HomeMy WebLinkAboutC-2709 - 1988-89 Street Slurry Seal ProgramCITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3311
September 27, 1988
SUBJECT: 1988 -89 Street Slurry Seal Program (C -2709)
To Whom It May Concern:
The City of Newport Beach has awarded a contract to Roy Allan Slurry Seal, Inc. of
Santa Fe Springs to slurry seal streets in Harbor View Homes, Harbor View Hills,
Spy Glass Hill, Corona Highlands, Cameo Highlands, Cameo Shores, San Joaquin Hills
Road, Newport Center Drive ( "Ring Road "), San Miguel Road, and Ford Road (exhibit
on reverse side) as part of the City's continuing street maintenance program. The
slurry protects asphalt pavements, increases skid resistance, improves appearance,
and lengthens the life of the pavement surface.
The work for the improvement of streets is scheduled to be performed during
October, November and December of 1988. The work will necessitate temporary
driveway access, parking, and traffic restrictions adjacent to your residence/
office starting at 6:00 a.m. on Your
street will be reopened as soon as possible or by the end of the working day.
"No Parking" signs will be posted two (2) days ahead, warning that vehicles parked
on the streets to be slurried will be towed away on the day work is to be done.
We request that you observe these signs and the Contractor's barricades, and make
alternate arrangements for access and parking. Normally, a nearby cross street or
adjacent street will be open on the day your street is closed.
We also request that you refrain from watering lawns, washing cars, etc. for 24
hours before and after the day of application of slurry. A damp street surface
will lengthen the time required for proper curing of the slurry material.
The City's refuse pickup will continue on its normal schedule. If your street or
alley is scheduled to be sealed on refuse pickup day, please have your refuse
available for pickup prior to 7:00 a.m.
As in most construction projects, the work will create a certain amount of
unavoidable public inconvenience; however, every effort will be made to complete
the work as rapidly as possible with a minimum of inconvenience to you and your
neighbors. Your cooperation in making this project successful will be greatly
appreciated.
If you have any questions concerning this project, please call me at (714)
644 -3311.
Very truly yours,
Gilbert Wong
Project Engineer
3300 Newport Boulevard, Newport Beach
INDICATES STREETS TO BE SLURRY SEALED
CITY OF NEWPORT BEACH DRAWN RG DATE 9 -I9 -88
PUBLIC WORKS DEPARTMENT APPROVED
1988-89 PUBLIC WORKS
STREET SLURRY SEAL PROGRAM
C -2709 DRAWING ND. EXHIBIT
r 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
February 10, 1989
(714) 644 -3005
Roy Allan Slurry Seal, Inc.
11922 Bloomfield Ave.
Santa Fe Springs, CA 90670
Subject: Surety: Fidelity and Deposit Company of
Maryland
Bonds No.: 30138142
Contract No.: C -2709
Project: 1988 -89 Street Slurry Seal Program
The City Council of Newport Beach on January 9, 1989 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
January 18, 1989, Reference No. 89- 030182.
Sincerely,
Wanda E. Raggio /
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN1 TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NO CONSIDERATION
APT RECORDING REQUEST PER
GOVERNMENT CODE 6103
EXEMPT
CS
NOTICE OF COMPI,ETION
PUBLIC WORKS
89Z-030182
R`C ` ;0
cc,
'lo All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 9, 1989
the Public Works project consisting of 1988 -89 Street Slurry Seal Program (C -2709) _
on which Roy Allan Slurry Seal, Inc
was the contractor, and Fidelity an
was the surety, was completed.
I, the undersigned, say:
11922 Bloomfield Ave., Santa Fe Snrin2s CA 9067
eposit Company of Maryland, 225 South Lake Avenu
Suite 1000, Pasadena, CA 91101
VERIFICATION
CITY OF NEWPORT BFACH
b
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 11, 1989 at Newport Beach, California.
�41
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 January 9, 1989 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 January 11, 1989 at Newport Beach, California.
City Clerk / ;r-
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
,,p2:00 JAN 18 1989
° - Q r7e� RECORDER
,�� . .
U�r
t'r �..
�' . .
�. � �
f
�� . J
�;�
•
L
C1
TO: CITY COUNCIL
FROM: Public Works Department
L
:,Ci
JAN 9 1989
A pnv►n� -•-..
L
January 9, 1989
CITY COUNCIL AGENDA
ITEM NO. F -14
SUBJECT: ACCEPTANCE OF 1988 -89 STREET SLURRY SEAL PROGRAM
CONTRACT No. 2709
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 the
Notice of Completion has been recorded in accordance with appli-
cable portions of the Civil Code.
DISCUSSION:
The contract for the slurry sealing of streets in Harbor View Homes,
Harbor View Hills, Spy Glass Hill, Corona Highlands, Cameo Highlands, Cameo
• Shores, San Joaquin Hills Road, Newport Center Drive (Ring Road), San Miguel
Drive and Ford Road has been completed to the satisfaction of the Public Works
Department.
The bid price was $280,800.00
Amount of unit price items constructed 274,547.97
Amount of change orders 0.00
Total contract cost $274,547.97
Funds for the project were budgeted in the General Fund, Account Nos.
02- 3388 -014, 02- 3388 -015, 02- 5697 -371 and 02- 3387 -402.
The contractor is Roy Allen Slurry Seal of Santa Fe Springs.
The contract date of completion was December 8, 1988. The work was
completed by November 23, 1988.
Benjamin B. Nolan
• Public Works Director
PD:so
10 49
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: October 18, 1988
(714) 644 -3005
SUBJECT: Contract No. C -2709
Description of Contract 1988 -89 Street Slurry Seal Program
Effective date of Contract October 19. 1
Authorized by Minute Action, approved on September 26, 1988
Contract with Roy Allan Slurry Seal, Inc.
Address 11922 Bloomfield Ave.
Santa Fe Springs, CA 90670
Amount of Contract $280,800.00
J 6e 4�et
Wanan da E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
It ,
NOTICE INVITING BIDS
CITY CLERK
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 __jLOQa_.ffl on the 14th day of Seotem�er, 1988,
at whit th ime such bids shall be opened and read for
1988 -89 STREET LURRY SEAL PROGRAM
fii e o Project
2709
Contract No.
$250,000
Engineer's Estimate
Olt, :" O
Approved by the City Council
this 22ndday of August , 1988.
zZL.-e'Ot - 0
Wanda E. Raggio
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
IV
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
1988 -89 STREET SLURRY SEAL PROGRAM
CONTRACT NO. 2709
PR 1.1
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete this Contract No. 2709
in accordance with the Plans and Special Provisions, and wi11 take in fu11 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. 2100 Furnish all labor, equipment, and
Extra Long Tons materials, and perform all work
necessary to prepare for and apply
Type I slurry seal on streets
@ Seventy Three---------------- - - - - -- -Dollars
and
60/ 100----------------------- - - - - -- -Cents $ 73.60 $ 154.560.00
Per Extra Long Ton
2. 900 Furnish all labor, equipment, and
Extra Long Tons materials, and perform all work
necessary to prepare for and apply
Type II slurry seal on streets
@ Seventy Three ---------------- - - - - -- Dollars
and
60/ 100------------------------ - - - - -- -Cents $ 73.60 $_66 ,240.00
Per Extra Long Tons
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Traffic striping, pavement markings,
and raised pavement markers
(including removal of, existing
raised pavement markers)
@ Sixty Thousand--------------- - - - - -- Dollars
and
No/ 100----------------------- - - - - -- -Cents $60,000.00
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Two Hundred - Eighty Thousand Eight Hundred ----------- - - - - -- Dollars
and
No/ 100----------------------- ----------- --- -------- - - - - -- -Cents $ 280,800.00
372798 C -32 Roy Allan Slurry Seal, Inc.
Contractor's Lic. No. & Classi ication Bidder
(213) 864 -3363
Bidder's Telephone Number
September 14, 1988
Date
s /W. R. Allan, President
Authorized Signature /Title
11922 Bloomfield Ave., Santa Fe Springs, CA 90670
Bidder's Address
r ,
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 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 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.
372758 C -32
Contr's Lic. No. & Classification
September 14, 1988
Date
or i
R 1 President
Authorized ignature /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. Item 3 Orange Co. Striping Tustin
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Roy Allan Slurry Seal Inc.
Bidder
s /W. R. Allan, President
Authorized Signature /Title
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Roy Allan Slurry Seal Inc , as bidder,
and Fidelity and Deposit Company of Maryland , as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
Ten percent (10 %) of total amount of bid in Dollars ($ -(10 %) ).
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves; jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
1988 -89 Street Slurry Seal Program 2709
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 9th day
of September , 19 88.
'o Allan Slurry Seal. Inc.
(Attach acknowledgement of Bi er
Attorney -in -Fact)
s /Saundra L. Gingras
Notary Public
Commission Expires: Aug. 14, 1991
s /W. R. Allan. President
Authorized Signature /Title
Fidelity & Deposit Company of Maryland
Surety
BY s /Carol G. Grasso
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.
Roy Allan Slurry Seal, Inc.
Bidder
W. R. Allan, President
Authorized Signature /Title
Subscribed and sworn to before me
this 14th day of September ,
1988 .
My commission expires:
February 16, 1989 s /E. C. Gomez
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
1988
E.M.A. County of Orange
Jerry Mahoney
(714) 567 -7839
1988
Dept. P.W. L.A. County
Dennis Helling
(714) 594 -8730
Roy Allan Slurry Seal, Inc.
Bidder
s /W. R. Allan, President
Authorized Signature /Title
}
Page 7
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 Ke Ratin Guide: Pro ert - Casualt .
Coverages shall be provide or all TYPES OF IN URANC 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.
0 6 Page 8
EXECUTED IN QUADRUPLICATE
PAYMENT BOND Bond No. 30138142
"The Premium charged for this
KNOW ALL MEN BY THESE PRESENTS, That Bond is included in that shown
on the Performanoe Bond."
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 26. 1988
has awarded to Roy Allan Slurry Seal. Inc.
hereinafter designated as the "Principal ", a contract for
1988 -89 Street Slurry Seal Program (C -2709)
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 Roy Allan slurry seal, Inc.
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Two Hundred
Eighty Thousand Eight Hundred and NO /100- - - - - -- Dollars ($ 280,800.00--),
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
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 of action to them or their assigns.in any suit brought upon
.' • , . Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms df 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 30th day of September , 19 88
ROY ALLAN SLURRY SEAL, INC. (Seal)
Name of Contractor Principal
Bra : W , (Z- OLL&, �; �.9:k_clP,�(
Authorized Signature and Title
Authorized Signature and Title
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
(Seal)
Name of Surety
225 South Lake Avenue, Suite 1000
Pasadena, California 91101
Address of Surety _
Signature and T4tl of Authorized gent
Carol G. Grasso, Attorney-in -Fact
3200 Wilshire Blvd., Ibs- Ang_e_les, CA 90010
Address of Agent
(213) 386 -8553
Telephone No. of Agent
I
s
10
CORPORATE ACKNOWLEDGMENT NO. 262
State of California
SS.
County of Orange
On this the 11 day of October 19 8 $ before me,
Mary J. Bartlett
the undersigned Notary Public, personally appeared
W.R. Allan
f$ personally known tome
❑ proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
OFFICIAL SEAL President or on behalf of the corporation therein
`rµ NOTARY PUSLIBC CA LIFOFNIA named, and acknowledged to me that the corporation executed it.
' OFANGE CGUNTY
My Commission Expires 7/24/91 WITNESS my hand and official seal.
i
1
1
1
Notary's Signature
7120122 � � NATIONAL NOTARY ASSOCIATION • 23012 VeMma BkL • P.O. Box 4625 • W**0wW His, CA 91364
OF
STATE J _—_----------------------------------- +
LOS ANGELES ;SS:
COUNTY OF
On this__ 3 0 t h------- --------- - - - - -- day of_September in the year ----- 19 8 8-- _.................. before me
-- _----__--•
-------------- ------------- — ------------------------------------------ CittL__aap-als_etla------------ 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. OFFICIAL SEAL •'�
KIM SEPULVEDA
dcknmdedgemem C.aifkw IFADI NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
Nly ComMa Epp .e Iy 20.1990
L4427 ICA)- 5M.7-86 _ ^ ?4ti611
Power of Attorney
FIDELITY ANN DEPOSIT `COMPANY C# MARYLAND
NOME 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, Cal ifor
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 (wee
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---.......-- ---- F- ebruary- -------- -- _ - ., A.D. 1977 ------- FIDELITY AND DEPOSIT COMPANY OF RYLAND
a ATTEST:
SEAL C co . 1�o-Q g �-c c4 1. r
- ss i st ' -- - a nt . - Se - - ta- - ry -------------- ----- By ....................... V .. i .. cc- P - -. res .... id . t ..
A
STATE OF MARYLAND i SS:
CITY OF BALTIMORE t
On this 25th 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 with, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of mid Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the mid instrument by the authority and direction of the said Corporation.
IN TxmmoNy WHEREOF, I have he nto set my hand and affixed my Official 1, at the ty of Baltimore, ay and year
first above written. y ^
J rOTA � /
+ Notary Public Commission Expires July I.- x 1978
CERTIFICATE
I, the undersigned, Assistant Secretary Of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice- President who executed the mid Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held OR the 16th day of July, 1969
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
30th ....day of -.S eptemb e_? :...... .......................19a8.---
..._.. - -- --------------- .......................... ----. .......................
Assis Secretary
1.I419Ct6—IM.
FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK
u
EXECUTED IN QUADRUPLICATE
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
0
Bond No. 30138142
Premium: $2,242.00
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 26. 1988
has awarded to Roy Allan Slurp Seal. Inc.
hereinafter designated as the "Principal ", a contract for
1988 -89 Street Slurry Seal Program (C -2709)
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,
Roy Allan Slurry Seal, Inc.
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Two
Hundred Eighty Thousand Eight Hundred and NO /100 Dollars ($280,800.00 - - -),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications.accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
A
F
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 30th day of September , 19 88
ROY ALLAN SLURRY SEAL, INC. (Seal)
Name of Contractor (Principal)
By: W , �-
Authorized Signature and Title
Authorized Signature and Title
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND (Seal)
Name of Surety
225 South Lake Avenue, Suite 1000
Pasadena, California 91101
Address of Surety
/'
By �
; 1�Z C . C..Z�_
Signature and Tile Autherl2ed- _Agent
Carol G. Grasso, Attor"r7- 1�1- ,Faet__
c r
3200 Wilshire Blvd., Los= ArjgE�les, CA 90010
Address of Agent
(213) 386 -8553
Telephone No. of Agent
P �
� '�
_ /_
_ � :r`
_ - 'i n
J /�
i
t
l
CORPORATE ACKNOWLEDGMENT rvo.mz
State of California
SS.
County of Orange
OFFICIAL SEAL
MARY J. BARTLETT
'� NGTAflY PUBLIC- CAUFUgNIA
b' ORANGE CGUNTY
My Commission Expires 7!24197
TT0122
On this the 11 day of October 19—M before me,
Mary J. Bartlett
the undersigned Notary Public, personally appeared
W.R. Allan
R personally known tome
❑ proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
President or on behalf of the corporation therein
named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official seal.
NATIONAL NOTARY ASSOGATION • 2=2 Ve BM1 • P.O. Boa 4M • VAwOUa1 Nth. CA 91]W
r
I
f STATE OF -- CALIFORNIA
COUNTY OF— LOS ANGELES s5:
i{ On this____ 30th of_ S ep t e mb e r m the year________ 19 8 8 --------- -- - -- - _ before me
______ -
1 _ —Kim Sepulveda ------ Notary Public, personally appeared
I Carol G. Grasso
____-__--________— _____________ ---- _ ---------- __ . - — ---------------------------------- — ---- --------- personally known to me
for 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. O F F I C I A L SEAL %•
KIM SEPULVEDA
Arkno dedsemrni Cmifirmr i!'8D1 NOTARY iVBUC - FiCt IN NM
PRINCIPAL Oif10E IN
LOS ANGELES COUNTY
My Carnmosbn Eu*t�s hM M,19i>0
1 fA427, WA) —SM. 7-86 _224660
1
Rawer of Attorney
FIDELITY ANP DEPOSIT COMPANY 04PMARYLAND
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, 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
.................. ....2.5tk. .............. ........... ...day of........ ... .....F.ebxuarY..............."' ...., A.D. 19.7..7.......
a.yr FIDELITY AND DEPOSIT COMPANY OF RYLANO
ATTEST:
44.. ✓ °°
Assistant crelary Vice- President
STATE OF MARYLAND l s5:
CITY OF BALTIMORE J
On this 25th 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, tome 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 TEsnMONy WHEREOF, 1 have he mg set my hand and affixed my OfrtcialAal, at the y of Bal ore, ay and year
first above written.
,�MOTA
.............................................................. .................. .............
• Lw + Notary Public Commission Expires.July 1,,..1978
�r *apit a`r CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice- Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
"...— ..._30th --- --- -.....day of... September----------------------_---- 193-8 ---
.......... ................. ..... ............'---"-------------- --- --.................
1,I419Ctf. IM. Assu Secretary
FOR YOUR PRO'TEC'TION LOOK FOR THE F &D WATERMARK
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
Roy Allan Slurry Seal, Inc.
11922 Bloomfield Avenue
CERTIFICATE OF INSURANCE
Page 12
INSURANCE COMPANIES AFFORDING COVERAGES
Company A HIGHLANDS INSURANCE
Letter
Company B FIREMAN'S FUND / W. Brown & Assoc.
Letter
,._ -
Letter
L
Santa Fe Springs, CA 90670 Company ILetter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
OTICE
This certificate Or verification of insurance is not an insurance Policy ano aoes nvL
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
COMPANY
TYPES OF INSURANCE
Policy
Exp,
g. ro uc s
LETTER
COVERAGE REQUIRED
No.
Date
Each Completed
Occurrence Operations
GENERAL LIABILITY
BP0721-
Bodily Injury
$
$
x Comprehensive Form
993
7/1/88
A
x Premises - Operations
Property Damage
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
1,000,
1,000,
x Contractual Insurance
Damage Combined
$
$
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$ 11000,
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
BBA7011
45
7/1/88
Bodily Injury
$
A
(Each Person
❑x Owned
$
Bodily Injury
(Each Occurrence
❑x Hired
pro erty Damage
Bodily Injury and
Non -owned
Property Damage
Combined
$ 1,000
EXCESS LIABILITY
B
® Umbrella Form
!0x2085-
Bodily Injury
❑ Other than Umbrella Form
41
7/1/88
and Property
Damage Combined
10,000,
$
10,000,
$
WORKERS' COMPENSATION
BWC6855
7/1/88
Statutor
ac
and
76
A
EMPLOYER'S LIABILITY
500,
Accident)
OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
ANCELLATION: 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.,....
y: Agency: ARMSTRONG /ROBITAILLE INSURANCE SERVICES
j Authorize Representative
ate: ° 10/5/88 Telephone: (714) 978 =9090
escription of operations /locations /vehicles: All operations performed for the City of Newport
each by or on behalf of the named insured in connection with the following designated contract:
rr Sal Pro ram C -2709
Project Title and Contract Number
OTICE
This certificate Or verification of insurance is not an insurance Policy ano aoes nvL
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 13
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 .I.nsuranc.e .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
(YX) 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: 1988-
ect m ie a
C -2709
This endorsement is effective 10/5/88 at 12:01 A.M. and forms a part of
Policy No. BRA701145
Named Insured ROY ATTAN STTTRRV RRAT.. ANC __E n sement No.
Name of Insurance Company HIGHLANDS INSURANCE CO. By
Au orize Representative
ARMSTRONG /ROBITAILLE
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 th.e._Ci,ty..of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insura. ^cc. 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.
R Multiple Limits
Bodily Injury Liability $
ch 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:
ec
This endorsement is effective 10/5/88
Policy No. Rvn721991
Slurry Seal Program (C -27
le and Contract No.
Named Insured ROY ALLAN SLURRY SEAL, INC.
t 12:01 A.M. and forms a part of
Endorsement No
Name of Insurance Company HIGHLANDS INSURANCE CO. By
Authorized Representative
l ARMSTRONG /ROBITAILLE i
Page 15
CONTRACT
THIS AGREEMENT, entered into this LAk_ day ofc�64� 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City,— te and
Roy Allan Sl_urry _Seal, Inc. , hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
1988 -89 Street Sl
ect
C -2709
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:
1988 -89 Street Slurry Seal
C -2709
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
Two Hundred - Eighty Thousand Eight Hundred and No/100------------ ($280,800.00 ).
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)
T
A
• Page 16
(f) Plans and Special Provisions for
1988 -89 Street Slurry Seal Program C -2709
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 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:
City Clerk (
CITY
APPROVED AS TO FORM:
aQ4& P--' a '-"J 'S"" �W' D�'
City Attorney Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
CORPORATE ACKNOWLEDGMENT
-State of California I
ss.
: County of Orange
NO. 202
On this the 11 day of October 19__" before me,
Mary J. Bartlett
the undersigned Notary Public, personally appeared
W.R. Allan
LR personally known tome
0 ❑ proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
AL President or on behalf of the corporation therein
mm LIFOFNIA TY named, and acknowledged to me that the corporation executed it.
res 7/21!91 WITNESS my hand and official seal.
7120122 NATIONAL NOTARY ASSOCIATION • 23712 Velrten BNO. • P.O. SW 4625 • Wood U1tl Nb. CA 81364
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
1988 -89 STREET SLURRY SEAL PROGRAM
CONTRACT NO. 2709
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . .
. 1
II.
QUALIFICATION OF BIDDERS . . . . . . . . . .
. 1
III.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . .
. 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . .
. 1
V.
TIME OF COMPLETION . . . . . . . . . . . . .
. 2
VI.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . .
. 2
A. Traffic Control Plans. . . . . . . . . .
. 2
B. "NO PARKING, TOW- AWAY" Signs . . . . . .
. 3
C. Notification to Residents. . . . . . . .
. 4
VII.
WATER . . . . . . . . . . . . . . . . . . . .
. 4
VIII.
CONSTRUCTION DETAILS . . . . . . . . . . . .
. 4
A. Application . . . . . . . . . . . . . . .
. 4
B. Application Test . . . . . . . . . . . .
. 4
C. Slurry Seal . . . . . . . . . . . . . . .
. 5
E. Traffic Striping and Pavement Marking. .
. 6
6 • SP 1 of 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
1988 -89 STREET SLURRY SEAL PROGRAM
CONTRACT NO. 2709
I. SCOPE OF WORK
The work to be done under this contract consists of placing
emulsion- aggregate slurry seal, restriping various asphalt concrete
roadways, 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- 5581 -L (attached), T- 5167 -S, T- 5248 -S, T- 5269 -S, T5279 -S, T- 5300 -S,
T- 5304 -S, T- 5323 -L (attached), T- 5327 -S, T- 5338 -S, T- 5456 -S, T- 5457 -S, and
T- 5458 -S; (3) the City's Standard Special Provisions and Standard Drawings
for Public Works Construction ( 988 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). Copies of the Standard Specifications may be purchased at Building
News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034.
.Tl. QUALIF.CATIONS OF BIDDERS
The Contractor shall have a successful performance record in he application
of cationic and anionic quick -set slurry with and without latex, and shall
have actually placed at least 5,000 extra long tons.
Bidder shall submit with their bids (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.
III. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of award the Contractor shall posess a General Engineering
Contractor "A" license or a Specialty Earthwork and Paving Contractor C -12
license.
IV. PAYMENT
SP 2 of 7
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 pro-
vided 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 December 8, 1988, or
within sixty (60) consecutive calendar days after the start of slurry
placement, whichever comes first.
No work shall begin until a schedule of work and a traffic control plan
have 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 street is
recommended).
The Contractor shall perform work on Newport Center Drive during
weekends only.
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. Merle Milne, at (714) 644 -3060. In addition, the
Contractor shall provide and cover the City's designated "No Parking
Signs" or "Parking Meters" 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. 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 a written traffic control plan for Newport
Center Drive, San Joaquin Hills Road, San Miguel Drive, Ford Road,
Eastgate, Port Sutton Drive, Newport Hills Drive (East and West), and
Port Seabourne Way to the Engineer for approval a minimum of five (5)
working days prior to the anticipated start of work.
i r
SP 3 of 7
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 asure 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 stage and phase of
construction proposed by the Contractor showing all items listed
under 1. above.
3. Lane closures on San Joaquin Hills Road, San Miguel Drive, Ford
Road, Newport Hills (East /West), Eastgate, Port Sutton Drive and
Port Seabourne Way will be permitted only between 9:00 A.M. and 3:30
P.M.
4. One 10- foot -wide lane in each direction shall be maintained at all
times on San Joaquin Hills Road, San Miguel Drive, and Ford Road
shall be maintained at all times.
5. Access to and from adjacent private communities and businesses shall
be maintained at all times.
B. "NO PARKING, TOW- AWAY" Signs
Where any restrictions herein 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 40 hours in advance of the need for enforcement. In addition, it
shall be the Contractor's responsibility to notify the City's Police
Department, Traffic Division, at (714) 644 -3742, for verification of
posting at least 40 hours in advance of the need for 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 on the Caltrans Uniform Sign Chart.
The Contractor shall print the hours, day and date of closure in
2 -inch -high letters and numbers. A sample of the completed sign shall
be approved by the Engineer prior to posting.
Vehicular and pedestrian access shall be maintained at all times to
businesses and residences adjacent to the project area; however, where
conditions preclude such access for reasonable periods of time (as
determined by the Engineer), notifications 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 and Newport Center Drive
in early morning applications.
SP 4 of 7
Notification .to Residents and Businesses
Between 48 and 55 hours before closing a section of street 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 approximately when
vehicular accessibility will be restored. The written notices will be
prepared by the Engineer. The Contractor shall insert the applicable
dates at the time he distributes the notice. Errors in distribution,
false starts, acts of God, strikes or other altercations of the schedule
will require Contractor renotification using an explanatory letter
furnished by the Engineer.
VII. WATER
If the Contractor desires 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
to City, the deposit will be returned to Contractor, less a quantity
charge for water usage and an appropriate fee for damage to the meter, if
any.
VIII. 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 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."
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 the 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.
i 0
Slurry Seal
SP 5 of 7
Slurry seal shall be in accordance with the Standard Specifications
except as modified and supplemented herein.
Materials
Emulsified asphalt shall be of the cationic quick -set type unless
otherwise approved. Emulsified asphalt shall conform with the
requirements of Standard Specifications Subsection 203 -3,
for CSS -Ih Grade.
Composition and grading shall be Type I, with the exception that
Ford Road, Port Sutton Drive, Eastgate, San Joaquin Hills Road,
San Miguel Drive and Newport Center Drive shall be Type II, with
latex, per Standard Specifications Subsection 203 -5.3.
a. Additives
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 from setting up prematurely in the
spreader box, and (2) permit a street to be opened to
traffic within three hours after the application without
tracking or damage to the slurry.
2. 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 to be opened to
traffic within three hours after the application without
tracking or damage to the slurry.
Latex
Latex shall be used only in Type II slurry. Latex shall
be added to the emulsified asphalt at the asphalt plant at
the rate of 21 parts latex to 100 parts emulsified asphalt
by volume. Latex mixed in the 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
T -'
• .
SP 6 of 7
Contractor shall only order 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 the 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 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.
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 2342 -A9 and yellow Formula Number 2343 -A9 as
manufactured by J. E. Bauer Company or 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 spot-
ting. The Contractor shall be responsible for the complete-
ness and accuracy of all layout alignment and spotting.
Traffic striping shall not vary more than 112 inch in 40 feet
from the alignment shown in the plans. The Contractor shall
mark or otherwise delineate the new traffic lanes and pavement
markings within 24 hours after the removal or covering of
existing striping and markings. No street shall be without
the proper striping over a weekend.
If the Contractor fails to perform striping as specified herein, the
Contractor shall cease all other contract work until the striping has
been properly performed. Such termination of work shall require that
i •
SP 7 of 7
the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify
residents in accordance with Sections VI.B and C herein, respectively,
at the Contractor's sole expense.
The Contractor shall clean or replace within 24 hours all raised
pavement markers 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 P.C.C. curb
and gutter improvements covered by slurry seal materials. The
Contractor's method of such protecting and cleaning shall be approved
by the Engineer prior to start of slurry seal placement. If the
Contractor damages existing raised pavement markers, he shall provide
and install at his sole expense new markers.
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.
One 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.
YOUR REFUSE COLLECTION SCHEDULE
AND
SEPARATE NEWSPAPER COLLECTION
SCHEDULE
MONDAY
Balboa Peninsula,
(Newport Pier to
Newport Crest
Lido Sands
West Newport from
Santa Ana River
to the Ocean)
Newport Shores
Balboa Coves
. of Newport Pier
West Jetty)
Newport Pier to
(Balboa Blvd.
TUESDAY
Cliff Haven
15th St. to 16th St
Irvine Ave.)
Newport Heights
Lido Island
Bayshores
Park Lido Tract
Finley Tract
Newport island
39nd St. to 44th St
to Marcus)
Linda Isle
(Tustin to
(Balboa Blvd.
Anniversary Tract
Vista Bahia
West side of Irvine Ave. to Tustin,
Ave. from Holiday Rd. to Santa
Isabel Ave. (Moden Annex)
Irvine Ave. to west side of Dover
Dr. from Westcliff Dr. to
Mariners Dr. (Mariners Square)
WEDNESDAY
Harbor Island
Beacon Bay
Promontory Bay & Harbor Isl. Dr.
The Cove
Balboa Island
Bayside Dr. (Coast Highway -
Bayside Dr. to Jamboree)
Irvine Terraces
Big Canyon & Townhouses
Sea Island
Ll
WEDNESDAY - continued
Cover Shores
Baycrest
Harbor Highlands
Westcliff
THURSDAY
Cameo Shores
Cameo Highlands
Corona Highlands
Shorecliffs
CDM SOUTH of Coast Hwy.
Avocado to Hazel Dr.
Hwy to Ocean Blvd.)
China Coves
Breakers Drive
Bayside Drive (Jamboree
Marguerite)
Granville Apartments
Eastbluff
The Bluffs
from
(Coast
to
Belcourt (!!crth & South)
Bayridge
Newport North (N. side of Disen -
Jamboree to MacArthur)
FRIDAY
Harbor View Hills
CDM (NORTH of Coast Hwy. to 5th
Ave. - MacArthur to Hazel)
5th Ave. - Hazel to MacArthur
Broadmoors
Jasmine Creek
Jasmine Park
Lusk Tract_
Harbor Point
Spyglass Hill
Canyon Crest
Seaview Broalwoor
Harbor
arbor View Kncll
,arbor
View K:......,
!'arbor H 11
Scawind
8
i
i
11040
,4L' skip yellow
pRTlgNO
4" double
�0AST
C
•
N
ORCHFSTFR rn
rn
HIGHLANDS DRIVE
i
i
_ 90
' 4" skip yellow—,
: 4" double yellow
CRlilF
Solid
\yWAy �'h�te
87-R 1P 11VG PLAN
CAMPO 4"XWUNOS
QUANTITIES
1300 ft. 4" skip yellow
180 ft. 4" double yellow
180 ft.12" solid white
2 stop messages
DRAWN 41M t ^Y DATE z-1LL —
APPROVED /Ji,.Q�
G�NfT�RAFFF�IC ENGINEER S
R.E. N0.
DRAWING NO. T- 5 32 3 —
10
1
HEET 2
SHEET 3
SHEET 6
AJ�HEET 7
�
VICINITY MAP
N.T.S.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-09
STREET SLURRY SEAT. PROGRAM
r — 97no
DRAWN.' A
APPROVED
S
j
I OF 7
PUBLIC WORKS DIRECTOR
R.E. N0. IWO&
11
Iii v
Z , T j
/'vrEP,c�E -oi
LOCATION MAP
SCALE i• - boo•
IIIIIII DESIGNATED FOR TYPE it
SLURRY SEAL ( WITH LATEX)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-89
STREET SLURRY SEAL .PROGRAM
Ci - 2709
.. I _...__.� IS
7 `a
0
SHEET 2 OF 7
DRAWN A�6 DATEE g -i/--B�8_
APPROVED , / 6- 74/Z
-
PUBLIC WORKS DIRECTOR
R.E. N0. I 90
DRAWING NO. R- 5581 -L
-per • _, ..; ._ -r . ::�.0 „o
i
POA
LOCATION MAP
SCALE V — 800'
HARBOR VIEW HOMES
DESIGNATED AS TYPE 1
SLURRY SEAL
DESIGNATED FOR TYPE II
SLURRY SEAL ( WITH LATEX)
T 3OF7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-89
STREET SLURRY SEAL PROGRAM
0- I C -2709
i• `1
r
G
r
Ip ✓L �'
i o
a
^; E
RPM �
sr
z
a f` 4
!^ P
POjT C
w,,4o
C
.r
PO4' °�TDy
P \
DRAWN •P4. DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. IZ oe
DRAWING No. R- 5581 — I-
13
E
57; 54'f ✓4li4CGE
c
oAPPLY TYPE II SLURRY SEAL
L�
C
37: 54'f �/,ot�,4ecE
TYP /LAG STREET .SEGT /ON
Al 776.
.SAN ./D.4qu /n/ H /LL5 .POgp
NEWPORT CENTE.P .OR /✓E
EA5T 6A 7--99', PORT SUTTON Qliv6
FORD ,PaAp ( ✓�vv�BO.?E� .POAO To M��I.PT/.'u,� GIL✓o.
36 ; 40; 76 ; V4- eCI440LE'
APPLY TYPE I & II SLURRY SEAL
TYP /CAL ST.PEET ..5ECT/o. I
NEs./PO4rf,�iLLS O.P PORr SEA6OLIR�t/E
NOQTNSXOE
�L /Ty OF /•P ✓ /NEB
�I
�
✓A.� /AffLE
m
.SOt/TfiS✓oE
(C/ ry of .VEI+iPI'J.Ps
J
APPLY TYPE It SLURRY SEAL
TYP /CAL STREET SECT /O.V
FO.PO .POAO
/YJ/JC A.PTH!/•P 9[400 TO EASTE.PLy TE.Pn'JWIJS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-89
STREET SLURRY SEAL PROGRAM
C-2709.
7
DRAWN -PE DATE
APPROVED i /-,)
PUBLIC WORKS DIRECTOR
R.E. NO. i2 O6
DRAWING NO. R-5581 -L
I.\-1
=:4 v
rOM tit C• C t '4fY {i C
Y ^o
CA
II.wY
5
pIL
j �a •Jppt
• Rnuce Cie.' ; g u "{ . Je e 4
o art
ones it o y✓ p"
z
m•
QGRK �
•or ce.
SPY GLASS HILL / LOCATION MAP
SCALE 1• R Soo-
oz ; 36 S dotnoi9G6
oAPPLY TYPE 1 SLURRY SEAL
0
> X /ST /N Pry vs Me.�r
TyPiGAL ST,,PEET .SEfT /O.✓
.U.
DESIGNATED AS TYPE 1
SLURRY SEAL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-89
STREET SLURRY SEAL PROGRAM
C -2709
SHEET 5 OF 7
DRAWN_ f-6 DATE 6 -mob -98
APPROVED / x
PUBLIC WORKS DIRECTOR
R.E. NO. ZZ60A
DRAWING NO. R -5581 —L
J
/
0
Joao ✓,.�/
CR In 1'
1
� � t
� n n
n �
n
4 n
F . r
n
n • r
� A
n
r
n
� I
n '
n
LOCATION MAP
WALE I• _ cool
'�� HARBOR VIEW HILLS
28 i 3Z" s !/4K /ABLE
APPLY TYPE I SLURRY SEAL
6 A ✓E- '/E�/T
TYP /CAL ST.PEET SECT /GLt/
.vT. 5.
DESIGNATED AS TYPE I
SLURRY SEAL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT .
SHEET 6 OF 7
DRAWN ,P.l. DATE 8- /41-8E
APPROVED / i
I
1988-89. PUBLIC WORKS DIRECTOR
IS STREET SLURRY SEAL PROGRAM R.E. NO. /2,906
C -2709 DRAWING NO. R- 5581 -L
J �
.P /✓E.pA TE,P
/J � .1.p � MENOOZq T
0
v cogs r
R4 CKf4�D N``�PO
Rp. ti n o
PL. �QTlgNO `bo'- �:'.' S(
wiv Q4�
x
L
Ow dD
�� V OPQoiP�i�OgO
CG
�pQ T ?E,tpyT P )
COQ GOQHq,N )
LOCATION MAP
ref /5 SCALE 1- - Opp'
3Z; 33; 36; 37/ E' ✓f Pi q-3 LE
APPLY TYPE I SLURRY SEAL --.
TYF' /fl�L .ST•PEET ,SECT /ON
DESIGNATED AS TYPE I
SLURRY SEAL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1988-89
i6 STREET SLURRY SEAL PROGRAM
^
. n -27Ef09
SHEET 7 OF 7
DRAWN f,'3 DATE
APPROVED I
PUBLIC WORKS DIRECTOR
R.E. NO. 1ZBO6
DRAW[ NO -'NO. R -5581 —L
r e - Z71
Teptember 26, 1988
CITY COUNCIL AGENDA
ITEM N0. F -3(a)
TO: CITY COUNCIL
CY THE CITY COUNCIL
FROM: Public Works Department CITY OF NEWPORT BEACY
SUBJECT: 1988 -89 STREET SLURRY SEAL PROGRAM S EP 2 6 1988
CONTRACT NO. 270q APPROVED
RECOMMENDATION:
Award Contract No. 2709 to Roy Allan Slurry Seal of Santa Fe Springs
in the amount of $280,800; and authorize the Mayor and the City Clerk
to execute the Contract.
DISCUSSION:
At 11:00 a.m. on September 14, 1988, the City Clerk opened and read
the following bids for this project:
Bidders Total Price Bid
Low Roy Allan Slurry Seal 280,800
2 California Pavement Maintenance Company 298,707
3 Doug Martin Contracting Company 303,155
The low bid is 12% higher than the revised Engineer's estimate of
$250,000. (The original estimate was increased by $25,000 subsequent to
printing the "Approve to Advertise" agenda item to account for today's high
costs for striping and pavement markings ($60,000 in this contract)).
The low bidder, Roy Allan Slurry Seal is a well - qualified contractor
who has satisfactorily performed previous contracts for the City.
Funding for award is proposed from the following accounts:
Description
Street, Alley and Bikeway Slurry Program
Street, Alley and Bikeway Resurfacing
and Reconstruction Program
Construct Channelization and Traffic Control
Safety Improvements
Street, Bikeway and Parking Lot Striping
and Pavement Marking Program
Account No. Amount
02- 3388 -014 $200,000
02- 3388 -014 45,800
02- 5697 -371 5,000
02- 3387 -402 30,000
This project provides for slurry sealing and re- striping street in
Harbor View Homes, Harbor View Hills, Spy Glass Hill, Corona Highlands, Cameo
Highlands, Cameo Shores, San Joaquin Hills Road, Newport Center Drive ( "Ring
Road "), San Miguel Road and Ford Road. The slurry protects asphalt pavements,
increases skid resistance, improves appearance, and delays the need for a more
costly resurfacing of these streets.
The plans and specifications were prepared by the Public Works
artment. Tbe)es im ted date of completion is December 8, 1988.
Ben amin B Nolan
Public Works Director
Authorized to Publish Advertisements of all kinds including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961. and
A- 24831. dated 11 June, 1963.
STATE OF CALIFORNIA
County of Orange I i'.MC Nouu ♦...mama cov «w
0, mu .Nd..n a Yr m ] "M
rim 10 W. column r Ih
I am a Citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. 1 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 two ( 2 )
consecutive weeks to wit the issue(s) of
August 26 198 8
September 2 198 8
198_
198
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on September 8 198 8
at Costa Mesa, California.
Signature
0
PUBLIC NOTICE
NOTICE
INVITING BIDS
Sealed bids may be
celved at the office of
City Clerk, 3300 NMI
Boulevard, P. O. Box 17
Newport Beach,
92658.8815 until 11:00 e
on the 141h day of Septi
bar, 1988, at which t
such bids shell be opal
and read for
TWO of Prolsob 1988
STREET SLURRY BE
PROGRAM
Contract No.: 2709
Englnaar's EMlmr
$250,000
Approved by the 1
Councll this 22nd day
August, 1988.
WANDA E. RAGGIO, 1
Clark
Prospective bidders r
obtain one set of bid do
merit, 3300 Newport
Boulevard, P. O. Box 1768,
Newport Beach, CA
92658 -8915.
For further Information,
.call Gilbert Wori9, Project
I Manager at 844-3311.
Published Orange Coast
Deily Pilot August 26, Sep-
tember 2, 1988
F848
PROOF OF PUBLICATION ��
•
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1988 -89 STREET SLURRY SEAL PROGRAM (C -2709) v
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to ki
DISCUSSION:
August 22, 1988
CITY COUNCIL AGENDA
ITEM N0. F -12
BY THE CITY COUNCIL
CITY Of NEk�P XT BEACE
AUG 2 2 1988
APPROVED
This project provides for slurry sealing and restriping streets in
Harbor View Homes, Harbor View Hills, Spy Glass Hill, Corona Highlands, Cameo
Highlands, Cameo Shores, San Joaquin Hills Road, Newport Center Drive ( "Ring
Road "), San Miguel Road and Ford Road.
The estimated cost of the work is $225,000. Adequate funds are
available in the current annual Street, Alley, and Bikeway Slurry Seal Program
and the Street, Bikeway and Parking Lot Striping Program.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is December 8, 1988.
a ),�4
Benjamin B. Nolan
Public Works Director
GW:dw