ February.--•--- ------- A.D. 19.27-- - ---
x FIDELITY AND DEPOSIT COMPANY OF RYLAND
>•. ATTEST:
eaw
Assislanf Secrefar Vice- Presrdsac
STATE OF MARYLAND l S4:
CITY OF BALrufORE J
On this L5th day of February , A.D
Maryland, in and for the City of Baltimore, duly commissic
Secretary Of the FIDELITY AND DEPOSIT COMPANY OF MARYL
in and who executed the preceding instrument, and they eac
severally and each for himself deposeth and saith, that they
to the preceding instrument is the Corporate Seal of said C
officers were duly affixed and subscribed to the said instrun
IN TEsm oNY WHEREOF, I have h nto set my hand
fast shove written.
OWA
i
�, ue a
19 77 before the subscriber, a Notary Public of the State of
and qualihed, came the above -named Vice- President and Assistant
, to me personally known to be the individuals and officers described
cnowledged the execution of the same, and being by me duly sworn,
are the said officers of the Company aforesaid. and that the seal affixed
ompany, and that the said Corporate Seal and their signature as such
rant by the authority and direction of the said Corporation.
and affixed my Ofbcial�al, at the ty of Baltimore , ay and year
.................... ..... °---.....•....
Notary Public Commission Expires.July- .... A -----
978_
~ont ct� CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing m a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents ape -
ciall authorized by the Board of Directors to appoint any Attorney-in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969
REsoLvaD: "That the facsimile w mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
11th `_._.._...day of...__. June ......... 19-90-.-.
..._..... ......_ ......... ..... .............. ...... .
ASJ1J SLCTLIOr
C1419Ctf. -1 M.
NONCOLLUSION AFFIDAVIT
State of California
ss.
County of Orange
• Page 5
Marsha Coolidge being first duly sworn, deposes and says that he or
she is President of Pavement Coatings Co. the party
making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Pavement Coatings Co.
Bidder
e�'�"t to U l
Authorized Signature /Ti e
s/ Marsha Coolidge, President
Subscribed and sworn to before me this 13th day of June , 19 90.
My commission expires:
26, 1994 Dorothy N. Lange
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.
see attached
Pavement Coatings Co
Bidder
Authorized Signature/ e
s/ Marsha Coolidge, President
P age 6a
PAVIMENT COATING CO.
wmA
RESURFACING WESTERN MOSILEHOME ASSOCIATION
C O M P L E T E D
AGENCY
Agoura Hills
Alhambra
Anaheim
Arcadia
Bellflower
Cypress
Downey
Garden Grove
La Canada
Flintridge
La Verne
Manhattan Beach
Montebello
Oxnard
Palm Desert
Palmdale
Paramount
Placentia
Rancho Cucamonga
Redondo Beach
Thousand Oaks
L.A. Co. Dept.
of Public Works
U.S. Forest
Service
PRIVATE WORK:
DOLLAR AMT
Forest Gardens
Mobile Home Park
LDS Church
Lincoln Center
Mobile Home Park
Trammell Crow Co.
Village Way Mang.
48,716
65,880
36,197
115,770
57,895
97,324
74,697
201,463
79,557
67,937
84,936
57,082
57,290
170,298
68,861
79,732
61,676
69,139
38,399
302,097
199,307
244,431
43,140
13,698
22,743
68,613
33,192
C O N T R A C T S
CONTACT PERSON
David Manley
Gary Clark
Frank Estell
Ronald Carle
Wm. McConnell
Bill Raymond
Bruce Brown
Fred Dembaugh
Fullmer Chapman
L.D. Johnson
James McGovern
Mike Kosareff
Bud Valencerina
Greg Holtz
Leon Swain
Harry Babbitt
Tom Risher
Mike Long
John R. Mate
Don Agent
PHONE
818/889 -9114
818/570 -5072
714/520 -6806
818/446 -5254
213/804 -1424
714/229 -6700
213/869 -7331
714/638 -6841
818/790 -8880
714/596 -8741
213/545 -5621
213/725 -1200
805/984 -4602
619/346 -0611
805/273 -3162
213/531 -3503
714/993 -8131
714/989 -i862
213/318 -0661
805/497 -8611
Robert Yokoyama 818/458 -5100
Paul Greenfield 818/574 -5292
Bill Surrell
Earl Singleton
Joe Portolesi
Gerald Dooley
Jeanne Van Zandt
714/830 -5800
714/634 -9334
213/634 -2801
714/553 -0951
714/553 -1876
CONTRACTOR'S LICENSE NO. 303609
P.O. BOX 1491 • CYPRESS, CALIFORNIA 90630 -1491 • (714) 826 -3011
. K9TIf. `
The following contract documents shall be executed a nd delivered to the
Engineer within ten (l0) days (not including Saturday, Sunday and
g
holidays) after the date of mailing Notice of Award to the successful bidder.
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10,& li)
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.
Payment and Faithful Performance Bonds shall be issued by an insurance
r
organization or surety (1) currently authorized by.the Insurance Commissioner,:
to transact business of insurance.in the State_of California,. and (2) listed
as an acceptable surety in the latest revision of the Federal Register.
Circular 570.
Insurance Companies affording coverage. shall be (1) currently -authorized
by the Insurance Commissioner to transact business of - insurance in the State.
of 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 Kev Rating Guide: Property- Casualty: -_ Coverages shall be
provided as specified in the Standard Specifications for Public Works
Construction, except as modified by the Special Provisions.
I lc
*The Contractor shall submit a Certificate of' Work ers'. Compensation
Insurance to the Engineer with these documents
Ali 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 Gnecifications
for Public Works Construction, except as.modified by-the Special Provisions.
S�
E�(ECf'iFO IN QUADRUpLT
t
r:. g 30138195 Page 8.
PAYMENT BOND
ceded in that $howp.
KNOW All MEN BY THESE PRESENTS, -That _
B"
WHEREAS, the City Council of the City of Newt: Beach, State of California, by
.motion adopted June 25, 1990
has awarded to Padement Coatings Pn_
hereinafter designated as the "Principal ", a contract for 1989 -90 Street and
Miscellaneous Slurry Seal Proaram (C -2785)
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 t
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'pertormance 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: -
as Surety, .are held firmly bound unto the City of Newport Beach;:in the' sum of
One Hundred Seventeen Thousand Three .Hundred
Eighty -One and No /100 - -- - - -- - -- - -- -- - -= - - -- Dollars ($7` .381.00 -
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
i 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 don g, 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
corporations entitled to file claims under Section 3181
so as to give a right of- action to them or their assigns
persons, companies, and
of the.t;alifornia Civil Code
in any suit brought upon
v
r Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sectioi+s 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 4t 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 erh day of July 19 go .
PAVEMENT, COATINGS. L'0.
NamefContractor; r nc pa
t
s
.....:.:. .
s�
California
11 STATE OF
COUNTY OF Los Angeles SS:
On tht•
fith day of July in the year 1990 before me
Kim Sepulveda Notary Public, personally appeared
Carol G. Grasso
' ,personally known to me
(or proved to me on the basis of satisfactory evidence) to be the person who executed this instrument as attorney -in -fact of
the Fidelity and Deposit Company of Maryland, the corporation therein named, and acknowledged to me that the corporation
executed it. A a // �%
Askea.kdr.mm[ Crrtirino IFdnl
7 [4427, ICAI —M 7-86 224660
OFFICIAL SEAL
KIM SEPULVEDA _
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
.
My M Iw E.".5 NN 20.1980
.2 S
Power of Attorney
FIDELITY ANAEPOSIT COMPANY O &ARYLAND
HOME OFFICE BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com
party, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recogniunces, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Carol G. Grasso of Los Angeles, Califor
its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ............. .
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Carol G.Grasso, dated,
September 24, 1973.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
.................. -25.tb ......... .......... ......day oL... ................ ebrllAxy-........................ A.D. 19-7- 7-- ---
FIDELITY AND DEPOSIT COMPANY OF RYLAND
ATTEST:
�.......
C ca 9.1� o - �� -u-to r
...... ............... °- .° ..... °-° ....... By...............
.............
Assistant Secretary Vice - President
STATE OF MARYLAND 1 SS:
CITY OF BALTI ORE
On this 15th day of February , A.D. 19 77 before the subscriber, a N
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named
Secretary of the FmRLITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the ind
in and who executed the preceding instrument, and they each acknowledged the execution Of the same,
severally and each for himself deooseth and with, that thev are the said officers of the Company afore
to the prcadiog imWment is the Corporate Seal of e
offices were duly affized and subscribed to the said it
IN TasTrYOxY WEE¢EOF, I have h2m&LntO set my
fort above written. /6I7'A►
my Official *al. at
of the State of
I and Assistant
me duly sworn,
the seal affixed
natures as such
ion.
it Oay and year
................................ .................... ...........
Notary Public Commission ExpiresJul_y .... ..,.._I_ §.7$_
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full fm ce and effect on the date of this certificate; and I
do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact AS provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPAPT 04 MARYLAND
This Certificate may be Signed . facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMP _ MARViA ,NO ,at a meeting duly called and held on the 16th day of July, 1969
RESOLVED: "That 'tlle msimile or medfanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherett'er appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upop -tom Company with thi'mme force and effect as though manually affixed."
IN TESTIMONY WM2k_EoP, 4 have hereuiNo subscribed my name and affixed the corporate seal of the said Company, this
6th., _.__.day oL_�.:_JUlY............ '- - °..........I 199..:..
Assis Secretory
LIe19CtL —lH.
FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK
EXECUTED IN QUADRUPLICATE r CNDNO. 30138195 Page -10
--
IUM: $1;065.00,
.
... _.
' - - FAITHF:UI <.PERfORMANCE BOND,`
KNOW ALL MEN BY THESE PRESENTS, That
l_!
WHEREAS, the City Council of the City of Newport Beach, State of California; by
motion adopted ,dune 25+ 1990
has awarded to Pavement Coatings Co.
hereinafter designated as the "Principal", a contract for .1989 -90 Street.And
Miscellaneous Slurry.Seal Program (C -2785)
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 f a bond for the faithful
9 perfoi>Aaace of said ....
-
x
- contract;
NOW, THEREFORE, We, Pavement Coatijjj Co -
as Principal, and. FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are,.held and firmly bound unto the.City,of Newport.6each. in.the sum of
One Hundred Seventeen Thousand Three Hundred
Eighty -One and No /100 ----------- - - - - -- ----------- Dollars ($111:381.00
said sum being equal to 100% of the estimated amount -of.tlre:contraci, to;bie paid: :to,
the said City or its certain attorney, its successom.,.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.
,.1 THE CONDITION OF THIS OBLIGATION IS SUCH,.;thit if the.above.bounden Principal.,
his or its heirs, executors, administrators, successors, or "assigns :shall iq.all..
_> things stand to and abide by, and well and truly keep and perform.tle.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 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:8each,`Ats officers. and agents,
as therein ftipulated,.,then this obligation sha.tl become, null: and void; otherwise it -.
shall remain in full force and virtue.
And said Surety, for value receive d,. 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.:sasie shall .:
in any wise affect its obligations on this, bond, and it does 4wi- Obywave notice
-
.3v} - X+1.v��L•ar . ^ -�:: .. ..!L�r -yam. ..-.: .... o.:.. .. tee_ 5�T[ �..�'�L"+r4�'. n.ry 'CN% .S. ^ YPS ^w.i•Z:.... M' n_ )_a qtr ...
_ .we�
•'
I
T�
� i
r ..
�_
I .
X ..y��..
£1:. ..ialT..v �
...
� ... .. .�, r:::. �.
..
i
•'
of any such change, extension of time,lalterations _ 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 6th day, of July
PAVEMENT COATINGS CO.:
Name .o . ntractor nci pal
name OT )UreXy�.' -._
225 Sdufh_.Sake:_AveAue
STATE OF California
"
COUNTY OF Los Angeles # SS:
On thl• 6th day of July in the year 1990 before me
t Kim Sepulveda
Notary Public, personally appeared
Carol G. Grasso
" , personally known to me
for proved to me on the basis of satisfactory evidence) to be the person who executed this instrumeut as attorney -in -fact of
the Fidelity and Deposit Company of Maryland, the corporation therein named, and acknowledged to me that the corporation
executed it.
O F F I C I A L s E A t
Ak..k s.zC4naina•IFA01 LOS ANGELES COUNTY
KIM SEPULVEDA
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
1 I94Y ICAF— a'.. 7,46 224660
E4 My Cw .'' n Espies JWy 20.1990
r
Power of Attorney
FIDELITY AN[WEPOSIT COMPANY OAAARYLAND
HOME OFFICE BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. Vice- President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com
pany, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice- Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Carol G. Grasso of Los Angeles, Cali-for
its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings....... .
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Carol G.Grasso, dated,
September 24, 1973.
The slid Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
.......................zub ............................ day of................... x9.11.9 AXY........................ A.D. 19.7..7.......
,ogle FIDELITY AND DEPOSIT COMPA";r ATTEST: /
4.m ✓�o
...................... ..........y._.................. By.................... ...... ......... .................. ...........
Assistant Senetar Vice- President
STATE OF MARYLAND l SS:
CITY OF BALTn!ORE f
On this 15th day of February , A.D. 19 77 before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TRSTmoNY WHEREOF, I have he nto set my hand and affixed my Official fpl, at the y of Baltimore, y and year
first above written.
%OVA
Notary Public Commission Expires•Tul_y_,i.,___147$.
oss ct CERTIFICATE
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate: and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents spe-
cially authorized by the BO�rd of.Mrsctots ioappoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -laws of
the FIDELITY AND DEPOSI COMi!*AY;QF "_YLAND
This Certificate may begi� byiacsindle under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OP- MARYLAND at a meeting duly called and held on the 16th day of July, 1969
REsotvsn: "That tlie.faaimile; or mechamcglly reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereaitgr, wherever - appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon thecCompany with the saute force and effect as though manually affixed."
IN TESTIMONY WunstoF, I have hereunto subscribed my name and affilred the corporate seal of the said Company, this
- -- -- 6th ,.�daY of.:,.. .....JulY-- --------- ----._.�._- 19 90:
L1419Ctf,IM.
Assirfofh Senstary
FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self- insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
July R, I&NO
Date
AW4 &i1
Signature
Pavement Coatings Co.
Contractor
1989 -90 Street and Miscellaneous Slurry Seal Program (C -2785)
Project Title an contract Num er
1I
A Page 12
,K �RTIEICATE
,INSURANCE
,OF
...ina:<.... • a u
£< §uw +'fi.�f<'e%^'£'x..w x.. 44 SS:. #'v.t"va+41 Cw a1Y Va.
Ffi yFM ery x.€ xmrae�x K:£. .msx KFJ n` 3 •.. £
x
PRODUCER
COMPANIES AFFORDING COVERAGE
ShijJkej� I ranee Agency
gg
COMPANY
PLO. BOX
LETTER A Highlands Insurance Company
Tustin/ CA 92681
(714) 731 -5801
COMPANY B
LETTER
INSURED
Pavement Coatings Co.
COMPANY C
P.O. Box 1491
Cypress, CA 90630
LETTER
,��COVER G S
THIS S TO VE ISSU TO TH INS D ABOVE FOR
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERnFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE
�
TYPE OF INSURANCE
POLICY NUMBER
DATE E
EXPIRATION
ALL OMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
$ 2/000/
(OCCURANCE BASIS ONLY)
A
PRODUCTS/COMPLETED
S 1/000/
COMMERCIAL
COMPREHENSIVE
BP722481
10/1/8
10 /1/
OOPERATIONS AGGREGATE
CONTRACTORS
OWNERSCT.
❑
NE
PERSONAL INJURY
5 11000,
F-1 CONTRACTUAL FOR SPECIFIC
CONTRACT
EACH OCCUFiANCE
$ 1,000/
❑ PRODUCTS /COMPL OPER
❑ XCU HAZAFIDS
❑ BROAD FORM PROP. DAMAGE
❑ SEVEAABILITY OF INTEREST
FIRE DAMAGE
$
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
$
REMOVED
(ANY ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBINED
SINGLE LIMIT
S 10001
,.r,
COMPREHENSNE
BBA771009
10/1/89
10/1/9C
BODILY INJURY
;
Is.
A
OWNED
(PB
$
� �"
BODLYINJURY
S
b g, ,
HIRED
(PER ACCIDENT)
F-1 NON-OWNED
2
PROPERTY
$
x .n
EXCESS LIABILITY
EACH
AGGREGATE!.,.
UMBRELLA FORM
OCCURRENCE
OTHER THAN UMBRELLA FORM
;..` T
.
$
$
STATUTORYa
�`sf u ssitr'�" E�d•S:+ ��fjk %+ 4t?: «^c fir':
A
WORKERS' COMPENSATION
BWC197186
1/1/90
1/1/91
S 1,000
EACH ACCIDENT
AN
$ 1-/000
DISEASE- POLICY LIMIT
EMPLOYERS' LIABILITY
$ 1/000
DISEASE -EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
., rE
�v6
DESCRIPTION OF OPEMTIONSLOCATIONSNEHIC LES€RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
1989 -90 Street and Miscellaneous Slurry Seal Program (C -2785)
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER i'
i - CANCELLATION
i
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SWILL PROVIDE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92659 -1768
ATTENTIO
AUTHORITEO REPRESENTATIVE I ISSUE ATE
J
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage."
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 Multiple
Limits or Single Limit:
( ) Multiple limits
Bodily Injury Liability $
Bodily Injury Liability
Property Damage Liability
( x) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability
person
$ per accident
S
$ 1,0000000
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
This endorsement is effective
Policy No. BBA 771009
e
7/5/90 at 12:01 A.M. and forms a part of
of Highlands Insurance Company
(Company Affording Coverage
Insured Pavement Coatings Company Endorsement No.
Producer Shipkey Insurance Agency, Inc. By
uthorize R6presrehtati e
1
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
Page 14
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. 'The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall 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 liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1. of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
(x) Commercial (g) Comprehensive
General Liability $ 1,0001000 each occurrence
general aggregate
$ 2,000,000 aggregate
1,000,000 Products /Completed
The applicable limit of Contractual Liability for the company affording qaFn ha ? ?regate
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability_Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: 198
This endorsement is effective 7/5/90
llaneous Slurry Seal Proqram (C -2785
ct iitie
at 12:01 A.M. and forms a part of
Policy No. BP722481 of Highlands Insurance Company
ompany Affording overage
Insured Pavement Coatings Co. Endorsement No.
Producer Shipkey Insurance Agency, Inc. By
thor�ze� ef?— presen at!Ve J
• Page: 15
CONTRACT
THIS AGREEMENT, entered into this of
by and between the CITY OF NEWPORT BEACH... h0iinafter' "Cit d
Pavemen her "Cont ctor, is°ma e,.w
reference to the o owing facts:
(a) City has heretofore advertised for bids fgr.the following
described public work:
1989 -90 Street and Miscellaneous'Slurr..' Seal Program, C -2785
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 l
specifications by.Contractor,
NOW, THEREFORE, the parties hereto agree as follows:'"
1. Contractor shall furnish 611.. materials and perform all of the.work
for the construction of the following described public wank:
1989 -90 Street and Miscellaneous Sl urry Seal Pro ram` C- 2785
t e of ro ect Contramt,Xb. .
which project is more fully described in the contrut:--docuinents... .Contractor
shall perform and complete this work in a' good and rorkmanike ngnner, and in
accordance with all of the contract documents.
2. .As full compensation f.•or the:performahce and:completion.of this
work as prescribed above, City shall pay to Contractor the sum of One Hundred
aim s c nsntion nc u es any oss or amage a sin
g the Here
work; (2 any loss or damage arising',from any unforeseen difficulties or obstruc- .
bons in the performance. of the work;, (3).. any °expense fncurred.as a 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 Rfchter:Scale and tidal waves,
and which loss or expense occurs PH or.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. Thi�6ntract.documents. are incorporated
herein by reference as though set out.inJull and include the. following--
(a) Notice.Inviting Bids ` -
-(b) Instruction to Bidders and documents. referenced - therein
(c) Payment. Bond
(d) Faithful Performance Bond
(6). 'Certificate of Insurance.and endorserent s
I
i
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives frdn.all claims,
loss or damage, except such loss or.damage proximately caused by the.sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties_ hereto have caused:this contract to
be executed the day and year first above written:
ATTEST:
WN q�M —j
//
APPROVED AS TO FORM:
44 City Attorney
CITY
7Et.Y
t�
N �
L
h
R"
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
1989 -90 STREET AND MISCELLANEOUS SLURRY SEAL PROGRAM
CONTRACT NO. 2785
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1
II.
QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . 1
III.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . 2
V.
TIME OF COMPLETION . . . . . . . . . . . . . . . . 2
VI.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . 3
A. Traffic Control Plans . . . . . . . . . . 3
B. "NO PARKING, TOW - AWAY" Signs . . . . . 4
C. Notification to Residents and Businesses . . . 4
VII.
WATER . . . . . . . . . . . . . . . . . . . 5
VIII.
CONSTRUCTION DETAILS . . . . . .. . . . . . . . . . 5
A. Application . . . . . . . . . . . . . . . . . 5
B. Application Test . . . . . . . . . . . . . . . 5
C. Slurry . . . . . . . . . . . . . . . . 5
D. Traffic Striping and Pavement Markings . . . . 7
II
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
1989 -90 STREET AND MISCELLANEOUS SLURRY SEAL
CONTRACT NO. 2785
SCOPE OF WORK
SP 1 of 9
ENO. 19111
0,p. # /*Y
The work to be done under this contract consists of
placing emulsion- aggregate slurry seal, re- striping
various asphalt concrete roadways, parking lots,
bikeways, etc., and performing other incidental items of
work.
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- 5613 -L
(attached), T- 5490 -S, T- 5488 -L, T- 5485 -M, T- 5487 -M, T-
5328-L, T- 5486 -M, T- 5489 -M, T- 5159 -S, T- 5119 -S, T- 5461 -S,
T- 5278 -S, T- 5484 -M, T- 5116 -S and T- 5497 -S) ; (3) the
City's Standard Special Provisions and Standard Drawings
for Public Works Construction, (1988 Edition); and (4)
the Standard Specifications for Public Works
Construction, (1988 Edition, including Supplements) .
Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Department
for Five Dollars ($5.00). Copies of the Standard
Specifications may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034,
telephone (213) 202 -7775.
QUALIFICATIONS OF BIDDERS
The Contractor shall have a successful performance record
in the application of cationic and anionic quick -set
slurry and shall have actually placed at least 5,000
extra long tons.
Contractor shall submit (1) the name of the proposed
foreman who must have a minimum of two years' experience
in placement of slurry and (2) a written statement of the
foreman's experience within the last year. The statement
shall be consecutive, showing all work regardless of its
relationship to slurry sealing. Failure of the foreman
to be present and actively supervising placement of
slurry shall be adequate cause for denial of payment for
that slurry. No change in foreman shall be permitted
without prior written approval of the Engineer.
SP 2 of 9
III. CONTRACTOR'S LICENSE
At the time of award and until completion of work, the
Contractor shall possess a General Engineering
Contractor "A" license or Specialty Earthwork and Paving
Contractor C -12 license. At the start of work and until
completion, the Contractor shall possess a Business
License issued by the City of Newport Beach.
IV. PAYMENT
The unit price or lump sum for items of work shown in the
Proposal shall be considered full compensation for labor,
equipment, materials and all other things necessary to
complete the work, and no additional allowance will be
made therefor. Payment for incidental items of work not
separately provided for in the Proposal (e.g., sweeping,
cleaning pavement markers, etc.) shall be included in the
prices bid for the appropriate items of work.
V. TIME OF COMPLETION
All work under this contract shall be completed by
October 12, 1990. All work along Balboa Peninsula and
West Newport shall be done after September 9, 1990.
No work shall begin until a written schedule of work and
a traffic control plan has been approved by the Engineer.
The Contractor shall submit a construction schedule to
the Engineer for approval a minimum of five (5) working
days prior to commencing any work.
The schedule shall incorporate the following:
1. To provide for residential parking when slurrying a
street, an adjacent or nearby cross street shall
remain open (alternating streets are recommended).
2. The Contractor may perform some work on City's
facilities during the weekends with the Engineer's
approval.
3. The Contractor shall accommodate City's street
sweeping and trash collection (schedule attached).
If the Contractor elects to slurry on street
sweeping /trash collection days, it shall be his
responsibility to make arrangements by contacting
the City's Field Operations Superintendent, Mr.
Leon Hart, at (714) 644 -3060. In addition, the
Contractor shall provide and cover the City's
posted "No Parking Signs" to allow residential
parking adjacent to streets being slurried during
street sweeping days. The Contractor shall notify
the City's Police Department regarding the changes
in parking (see Section VI.B).
VI
A.
0 SP 3 of 9
4. The Contractor shall allow the City's Utility
Department five (5) working days to relocate /remove
its equipment, stockpile, etc. at Big Canyon
Reservoir and Utilities Yard. In addition, the
Contractor shall slurry each site in two phases.
The Contractor shall make such arrangements by
contacting the City's Deputy Director, Mr. Jeff
Staneart, at (714) 644 -3011.
The Contractor shall slurry and stripe Balboa Pier
Parking Lot in two - 2 day phases ( 2 days for
slurry and 2 days for striping). In addition, the
Contractor shall provide access and parking at all
times. The Contractor shall make such arrangements
by contacting the City's Marine Safety Lieutenant -
Parking Lot Supervisor, Mr. Ray Garver, at (714)
644 -3044.
6. No work along the Balboa Peninsula and West Newport
prior to September 10, 1990.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access
in accordance with Section 7 -10 of the Standard
Specifications and the Work Area Traffic Control Handbook
(WATCH).
Traffic Control Plans
The Contractor shall submit written traffic control plans
for Balboa Boulevard, 19th Street, San Joaquin Hills
Road, Marguerite Avenue; Port Whitby, and Pacific View
Drive; and a typical street closure plan to the Engineer
for approval a minimum of five (5) working days prior to
the anticipated start of work.
The plan shall incorporate the following:
1. 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
inconvenience to the motorists.
2. A complete and separate plan for each phase of
construction proposed by the Contractor
showing all items listed under 1. above.
3. Lane closures on Balboa Boulevard, 19th
Street, Sundance Drive, San Joaquin Hills
Road, Marguerite Avenue, Port Whitby, and
Pacific View Drive will be permitted only
between 9:00 A.M. and 3:30 P.M.
F-1
• SP 4 of 9
4. One 10- foot -wide lane in each direction shall
be maintained at all times on Marguerite
Avenue and Pacific View Drive.
5. Access to and from adjacent private
communities and business shall be maintained
at all times. Flagmen may be required. In
addition, continuous access shall be
maintained at all times along Balboa Boulevard
and 19th Street.
"NO PARKING. TOW- AWAY" Signs
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 No. 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.
Vehicular and pedestrian access shall be maintained
at all times to business and residences adjacent to
the project area; however, where conditions
preclude such access for reasonable periods of time
(as determined by the Engineer), notification shall
be required per Section VI.0 herein, and access
shall be restored at the end of each work day.
Slurry shall be applied to cul -de -sac streets in
early morning applications.
Errors in posting "NO PARKING, TOW - AWAY" signs,
false starts, acts of God, strikes, or other
alterations of the schedule will require that the
Contractor re -post the "NO PARKING, TOW - AWAY"
signs.
VII
VIII.
• • SP 5 of 9
C. Notification to Residents and Businesses
Between 48 and 55 hours before closing a section of
street, the Contractor shall distribute to each
affected address a written notice stating when
construction operations will start and
approximately when vehicular access will be
restored. The written notices will be prepared by
the Engineer. The Contractor shall insert the
applicable dates and times at the time he
distributes the notices. Errors in distribution of
notices, false starts, acts of God, strikes or
other alterations of the schedule will require that
the Contractor redistribute notices to residents.
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.
CONSTRUCTION DETAILS
A. Application
Add the following to Standard Specifications
Subsection 302 - 4.3.2:
"Prior to applying the slurry, the surface shall be
cleared and cleaned by the Contractor of all loose
material, vegetation, oil, and other foreign
material.
"The application shall be sufficiently cured for
the street, parking lot, etc. to be opened to
traffic by 4:00 p.m. without tracking or damage to
the surface. The slurry shall be applied at the
rate of 2,000 square feet per extra long ton for
Type I ' and 1,400 square feet per extra long ton
for Type II."
B. Application Test
The Engineer may require the Contractor to slurry
seal test sections of roadway approximately 1,000
feet long within the construction limits with Type
I and Type II. If so, the Contractor shall apply
slurry within test section in accordance with all
requirements of these Provisions. No further
slurry shall be applied until the test section
applications have been completed to the
satisfaction of the Engineer.
C. Slurry
Slurry shall
Specification
herein.
be in accordance with the Standard
Specifications
• SP 6 of 9
except as modified as supplemented
Materials
Emulsified asphalt shall be of the cationic
quick -set type unless otherwise approved.
Emulsified asphalt shall conform with the
requirements of Standard Specification
Subsection 203 -3, for CSS -lh Grade.
Composition and grading shall be Type I, with
the exception that San Joaquin Hills Road,
Marguerite Avenue, Pacific View Drive, Big
Canyon Reservoir and Utilities Yard shall be
Type II, with latex, per Standard
Specifications Subsection 203 -5.3.
2. Alternative Materials
The Contractor may submit alernative materials
for approval by the Engineer for application
upon bike trails and walk paths, where an
application of the Type I emulsified asphalt
slurry seal is undesirable because; 1) the
weight of the Contractor's application
equipment may damage the trails or paths,
and /or 2) the size of the Contractor's
application equipment may prohibit use of such
equipment on trails or paths.
Alternative materials shall be "Guardtop" by
Industrial Asphalt, or equal.
If alternative materials are approved, the
Contractor shall apply two (2) coatings at the
unit price bid per ELT of Type I emulsified
asphalt slurry seal per 2,000 square feet.
The first coating of alternative materials
shall be fully cured prior to the application
of the second coating.
3. Additives
a. Ammonium Sulfate
Ammonium sulfate in liquid form shall be used
as a retardant for cationic emulsion aggregate
slurry. The amount of retardant shall be that
amount necessary to (1) prohibit the slurry
• SP 7 of 9
from setting up prematurely in the spreader
box, and (2) permit a street, parking lot,
bikeway, etc. to be opened to traffic within
three hours after the application without
tracking or damage to the slurry.
b. Portland Cement
Portland cement shall be used as an
accelerator. The amount used shall be that
amount necessary to (1) prohibit the slurry
from setting up prematurely in the spreader
box, and (2) permit a street, parking lot,
bikeway etc. to be opened to traffic within
three hours after the application with out
tracking or damage to the slurry.
C. Latex
Latex shall be used in Type II slurry. Latex
shall be added to the emulsified asphalt at
the asphalt plant at the rate of 2 1/2 parts
latex to too parts emulsified asphalt by
volume. Latex mixed in emulsified asphalt
shall be kept in a suspended state by an
agitating mixer every three days. The latex -
added emulsified asphalt shall be mixed at a
rate of 12 to 20 percent by weight of the dry
aggregate. The exact rate shall be determined
by a certified materials- testing laboratory
approved by the Engineer in advance of
testing. Materials testing shall be performed
at the Contractor's sole expense. The
Contractor shall only order only the amount of
latex -added emulsified asphalt from the plant
that he plans to use that day. Any excess
latex -added emulsified asphalt to be stored in
a suspended state shall require an agitating
mixer every three days. Latex shall be
Ultrapave 65 VC produced by the Textile Rubber
and Cement Company, Inc., (714) 521 -2233 or
equal approved by the Engineer in advance of
ordering latex.
Test reports and certifications shall be made
in accordance with Section 203 -1.3 of the
Standard Specifications, except as
supplemented or modified below:
Seven days prior to he start of
construction, the Contractor shall
deliver sufficient amounts of samples of
the latex -added emulsified asphalt and
the aggregate to be used on this project
. . SP 8 of 9
to the laboratory for evaluation and
determination of the optimum mixing
proportions. A copy of the test report
shall be submitted to the Engineer for
review and approval. The Contractor
shall not begin work until the Engineer
approves the test results.
D. Traffic Striping and Pavement Markings
This item of work shall be done in accordance with
Section 210 -1.6, "Paint for Traffic Striping,
Pavement Marking and Curb Marking" and Section 310-
5.6, "Painting Traffic Striping, Pavement Markings,
and Curb Markings" of the Standard Specifications,
except as supplemented or modified below:
Paint for traffic striping and pavement markings
shall be white Formula Number 2466 -A9 and yellow
Formula Number 2467 -A9 as manufactured by J.E.
Bauer Company of approved equal.
Delete paragraph 1 of Subsection 310 - 5.6.7,
"Layout, Alignment and Spotting" of the Standard
Specifications and add the following:
The Contractor shall 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 with in 24 hours after the
removal or covering of existing striping and
markings. No street shall be without the
proper striping over a weekend.
If the Contractor fails to perform striping as
specified herein, the Contractor shall cease all
other contract work until the striping has been
properly performed. Such termination of work shall
require that the Contractor reinstall "NO PARKING,
TOW - AWAY" signs and renotify residents in
accordance with Sections VI.B and C herein,
respectively, at the Contractor sole expense.
The Contractor shall clean or replace within 24
hours all raised pavement marker covered, damaged,
or removed as a result of the slurry seal
operation. In addition, the Contractor shall
protect or clean all manhole, valve and monument
covers and adjacent striping and P.C.C. curb and
gutter improvements covered by slurry seal
materials. The Contractor's method of protecting
and cleaning shall be approved by the Engineer
prior to start of slurry seal placement. If the
SP 9 of 9
Contractor damages existing raised pavement
markers, he shall provide and install at his sole
expense new markers. In addition, if the
Contractor removes /covers /damages existing
striping /raised pavement markers outside of the
work area he shall re- stripe /replace at his
expense.
New raised pavement buttons and markers shall be
provided and installed per plan by the Contractor
in accordance with Section 85 "Pavement Markers" of
the Caltrans Standard Specifications, except the
raised pavement markers for location of fire
hydrants shall conform to City of Newport Beach
Std.- 902 -L.
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.
At least (1) application of paint shall be applied
to all striping and markings within 24 hours after
the slurry has been applied. The pavement markers
to be installed must be installed between 15 days
and 30 days after the slurry has been applied and
should be placed directly over the new striping.
N
N
a
I
• a
0
o
c
VICINITY MAP
1/4 0 II4 I/2 3/4 1
GRAPHIC SCALE IN MILES
UI •
- CITY'S FACILITIES
')-STREETS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
9 -90 STREET AND MISCELLANEOUS
SLURRY SEAL PROGRAM
DATE
APPROVED
N
CITY
OF
IRVINE
SHEET I OF 5
PUBLIC WORKS DIRECTOR
R,E. NO. X06
DRAWING NO. R- 5613 -L
� ERIE
LOCATION MAP
NOT TO SCALE
Cl
LOCATION MAP
NOT TO SCALE
t♦ STREETS OEslrNXTED FOR
TYPE 1 SLURRY SEAL
OCITY FACILITIES DESIGNATED
FOR TYPE I SLURRY SEAL(SEE
SHEET NO.5 FOR DETAIL).
CITY FACILITIES DESIGNATED
NO FOR TYPER SLURRY SEALISEE ,
SHEET NO.5 FOR DETAIL).
SHEET 2 OF 5
CITY OF NEWPORT BEACH DRAWN jw DATE Iflbiuv
PUBLIC WORKS DEPARTMENT APPROVED X4 /
1989 -90 STREET AND MISCELLANEOUS PUBLIC WORKS DIRECTOR
SLURRY SEAL PROGRAM R.E. NO. 19IROIR
C -2785 DRAWING NO. R- 5613 —L
Cl
LOCATION MAP
NOT TO SCALE
t♦ STREETS OEslrNXTED FOR
TYPE 1 SLURRY SEAL
OCITY FACILITIES DESIGNATED
FOR TYPE I SLURRY SEAL(SEE
SHEET NO.5 FOR DETAIL).
CITY FACILITIES DESIGNATED
NO FOR TYPER SLURRY SEALISEE ,
SHEET NO.5 FOR DETAIL).
SHEET 2 OF 5
CITY OF NEWPORT BEACH DRAWN jw DATE Iflbiuv
PUBLIC WORKS DEPARTMENT APPROVED X4 /
1989 -90 STREET AND MISCELLANEOUS PUBLIC WORKS DIRECTOR
SLURRY SEAL PROGRAM R.E. NO. 19IROIR
C -2785 DRAWING NO. R- 5613 —L
-��
v �9 \1191 r.'
LOCATION MAP
Nor TO SCALE`
uS IL�� . •
�IS'
LEGEND � S
CITY FACILITIES DE516NATED \� L r ��/ • �.;
OFOR TYPE SLURRY SEAL(SEE I 00001
SHEET NO3 FOR DETAIL). B �� �.� ,•. j
i VV�s
� �% � � LI rsr� pVI`� �• '1 � 1�LflJQA Loa � � t rte•• '��/!
IR
C /�'�erzsau r ��,YS�G*r•,��III�'I' ` >••e;t >_ �\ g'BAAWM��(+"
1 RN /IJC BCory
- +*.d2�a �I` d do • A`7lTOR���i 4IylA9p� cJ�1%�, t�
�/ ' L, e A C� fq-w �. _� .- `.+�..g "' '•__ _ y lac. 0\
'9 s9
e�_ t�_ _� • A F s • l
�al•��gr)N� o`y^---- ••� -..._ l��I p_'_�cRl.', ry�t " " "! ;b4j_ .y... \ l %��t`
CMG IL
yJ� �� / • ...•("say �s >n" �-- i'�% � �:'" . -„
/ ��`�'� Cy �i''`v� \� "•.".o� E� UDO.!$l.lc
D\' w?mG� �i a_ � NEa" - 'Q• ":. ._u�an --'v0 °° yC���C7 r` -'-CSC
Cc, '� 1C: m,'C ✓� Ci, �i.J�c�c� C�c
� ✓ • ' B � A
tn Fun
q �YRti fyV C+1F%�i+�C� s 'i�Q'c�
13
SHEET 3 OF 5
CITY OF NEWPORT REACH DRAWN 4W DATE IMtR -2
PUBLIC WORKS DEPARTMENT APPROVLD
1989 -90 STREET AND MISCELLANEOUS PUBLIC WORKS DIRECTOR
SLURRY SEAL PROGRAM R.E. NO.12@QS_
C -2785 DR.IWIN3 NO. R- 5613 -L
/a.
-- i1
LOCATION MAP
NOT TO IICALE
LEGEND
STREETS DESIGNATED FOR 6
TYPE 1 SWRRY SEAL �(
O STREETS DESIGNATED FOR
TYPE I SLURRY SEAL
NO. CITYS FACILITIES DESIGNATED
FOR TYPE I MOM SEAL IEEE SHEET 5 FOR DEMO
CITY OF NEWPORT BEAC
PUBLIC WORKS DEPARTMENT
1989 -90 STREET AND MISCELLANEOUS
SLURRY SEAL PROGRAM
091
`1�r,r9�
CITY FACILITIES DESIGNATED
No FOR TYPE IISLURRY SEAL(SEE SHEET 4 OF 5
SHEET NO.S FOR DETAIL),
H I DRAWN JW DATE 1/16/90
APPROVED /i /+ // IVi S
PUDUC WORKS DIRECTOR DIRECTOR
R.E. NO.. 29
DRAWING NO. R- 5613 -L
e
NO.
9
A
1989 -90 STREET AND MISCELLANEOUS SLURRY SEAL PROGRAM 1C -2785)
CITY FACILITIES
LOCATIONS
AREA (S.F.) DESCRIPTION
2
Wily of Jamboree Road from S.D.
1,600'x101= 16,000 S.F.
Bikeway
Creek Bridge to Eastbluff Dr.
and E'ly along S.D. Creek from
Creek Bridge to City Boundary
3
S'ly of Westcliff Drive from
1,600'x101= 16,000 S.F.
Bikeway
Dover Dr. to Polaris Dr.
4
N'ly of Fifth Avenue and Wily
7201x10' =7,200 S.F.
Bikeway
of Marguerite Avenue
5
San Joaquin Hills Park, off
17,503 S.F.
Parking
Crown Drive
Lot
S an Miguel Park, off San Miguel
12,770 S.F.
Parking
Drive
Lot
R
West Newport Park, off
56th St. Lot= 5,277 S.F.
Parking
Seashore Drive
59th St. Lot = 14,605 S.F.
Lots
a
Galaxy view Park, off Galaxy
2,640 S.F.
Walkway
Drive
9
Balboa Fire Station; off
1,560 S.F.
Parking
Balboa Blvd. at Island Avenue
Lot
10*
Utilities Yard
84,844 S.F.
Parking
949 West 16th Street
Lot &
Storage
Yard
11
S'ly of Newport Blvd.
13,330 S.F.
Parking
Between 28th St. & 30th St.
Lots
12
S'ly of Newport Blvd.
20,747 S.F.
Parking
Between 23rd St. & 26th St.
Lot
13
S'ly of Ocean Front and Wily
273,360 S.F.
Parking
of Balboa Pier
Lot
15
Upper Big Canyon; off Belmont
5601x15' =8,400 S.F.
Access
E'ly of San Miguel Drive
2001x15' =3,000 S.F.
Road
16*
Big Canyon Reservoir; N'ly of
127,000 S.F.
Access
Pacific View Drive & E'ly of
Road,
San Miguel Drive
Parking
and
Storage
Area
*Apply Type II
III
SHEET 5 OF 5.
•
•
P
TO: CITY COUNCIL
FROM: Public Works Department
THE CITY COUNCIL
OF NEWPORT BEACW
JUN 2 5 1990 I I
ov,
June 25, 1990
COUNCIL AGENDA
NO. F3(h)
SUBJECT: 1989 -90 STREET AND MISCELLANEOUS SLURRY SEAL PROGRAM (C -2785)
RECOMMENDATION:
Award Contract No. 2785 to Pavement Coating Co. for the
Total Bid Price of $ 117,381.00, and authorize the Mayor
and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on June 13, 1990, the City Clerk opened and read
the following bids for this project:
BIDDER TOTAL BID PRICE
Low Pavement Coating Co. $ 117,381.00
2. Roy Allan Slurry Seal, Inc. 126,050.00
3. Doug Martin Contracting Co. 132,498.20
4. California Pavement Maintenance Co. 239,800.00
The low total bid price is 30% above the Engineer's Estimate of
$90,000.00. The 30% difference is largely due to the increase in
asphalt and latex (an additive) prices since the last similar project
was bid. The low bidder, Pavement Coating Co. is a well - qualified
Contractor who has satisfactorily completed previous contract work for
the City.
This project provides for seal coating of approximately 1.2
million square feet of asphalt streets and City facilities throughout
the City. The slurry seal treatment will extend pavement life and delay
the need for costly resurfacing and /or reconstruction.
Funds for award are proposed from the Street, Alley, and
Bikeway Slurry Program, Account No. 02- 3389 -014.
• Plans and specifications for the project were prepared by the
Public Works Department. The estimated date of completion is October
12, 1990. J / f ', )Z,4/01
Benjamin B. Nolan
Public Works Director
GW:so
Authorized to Publish Advertisements 0 kinds including
public notices by Decree of the Superior. Court of Orange
County, Caldomia, Number A -6214, September 29, 1961, and
A -24831 June 11, 1963
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesod: 1 am over the
age of eighteen y6ars, and not a party to or
interested in the below entitled matter. I am a
principal clerk of the ORANGE COAST DAILY
PILOT, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange. State of California, and that
attached Notice is a true and complete copy as
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 to wit
the issue(s) of:
June 1, 5, 1990
declare, under penalty of perjury, that the
foregoing is true and correct
Executed on • June 5, '199 0
at Costa Mesa, California.
Signature
`' ` "` PROOF OF PUBLICATION
0
Authorized to Publish Advertisements D .,I kinds including
public notices by Decree of the Superior. Court of Orange
County, California, Number A -6214, September 29, 1961, and
A -24631 June 11, 1963
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesod; I am over the
age of eighteen y6ars, and not a party to or
interested in the below entitled matter. I am a
principal clerk of the ORANGE COAST DAILY
PILOT, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that
attached Notice is a true and complete copy as
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 to wit
the issue(s) of:
June 1, 5, 1990
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on June 5, 199 0
at Costt�a� Mesa, California. ralifornia {
Signature
PROOF OF PUBLICATION
PUBLIC NOTICE
NOTICE
INVITING BIDS
Sealed bids may be re-
calved at the office of the
City Clerk, 3300 Newport.
Boulevard, P. 0. Box 1768,
Newport Beach, CA
92659 -1768 until 11:00 a.m.
on the 13th day of June,
1990, at which time such
bids shall be opened and
read for
Title of Project: 1989 -90
'STREET AND MIS-
CELLANEOUS SLURRY
,8EALPROGRAM
Contract No.: C -2785
Engineer's Estimate:
$90,000
'Approved by the City
Council this 29th day of May,
1990.
WANDA E. RAGGIO, City
Clerk
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the office "
of the Public Works Depart-
ment, 3300 Newport.
Boulevard, P. - Box 1768,:
Newport' Beach, CA;
92659- 1768...'.
For further information,)
call Gilbert Wong, Project..
Manager at 644 -3311. 1
Published Orange, Coast
Deily Pilot June 1, 5, 1990
FT512
%A
•
•
•
May 29, 1990
CITY CO, UNCIL AGENDA
BY THE CITY CMWM
CITY OF NEWPORT BEACH
TO: City Council MAY 29 1990
FROM: Public Works Department
SUBJECT: 1989 -90 STREET AND MISCE PROGRAM
CONTRACT NO. 2785
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids --be
DISCUSSION:
This project provides for the seal coating of
approximately 1.2 million square feet of asphalt streets and City
facilities throughout the City. The slurry seal treatment will
extend pavement life and delay the need for costly resurfacing
and \or reconstruction.
The estimated cost of the work is $ 90,000. Sufficient
funds to award this amount are available in the appropriation for
Street, Alley, and Bikeway Slurry Program (Account No. 02 -3389-
014).
Plans and specifications were prepared by the Public
Works Department. The estimated date of completion is October 12,
1990.
(2a
Benjamin B. Nolan
Public Works Director
GW:so