Loading...
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