Loading...
HomeMy WebLinkAboutC-2062 - Construction of West Coast Highway to Balboa BoulevardOctober 2, 1980 CITY OF NEWPORT BEACH Fleming Engineering, Inc. 13909 Artesia Blvd. Cerritos, CA 90701 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Industrial Indemnity Company Bond No.: YS808 7192 Project: West Coast Highway Improvements Contract No.:2062 The City Council on August 25, 1980 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bond 35 days after �. Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 15, 1980,.Book No. 13744, Page 1. Please notify your surety company that the bond may be released 35 days after the recording date. DORIS GEORGE City Clerk DG:bf cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach. California 92663 BK 1 3744 PG ' I TO EXEMPT C5 ORT I35ACH RECORDED IN OFFICIAL RECORDS �-` 1 O 1 OF ORANGE COUNTY. CALIFORNIA `i)`,i'D 0 cnrH CALIF .92653 30 mi ". 3 P.M. SEP 151980 NOTICF. OF COMPLETION Pam LEE A. BRANCH, County Recorder PUBLIC WORKS -o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of West Coast 57th Street to Balboa Blvd. (C--TO-9-2 June 12, 1980 on which Fleming Engineering Inc was the contractor, and Industrial Indemnity Company was the surety, was completed. I, the undersigned, say: is (sou CIT F Ozz BEACH ce��,2 Ak- ncFub lic Works Director VERIFICATION Ac:r +a I am theAPublic Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. ,declare under penalty of perjury that the foregoing is true and correct. Executed on August 27, 1980 at Newport Beach. California. w V 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 August 25,_1980 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 August 27, 1980 at Newport Beach, California. City Clerk August 27, 1980 CITY OF NEWPORT BEACH Lee A. Branch County Recorder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: OFFICE OF THEICITY CLERK (714).640 -2251 Attached for recordation is Notice. of CoWletion of Public Woks project consisting of West Coast Highway Improvements (southside) 57th Street to Balboa Blvd. Contract No. 2062 on which Fleming Engineering, Inc. was the Contractor and Industrial.Indemnity Company was the Surety. Please record and return to us. wry truly ywrs, Doris George City Cleric City of Newport Beach City Hall 3300 Newport Boulevard, Newport Beach, California 92663 AUG 25 1980 August 25, 1980 CITY COUNCIL AGENDA 0y, ib� CITY COUNCIL ITEM N0. f-1—t3 My OF W40— TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF WEST COAST HIGHWAY IMPROVEMENTS (SOUTHSIDE) 57TH STREET TO BALBOA BOULEVARD (C -2062) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the improvement of West Coast Highway has been completed to the satisfaction of the Public Works Department. The bid price was: $ 199,000.00 Amount of unit price items constructed $ 188,123.07 Amount of change orders $ 4,913.69 Total Contract cost $ 193,036.76 Five Change Orderswere issued. The first and second, in the amount of $1,618.61, provided for modifications to the storm drain to avoid the existing OCSD sewer main. The third in the amount of $950.24, provided for installation of an additional tee and gate valve in the existing water main. The fourth, in the amount of $1447.51, provided for the relocation of the existing lighting conduit and pull boxes near the southwest Arches ramp. The fifth, in the amount of $897.33, provided for the installation of a metal removable curb section over an existing OCSD manhole. Approximately 40% of the total project cost was paid by the County AHFP fund, the remainder, by the City's Gas Tax and Water Funds. The design engineering was performed by Robert Bein, William Frost and Associates of Newport Beach. The Contractor is Fleming Engineering, Inc. of Cerritos, California. The contract date of completion was June 12, 1980. The work was completed by May 30, 1980, with the exception of the s, airway railiwhich was completed by June 27, 1980. Benj min B. Nolan Public Works Director GPD:do CITY OF NEWPORT BEACH Date April 11, 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2062 Project west Ooast Hwy Inprovenmts fmn 57th St. to Balboa Blvd. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Fleming Engineering, Inc. Address: 13909 Artesia Blvd., Cerritos, CA 90701 199 oce. aD Amount: $ 194,999.00 Effective Date: March 26, 1980 Resolution No. 97n9 <' A:t-4-zDoris Geo tj e Att.41 cc: Finance Department :i ity Ifall 3300 Newport Boulevard, Newport Beach, California 92663 CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2062 AHFP NO. 1010 CONTRACT DOCUMENTS I "m WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WESTERLY OF NEWPORT BLVD. TO NEWPORT BLVD. AND STAIRWAY CONSTRUCTION AT NEWPORT BLVD. BRIDGE CROSSING OVER NEWPORT BAY LENGTH: 0.45 MILES Approved by the City Council this 25th day of February, 1980 Boris Geqrqe, City Clerk SUBMITTED BY: Fleming Engineering, Inc. Contractor 13909 Artesia Boulevard Address Cerritos, California 90701 City Zip 213 926 -6664 Phone $199.000.00 Total Bid Price y W.4 Page 1 SEALED - BIDS -will be received at the of -City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as do d by telephone time signal) on the 13tb day of- �rch , 1980, at ich time they.will be opened and read, for performing work as follows-.. WEST COAST HIGHWAY IMPROVEMENTS ( _ SIDE) 57TH STREET TO BALBOA BOULEVARD CONTRACT *100_:.. 2062 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be; retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required anFe—Corporate Seal shall be affixed to all documents requiring sutures. In the case of a aril tnership, the signature of at least one general partner is required. No bids will.be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) u Y r .r. Page 1 a i The Cit has adopted the Standard S ecifications for Public Works Construction (1976 Edition�..as prepared by i e ou ern a 11fornia Chapters of e American Public Works Associa -iidh and the:Associated General Contractors of America. Copies may be obtained Inc 1055. Overland Avenue, Los Angeles, California 90034, (213) w:- s adopted Standard Special Provisions and Standard Drawings. Copies of 2tre:availaDle:,aix the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained'the general prevailing rate of per diem wages in the locality in which the work is to be perfomed 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'Lhe City Clerk.: All parties to the contract shall be governed by all provisions of the. Cal itior Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive) . If*:-. tractor shall be responsible for compliance with Section 1777.5 of the Californf .Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 E 41 I x� G Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 327629 Classification A Accompanying this proposal is Bond (Cash, Certified Check, as ier s Deck or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 926 -6664 P ane u er March.13 1980 Dal Flemino Enqineerinq. Inc. Bidder's Name (SEAL) S /Terry L. Fleminq uthorized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Terry L. Fleming, Pres. Treas. Julia A. Fleming, V.P. - Sec. Harry C. Gross. V.P. - Gen. Mqr. ... • DESIGNAT.IDN .OF. SUBCONTRACTORS The undersigned ce rtifies' hat he has °bsed he sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which,:,. they bid, subject to the approval of the • City Engineer,. and in accordance with the applicable provisions of.the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address • 1. AX. Industrial. Asphalt... -Van Kuys %- • 2, Curb &Gutter C & L Concrete_ Azusa 3,. Electrical Steiny.& Co. Anaheim 1 4 { 6 7. 8 , 9. t0 12. Fleming En gin Inc. er s ame Werry.L. Fleming Authorized signature Co ration Type of gan zat on (Individual, Co- partnership or Corp.) 13909 Artesia Blvd. Urrl i rnia; 90fiD1 : FOR ORAL SEE CITY CLERK'S FILE COPY • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, FLEMING ENGINEERING. INC. , as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH) That if the proposal of the above bounden principal for the construction of WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP No. 1010 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 13th day of March. 19 80 . Corporate Seal (If Corporation) FLEMING ENGINEERING, INC. Principal S /Terry. L. Fleming, President (Attach acknowledgement of Attorney -in -Fact) S /Pamela Urry, Notary Public INDUSTRIAL INDEMNITY COMPANY Commission expires 7 -22 -83 Surety By /William R. Friis Title, Attorney -in -Fact _ ment win competi ti bid. has b the Bylaw consideri. ahrough: �s bidding:a through` s th at. whic delivered awarding ..- IIUITZbUzr, our ers, which tends contract sought of . or .bi¢ depasnory,; that no ppears uopm; ,,lae;fAce. of any person oinsoever t the eontratt,,;n qr has th kind whatsoever, other. person in a ent any subcontraotor_.or materialman from the' faci l.i ties of or ,.accept bids from or ement or any, form or character other than d wilt be suggested, offered, paid, or uence the. acceptance; of the s. aid, bid or def.any, agreement or understanding ,Of. any r to pay, deliver to, or share with any. any of the proceeds of the contracts sought by this bid: FLEMING ENGINEERING, INC._ 'S /Terry L. Fleming, President ..S/Janice E. Sullivan Notary Public iv,,it"the time of 0.r they nor any of arrangement I or agree - T.TY OF NEWPORT BEACH U to-pay to such ;:give to such other , Sant or affiants .or. ... arrangement or agree ssen .or destroy free _ ,ached bids.; that no nigh any :bid depository . ie contractor from = is not . processed ent any subcontraotor_.or materialman from the' faci l.i ties of or ,.accept bids from or ement or any, form or character other than d wilt be suggested, offered, paid, or uence the. acceptance; of the s. aid, bid or def.any, agreement or understanding ,Of. any r to pay, deliver to, or share with any. any of the proceeds of the contracts sought by this bid: FLEMING ENGINEERING, INC._ 'S /Terry L. Fleming, President ..S/Janice E. Sullivan Notary Public � a.. ., �. r ::� �; �, .� ,, � _ �� F 5 t �. - R�'C .. � - ._fit � � A` -: - _ _ . .' l � . _. �-� 1 � .' ,.. n - . ^j l � a.. ., �. r A i Y S /Terry L .FliA.i The.andersigned submits he►►ith.a statement of tare work - of similar character to that:br".Osed herein whtch:he has perform and successfully :complete d. ' I Year Colleted For Yk►om 1=er4''- d'(Detai}l Person to Contact Telephone No. 1979 City of Nor1k" Bert Myers 8684254 <z 1979 Co 4f Oran Air DOrtj 1979 City. of Santa FemSPringS 14eyer Rd) Mr. Aziz 868 4511 1979 City of Irvine (University Dr) Ben Yamada 1.979- City of Santa Ana (7217 "B) I 1979 City of- Ca�press' 0714)828 -2200 t ; i S /Terry L .FliA.i i Milk, :yieaci,:., y.•Y:- s�a;a.'i: _ s" s �..:sq'�? , .y,a,`°�-F ! ..v x..�.."..s.J .as�:t` tTS ID. MATER: BOND NO. jLS808 -7192 PREMIUM MIL i. State of California, by has awarded .to FLEMINO iNG INC r F.. .. .. .... - hereinafter, designated -as the ".#!rincipal ", a contract for WEST..COAST HIGHWAY' IMPROVEMENTS., CONTRACT NO. 2062, AHFP NO. 1010 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 arty of his or its subcontractors, shall fail to pay for any materials, provisions, provender; or other supplies or teams used in, upon, for,_ or about the per - formance of.the . work agreed,to,be done, or for any work or tabor done thereon of. any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We FT.F.MTM RNr.TNFF.RTNQ, as Principal, and INDUSTRIAL TNDFMNTTV rOMPANY as Surety, are held firmly bound unto the City. of Newport Beach, in the sum of NINETY -NINE THOUSAND FIVE HUNDRED 'AND Nnllnn - -- Dollars ($ 9q,5nn_n0 ), said sum. being one-half-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, provender, or other supplies or teams, 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 Unemployment 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 4204 of the Government Code of the State of California. This 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 y _ ,,,�yy J ^5..�^�TMing -4 4 � �.Si.3N`?� � } if !� °Y � �.ca.ey , '^may _ 4'^ ° � 3 3 � ,-ii.. ' � } if !� _this as 'required t Provisifitxs,of Section 42MAW Giverrunent Code of the..State vf_Caatfornta _ And said Surety, fri-tr valeeived, heresy - stipulais5 :k Ltgi^ees that no change, P Ow 5 .* rContinued) work to, be performed :tlier ar the specifications: >a irtg ahe saw shall in -this w1 at Bond '- any, wise a €fect_ its obligat r bond,, and it does-.y - y waive notice of:.any such change, extension of t Iterations or additions to the terms.of the contract , or to the.work or to the s Cations, _this as 'required t Provisifitxs,of Section 42MAW Giverrunent Code of the..State vf_Caatfornta _ And said Surety, fri-tr valeeived, heresy - stipulais5 :k Ltgi^ees that no change, =: extension of time, a- Tte"ti r• additions to the tgrwi ;pntract or to the work to, be performed :tlier ar the specifications: >a irtg ahe saw shall in -this any, wise a €fect_ its obligat r bond,, and it does-.y - y waive notice of:.any such change, extension of t Iterations or additions to the terms.of the contract , or to the.work or to the s Cations, ; -; :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 a ' its obligations :under.this bond. IN WITNESS WHEREOF, this: nstrument haS'been duly executed by the Principal and =Surety above named, on the ':24Tx day of MARca 19M ; a FLEMING ENGINEERING .INC. ear) �. Name of. Contractor ncipal j _ BY: 9WMrired gnatupr.-ana t e Authorized Sgnature and Title i NipriMITY COMPANY (seal) ame of urety .505 S VI&GIL AVigf. LOS AN E3 " 90005" dre o urety ` Sitnature an t e o ut or ze gent WILLIAM R. FR IS,, �a , ATTORNEY FACT- ... _ _ r u STATE OF CALIFORNIA, COUNTY OF Los Angeles ` SS. ON before me, the undersigned, a Notary Public in and for said State, personally appeared _Terry L. Fleming known to me to be the President afthe Fleming Engineering, Inc. the Corporation that executed the within Instrument, known to me to be the person who 110 / U6t executed the within Instrument, on behalf of the Corporation therein named, and acknowledge S, LOS A OGe r to me that such Corporation executed the same. *. WITNESS my hand and official seal. Notary Public in and for said State. State of CALIFORNIA ) } ss County of RIVERSIDE ))) IY000 R6 (9 /12) On MAR 2 4 1980 , before me, the undersigned, a Notary Public of said county and state, personally appeared WILLIAth9 R. FRIIS known to me to be the Attorney -in -Fact of INDUSTRIAL INDEMNITY COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to. me that such Corporation cxecuted the same. ZY 1i =.1y C]n,..T:e51�n Ey.]i�Ci 7 -22.33 IY000 R6 (9 /12) On MAR 2 4 1980 , before me, the undersigned, a Notary Public of said county and state, personally appeared WILLIAth9 R. FRIIS known to me to be the Attorney -in -Fact of INDUSTRIAL INDEMNITY COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to. me that such Corporation cxecuted the same. I Page 13 5. Pursuant to the Labor Code of -:the. State of California, the City Council has ascertained the general prevailing ra of per diem wages for each craft or type of workman needed to execute the contracV9 schedule containing such information is included in the Notice Inviting Bids an =incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, the County of Orange, the Director of the Environmental Management Agency, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City ClerK Approved as to form: ity ttorney CITY OF NEWPORT BEACH, CALIFORNIA By: Mayor f %Om rn3Va cfi r a in ?— PL- (SEAL) � -- `. . By Title By: Title (For AiFP Projects Only). STATE OF CALIFORNIk t} COUNTY OF Los AnveT es 1 UN � /fit 19�� before me, the undersigned, a Notary Public in and for said State, personally appealed OFFIICIAAL�SEArL, 1_ c NOTARY PUBLIC - CALI -0 it 'A LOS ANGELES COUNTY MV CanRi�s MEnpires Jun. 9. 1980 known to me to be the of the Fleming Engineering, Inc. the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknewledged to me that such Corporation executed the same. WITNESS my hand and official seal. ��lLlOi6s i. '2 12Z4E1L., Noun Public in aae for uid Me. .e KNOW'ALL MEN BY. THESE =I WHEREAS h Ci` BOND NO. YSBOB -7192 y/58o8 i /Yx PREMIUM - .393.00 t e ty..77 -one ILY U i,ewyvI L. a U"kt. :�71642:6e Vr. %,aI civra1ia,.:vy . motion: adopted March 2C, "1080. has awarded to FCEMING ENGINEERING INC_ hereinafter designated as the "Princi pal ",.a contract for i WEST COAST HI,NAY: TNPRom s- 1:61N ma Nn- %:2m, AHFP: lnln in. the City of Newport :Beacfi, irk :strict conformity with the Drawings .and. Specifj cat ions 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, FLEMING ENGINEERING: INC. as Principal; and INDUSTRIAL INDEMNITY.COMPANY -' as Surety; are held and firmly bound unto the City. of Newport Beach, in the sum of ONF.':HTTNDRF.D NTNRTY— NTN'E: THATTSAND AND Nn/]oo - -- ---Dollars _($199.000_oo 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 ow assigns, ,jo'fntly and severally, firmly by these presents. THE'CDNDITION: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 -. j 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 ;specifi cations accompanying the. same shall _ Tn any .wise affect i'is,obligations : on'this bond, and.:it' does hereby waive,notice �� ���:,: r i ..� i STATE OF CALIFORNIA, COUNTY OF Los Angeles LOS ANGELES C' y / Idy Commission L,!:re•. ( ss. UN is 8O%, before me, the undersigned, a Notary Public in and for said State, personally appeared ,Terry L. Fleming known to me to be the _ President of the Fleming Engineering, Inc. the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. Notary Public in and for said State. State of CALIFORNIA 1 On MAR 2 4 1980 , before me, the undersigned, } ss. .a Notary Public of said county and state, personally appeared County Of RIVERSIDE ) WILLIAM R. FRIIS known to me to be the Attorney -in -Fact of I Y060 R6 (9172) INDUSTRIAL i idf 7Y COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. C0NT` -ACT THIS AGREEMENT, made -and. entered into this,,,. of /7�scu<, 19 Eck , by and between the CITY.OF:NEWPORT BEACH, California,_hereinafter designated as the City,: party, of the first part, and FLEMING ENGINEERING INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH:: That.the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements. herenafter. mentioned to- 06' mach - and.performed'by the,City, the Contractor agrees with the .City to furnish all materials and labor for the construction of CONTRACT NO 2062, AHFP NO. 1010, WEST -COAST HIGHWAY INPRf11E£MEiiT -1ROM 57TH STREET TO :BALBOA BLVD "AND FROM 40D FEET WFST£RLY OF.NF�IPORT`BLVD..TO=.NEWPORT BLI�D. AND STAIRWAY:CONSTRUCTION AT' NEWPORT _BLVD, BRIDGE CROSSING, ' OVER NEWPORT BAY and to perform and complete in a good and workmanlike manner all.the work pertaining thereto shown on the.Pl'ans and Specifications 'therefor; to furnish.at. his own proper cost and expense all. tools.... equipment;. labor, ^and materials necessary therefor, (except such materials; if any, as in,the said Specifications are stipulated .to be furnished by he City); and to do everything - required by this Agreement and the said:P.lans and .Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing ,. all the work contemplated and embraced . in this Agreement, also.for all loss.:and damage arising out of _the nature of the w*k aforesaid, or.from the action of the,elements, or from <any unforeseen difficulties which.may,arise or be encountered in the prosecu- tion, of.'the. work until its, acceptance by the City, and for all-risks of every, description connected with the work; also,for -all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly ...;stipulated .to. be borne by the City; and for well. and faithfully completing the work _:.and the wfiole thereof, in the manner shown and described in the said Plans and Specifications, the City..will. pay and the Contractor shall receive in full compensation `..therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items :furnished pursuant to the Specifications., named-in the bidding -: sheet. of the Proposal, as the case may be. 3. The-City-hereby prises and agrees :with the said Contractor to employ, and ' r -does hereby employ the said Contractor to provide the materials and to do the work.:` according to the terms and conditions . herein contained and referred to for the price _. - aforesaid, and hereby contracts.to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themsel:ves,.., their heirs, executors, administrators successors and assigns, do hereby agree to ` the full.performance of the covenants herein contained. 4. The Notice to Bidders`, Instructions:to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties ..hereto,.-or when required by the:City in accordance with the..provisions of the Plans - and- Speci:fYCations; are`hereby:•incorporated in and made part of this 'Agreement.. , c �t • PR 1 OF 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WESTERLY OF NEWPORT BLVD. TO NEWPORT BLVD. CONTRACT NO. 2062 AHFP NO. 1010 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to com- plete Contract No. 2062 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 1. I Clearing and grubbing Lump Sum Twelve Thousand @ Six Hundred & Fifty Dollars and Cents er Lump Sum 2. 1 Unclassified excavation Lump Sum Seven Thousand (400 CY Exc.) @ Six Hundred Dollars and (1000 CY Fill) Nn Cents Per Lump Sum 3. 240 Construct A.C. Pavement, Tons Base Course (Type III- B2- AR4000) including prime coat & tack coat @ Forty -three Dollars and Cents er Ton I1 vi of .s1 �1 $ 43.00 $10,320.00 ... i i PR 2 OF 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 100 Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000) including prime coat and tack coat @ Fifty -two Dollars and Fifty Cents $ 52.50 $ 5.250.00 Per Ton 5. 750 Construct Aggregate Base, including Tons under curb and gutter, complete in place @ Eight Dollars and Twen y -five Cents $ 8.25 $ 6,187.50 Per Ton 6. 2,365 Const. Type "A" P.L.C. Curb L.F. and Gutter (8" C.F.) per C.N.B. DWG. 182 -L 7. D @ Six Dollars and Fifty Cents $ 6.50 $15,372.50 Per Linear Foot 350 Place Variable Thickness Asphalt Tons overlay including seal coat and tack coat complete in place @ Fifty -one Dollars and No Cents $ 51.00 $17,850.00 Per Ton 24,548 Const. 4" P.C.C. Sidewalk/ S.F. Biketrail Over 4" Sand @ One Dollars and Cents $ 1.45 $ 3 55. 94.60 Per quare Foot 9. 7 Adjust Existing Manhole to Each finished grade Three Hundred Fifty Dollars and No Cents $ 350.00 10. 4 Furnish and Install Survey Each Monument per C.N.B. DWG. 106 -L, complete in place, PR 3 OF 7 $ 2,450.00 @ Six Hundred Fifty Dollars and No Cents $ 650.00 $ 2,600.00 Each 11. 18 30" RCP, 2000D, L.F. complete in place @ Two Hundred Dollars and No Cents $ 200.00 $ 3.600.00 Per Linear Foot 12. 1640 18" ACP, WOOD, L.F. complete in place @ Twenty -five Dollars and No Cents $ 25.00 $41,000.00 Per Linear Foot 13. 220 Const. 6" Thick Concrete Backfill and L.F. Drainage Ditch Over Storm Drain per Detail, Sheet 4, complete in place @ Sixteen Dollars and No Cents $ 16.00 $ 3,520.00 Per Linear Foot -�"''"� w�?s^-.r .— ..- .�...z'+i=4"�i �-'-s asn �#�= .��.... x.,r w�:. sev.'r ..; � -q+a•" s 14. 3 Const. Curb Inlet, type OS, per Each C.N.B. DWG. 306 -L, complete in place One Thousand @ Four Hundred Dollars and No Cents Each 15. 1 Const. Junction Structure Each per Detail Sheet 1, complete in place One Thousand @ One _Hundred Fifty Dollars and No Cents Each 16., 1 Const. Junction No. 1 per Each C.N.B. Dwg. 310 -L, complete in place One Thousand @ FiVP Htmdrad Fifty Dollars and Nn Cents Each 17. 1 Const. Modified Junction Struct. Each per C.N.B. Dwg. 307 -L (without manhole) length =2.5' complete in place @ Seven Hundred Five Dollars and Forty Cents Each 18. 2 Const. Modified Junction Struct. Each No. i per C.N.B. Dwg. 310 -L with 18" thick gravel false bottom complete in place One Thousand @ Four NundrPd Fifty Dollars and Cents Eac PR 4 OF 7 $ 1,400.00 $ 4,200.00 $ 705.40 $ 705.40 M PL I •Io Pi - �_.'a�sx� �':',�i"'�__ "-- ,....� —•�zir u: -�.g4 a.;e=•.zc, 'x'*-�'i . -�_'_. "` .,"''`'�`�r�cc`_ =_''a�"' ,xm,.. Two Thousand @ Five Hundred Dollars and No Cents $2.500.00 $2.500.00 per Lump Sum 22. Guard Underground Construction Lump Sum Three Thousand @ Two Hundred Dollars and No Cents Per Lump Sum 23. Construct P.C.C. Stairway Lump Sum including handrail, complete in place Eight Thousand @ Three Hundred Fiftv Do, lars and No Cents Per Lump Sump 11 11 11 11 • • PR 5 OF 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 1 Const. P.C.C. Headwall per Each detail, sheet 4, complete in place @ One Thousand Dollars and No Cents $1,000.00 $1,000.00 Each 20. Relocate Exist. Fire Hydrant, Lump Sum Water Main and Water Service per detail on Sheet 4, complete in place @ Three Thousand Dollars and No Cents $3,000:00 $3,000.00 per Lump Sum 21. Relocate Existing Street Lump Sum Light, complete in place Two Thousand @ Five Hundred Dollars and No Cents $2.500.00 $2.500.00 per Lump Sum 22. Guard Underground Construction Lump Sum Three Thousand @ Two Hundred Dollars and No Cents Per Lump Sum 23. Construct P.C.C. Stairway Lump Sum including handrail, complete in place Eight Thousand @ Three Hundred Fiftv Do, lars and No Cents Per Lump Sump 11 11 11 11 4 .} 4 PR6OF7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 24. 2 Construct Concrete Parkway Each Culvert per detail on Sheet 2, _complete in place One Thousand @ Six Hundred Fifty Dollars and No Cents $ 1,650.00 $ 3,300.00 ac 25. 900 Plane Existing AC Pavement S.Y. for 0.1' Thick Overlay at Join Line, complete in place @ Three Dollars and Fifty Cents Per Square Yard $ 3.50 $ 3,150.00 x. "�^; �- - ....�' xi,� _�:� _ �....«�. %s,. J'-" �i��d.. a- ��,3��_e�',�. •-,, t.., � �2: c�+'sa..w —. �sc'�. 16 . • PR 7 OF 7 z 'f Y TOTAL PRICE FOR ITEMS 1 THROUGH 25 WRITTEN IN WORDS One Hundred Ninety -nine Thousand Dollars )OXdIXIXH and No Cents $ 199.000.00 CONTRACTOR'S LICENSE NO. 327629 A FLEMING ENGINEERING, INC. (BIDDER'S NAME) DATE March 13, 1980 CONTRACTOR'S ADDRESS 13909 Artesia Blvd. Cerritos, CA 90701 TELEPHONE NUMBER (213) 926 -6664 S/ Terry L. Fleming AUTHORIZED SIGNATURE 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENT FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WEST OF NEWPORT BLVD. TO NEWPORT BLVD. CONTRACT NO. 2062 AHFP PROJECT NO. 1010 SPECIAL PROVISIONS INDEX SECTION PAGE 1 SPECIFICATIONS 1 2 DRAWINGS 1 3 LOCATION AND SCOPE OF WORK 1 4 TIME OF COMPLETION AND COMMENCEMENT OF WORK 2 5 PAYMENT 2 6 WATER 2 7 SURFACE AND GROUNDWATER CONTROL 2 -3 8 GUARDING UNDERGROUND CONSTRUCTION 3 9 PROTECTION OF EXISTING UTILITIES 3 -4 10 GUARANTEE 4 11 CONSTRUCTION SURVEY STAKING 5 12 LIABILITY +INSURANCE 5 13 PERMITS 5 14 MATERIALS REPORT 6 15 NOTICE OF DISRUPTION IN WATER SERVICE 6 16 TRAFFIC CONTROL ACCESS 6 17 CONSTRUCTION DETAILS 7 A. Clearing and Grubbing 7 B. Unclassified Excavation and Embankment 7 C. Structure Excavation 8 D. Structure Backfill 8 E. Subgrade Preparation 8 F. Relative Compaction 8 G. Aggregate Base 8 H. Asphalt Paving 9 1. General 9 2. Placement of Asphalt Concrete on Aggregate Base 9 3. Placement of Asphalt Concrete Overlays 10 4. Measurement and Payment 10 . SPECIAL PROVISIONS Page 2 SECTION 17 I J K. L M N. 0. P. 0 PAGE Portland Cement Concrete 10 Storm Drains and Drainage STructures 11 1. Pipe 11 2. Drainage Structures 11 3. Concrete Backfill 12 4. Trenching and Backfill 12 5. Measurement and Payment 12 Adjustment of Manholes and Various Vaults to Finished Grade 12 Survey Monuments 13 Fire Hydrant Water Main and Water Service Relocation 13 Concrete Stairway With Handrail 14 Final Clean -Up 14 State Bond and Inspection Requirements 14 APPENDIX Sample Insurance Form C.N.B.Standard Special Provisions (Liability Insurance) CalTrans Encroachment Permit CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WEST OF NEWPORT BLVD. TO NEWPORT BLVD. CONTRACT NO. 2062 AHFP PROJECT NO. 1010 SPECIAL PROVISIONS SECTION 1 - SPECIFICATIONS All work shall be completed in accordance with these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1979 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. SECTION 2 - DRAWINGS The complete set of plans for bidding and construction consists of the following: Drawings No. R- 5389 -5 Sheets 1 through 4. City of Newport Beach Standard Drawings which may be obtained from the Public Works Department by each bidder. SECTION 3 - LOCATION AND SCOPE OF WORK Work to be constructed under this contract consists of the widening and improvement of West Coast Highway approximately 2,000 feet in length between 57th Street and Balboa Blvd., and also 400 feet in length from approximately 400 feet west of Newport Blvd. to Newport Blvd. The work to be done consists of clearing and grubbing, grading, removal of existing asphalt and concrete improvements and the construction of concrete curb and gutter, concrete sidewalk, pavement and base sections, asphaltic concrete overlay, storm drainage facilities, concrete stairway with hand railing, water main relocation, and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. -1- • i SECTION 4 - TIME OF COMPLETION AND COMMENCEMENT OF WORK All items of work shown on the plans, described in these Special Provisions and listed as items in the bid proposal shall be completed in 80 CONSECUTIVE CALENDAR DAYS from the date the City Council awards the contract. SECTION 5 - PAYMENT The unit or lump sum prices bid for the various items of work shall be considered as full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, and no additional compensation will be made therefor. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. SECTION 6 - WATER The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City's utility superintendent at (714) 640 -2221. SECTION 7 - SURFACE AND GROUNDWATER CONTROL It is anticipated that surface and ground or other waters may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the engineer, are not subject to the probability of damage. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or any tidal waters. The Contractor shall submit a plan for implementing siltation control to the City prior to commencing construction. Upon approval of the plan by the City, Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Section 7 -8 of the Standard Specifications as regards project site maintenance. -2- 0 If during the construction of underground facilities, groundwater is encountered and dewatering is required, the Contractor shall dispose of the water by pumping it to settling basins constructed by the side of the road. The basins are to be large enough to allow the water to percolate into the sand without overflowing the basin berms. All costs involved in any dewatering or desilting operation shall be included in the price bid for the related item requiring dewatering or desilting. SECTION 8 - GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor's attention is called to Section 18 -J -4 of these Special Provisions. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for guarding underground construction. SECTION 9 - PROTECTION OF EXISTING UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the informa- tion of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect said utilities during the course of the construction. If the Contractor discovers underground facil- ities not indicated on the plans or in the Special Provisions, he shall immediately give the Engineer written notification of the existence of such facilities. Such facilities shall be protected from damage as directed by the Engineer. The Southern California Edison Company has certain existing poles, pole line, or pole anchors that will interfere with construction proposed under this contract. The City has made contact with the Edison Company requesting that their facilities be removed or relocated from the area of work. It will be the Contractor's responsibility to verify the Edison Company's schedule or their facility relocation. -3- Delays of the contract caused by utility work and work by other forces may occur and will be considered an acceptable cause for time extension, but no idle time compensation will be allowed. The contractor is advised that other contractors, city forces or utilities may be installing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. The construction will cause work to be performed over, under and very near existing sewer, gas and water lines. The Contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Standard Specifications. Specific attention is called to the 12 -inch diameter high - pressure gas line located northerly of the centerline of West Coast Highway. The Contractor shall exercise extreme caution when working in the vicinity of this line. SECTION 10 - GUARANTEE The Contractor shall guarantee for a period of one year, after accept- ance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within 15 days of notice to do so from the City. -4- SECTION it - CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. SECTION 12 - LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: The word "Agency," where used in this section, shall include the City of Newport Beach, the County of Orange, the State of California, and Robert Bein, William Frost and Associates. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. SECTION 13 - PERMITS The Contractor shall obtain the following permits prior to any construction and shall have a valid City business license: Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section 8, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge. The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: Project approval: California Regional Water Quality Control Board - Santa Ana Region. 2. Permit: California Coastal Commission, South Coast Regional Commission. Permit: California Department of Transportation Encroachment Permit. (See Appendix) -5- The Contractor shay be responsible for making himso aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for various items of work, and no additional compensation will be made therefor. SECTION 14 - MATERIALS REPORT A report entitled "West Coast Highway Materials Report, AHFP 1010," dated October 25, 1979, submitted to the Director of Public Works of the City of Newport Beach by Development Division of Orange County Environmental Management Agency, is on file in the office of the Director of Public Works. Copies may be obtained upon request. SECTION 15 - NOTICE OF DISRUPTION IN WATER SERVICE Twenty -four (24) hours before shutting off water service to any business or residence, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and the approximate time the water will be turned on again. Temporary water service is to be maintained to the Surf and Sirloin Restaurant (located at 5930 West Coast Highway) during business hours. SECTION 16 - TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications, except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. The Contractors work shall also conform with all traffic control provisions contained in the encroachment permit issued by CALTRANS for work within West Coast Highway, a copy of which is attached hereto in the Appendix. The Contractor shall submit a written traffic control plan to the Engineer for his approval prior to commencing any work. The plan shall consist of the following: A complete and separate drawing for each stage of construction proposed by the Contractor showing the location of all signs, barricades, lights, warning devices, and temporary parking restrictions. Since West Coast Highway carries very heavy traffic during the summer months, no lane closures will be permitted between June 14 and September 3, 1980. The Contractor shall maintain two lanes of traffic in each direction at all times on West Coast Highway except that before June 14, 1980 and after September 3, 1980 traffic may be reduced to one lane in each direction between the hours of 9 a.m. and 3 p.m., Monday through Friday. On West Coast Highway the Contractor shall conduct his operations in such a manner that clearance between traffic and any open ditch shall not be less than five feet. Clearance from surface operations shall not be less than two feet. All costs for traffic control shall be included in the prices bid for the various items of work and no additional compensation shall be allowed therefor. Should any of the providions contained herein conflict with requirements of any permit, the permit shall govern. SECTION 17 - CONSTRUCTION DETAILS A. Clearing and Grubbing Clearing and grubbing shall conform to Section 300 -1 of the Standard Specifications and these special provisions. All traffic signs and markers that interfere with the work in this contract, whether shown on plans or not, shall be relocated as directed by the engineer or as shown on plan, or removed by Contractor, salvaged, and delivered to the City Corporation Yard located at 592 Superior Avenue, Newport Beach, California B. Unclassified Excavation and Embankment This item of work shall be done in accordance with Section 300 -2 of the Standard Specifications. The estimated excavation quantities (400 C.Y.) will include all material, regardless of classification, occurring between the existing paved or ground surface, and the grading planes required to construct the improvements according to plans or as directed. It is estimated that there will be approximately 1,000 cubic yards of compacted fill to be placed in order to construct the improvements to the grades as shown on the plans. The suitability of the material to be placed as compacted fill will be determined by the Engineer. Relative Compaction of all fill shall not be less than 95 %. Payment for placing fill within the roadway and within the adjacent area as shown on the plan, including all appurtenant work, shall be included within the contract lump sum price for unclassified excavation, and no separate payment will be made. Unclassified excavation quantities were determined from cross sections prepared by the Engineer with quantities computed by means of average end areas and distances between these areas. -7- C. Structure Excavation Excavation for drainage structures, pipes, or other bid items requiring excavation, will not be paid for as unclassified excavation. The Con- tractor shall include all costs of structure excavation in the unit or lump -sum price bid for the applicable structure or pipe. D. Structure Backfill Backfill at all structures, sand equivalent of not less of not less than 95 %. No s backfill. All contractor's included in the lump -sum or or pipe. E. Subgrade Preparation including trench backfill, shall have a than 30 and shall have a relative compaction ?parate payment will be made for structure costs for structure backfill shall be unit price bid for the applicable structure Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. Within the roadway area the top 6" of subgrade material below the grading plane shall be compacted to a rela- tive compaction of not less than 95 %. Relative compaction of the top six inches of the subgrade within the concrete sidewalk (bike trail) shall also be not less than 95 %. No separate payment will be made for subgrade preparation. All Contractor's costs of subgrade preparation shall be considered to be included in the contract unit prices for items of work which require subgrade preparation. F. Relative Compaction Wherever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test Method No. Calif. 216 or 231. The area, as stated in Test Method No. Calif. 231, may be represented by one or more individual test sites. Laboratory Maximum Density tests shall be per Method 2 of Section 211- 2.1. The correction for oversize material as stated in Test Method No. California 216 shall be replaced with Note 2 of A.S.T.M. D1557. G. Aggregate Base Aggregate base shall conform with untreated base materials, processed miscellaneous base per Section 400 -2 of the Standard Specifications, and these Special Provisions. In lieu of the second sentence of Subsection 200 - 2.4.1, at least 65 %, by weight, of the material retained on the No. 4 sieve, shall be crushed particles as determined by Test Method No. California 205. X11 0 Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent requirements of Subsections 200 -2.2 through 200 -2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the Orange County Environ- mental Management Agency - Materials Laboratory. Aggregate base shall be spread and compacted in conformance with Subsection 301 -2 of the Standard Specifications. Quantities of aggregate base to be paid for by the ton will be determined as provided in Subsection 301 -2.4 of the Standard Specifications. Payment will be made at the contract unit price per ton. H. Asphalt Paving General Asphalt concrete shall meet the requirements of Section 400 of the Standard Specification and these special provisions. Coarse aggregate shall consist of material of which at least 75% by weight shall be crushed particles in lieu of the requirements of Section 400 - 4.2.3. The vicosity grade of paving asphalt shall be AR 4000. The exact proportions of aggregate and the amount of asphalt binder for each type of mixture shall be as follows: Base Course shall be Type III- B2- AR4000 with 5.4% asphalt content. Finish Course shall be Type III- C3- AR4000 with 5.8% asphalt content. Placement of Asphalt Concrete on Aggregate Base Placing of asphalt pavement on aggregate base shall conform to Subsection 302 -5 of the Standard Specifications. The asphaltic concrete within the roadway shall be placed in two courses. Prime coat shall be applied to aggregate base and shall be Grade SC -250 liquid asphalt, or a grade to be specified by the Engineer in the field, and shall conform to Subsection 203 -2 of the Standard Specifications. Within the roadway areas pavement over aggregate base shall consist of a base course of 0.25 feet thickness of Type III - B2- AR4000 asphalt concrete followed by 0.10 feet thickness of Type III- C3- AR4000 asphalt concrete finish course. If in the opinion of the Engineer, the condition of the roadway surface at the time of applying the finish course is such as to require an application of "tack coat" the Contractor shall apply the tack coat to base course as directed by the Engineer and no additional compensation shall be allowed therefor. i I 3. Placement of Asphalt Concrete Overlays Placing of asphalt pavement overlays on existing pavement shall conform to Subsection 302 -5 of the Standard Specifications, and shall be Type III- C3- AR4000, finish course grade. Tack coat shall be applied to existing pavement and shall be Type SS -lh emulsified asphalt, or a type to be specified by the Engineer in the field, and conform to Subsection 203 -3 of the Standard Specifications. 4. Measurement and Payment Measurement and payment for asphalt concrete shall be in accor- dance with Subsection 302 -5.8 of the Standard Specifications and as specified herein. All asphalt concrete shall be measured in tons and payment will be made at the contract unit prices. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavement, overlay, or trench resurfacing, complete in place, and shall include all costs of furnishing and applying prime coat, tack coat and paint binder where required by the plans and these Special Provisions. Portland Cement Concrete All portland cement concrete shall be Class 560 -C -3250 unless otherwise specified on the plans. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. The sodium sulphate loss requirement of Sec. 400 -1.3.1 may be waived by the Engineer. The Cleanness Value requirement of Sec. 200 -1.4 shall be replaced with the following: Tests Test Method No. Requirements Cleanness Value Calif. 227 Ind. Test 70 min.; Mov. Av. 75 min. Percentage Wear ASTM C131 100 Revolutions 15 Max. 500 Revolutions 52 Max. The Sand Equivalent requirement of Sec. 200 -1.5.3 shall be replaced with the following: Tests Sand Equivalent: Individual Test Moving Average Test Method No. Calif. 217 -10- Requirements 70 Min. 75 Min. 0 0 Portland cement concrete used for the curb and gutter and sidewalk (bike trail) shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. For payment purposes, reconstruction of bus bay slab as shown at station 684 +54 shall be considered "sidewalk" and paid for at the contract bid prices for sidewalk (bike trail) construction. Payment for constructing P.C.C. curb and gutter shall exclude curb inlet and local depression lengths. J. Storm Drains and Drainage Structures Pipe Storm drain pipe shall be either cast or spun reinforced concrete pipe of the size and "D" -load shown on the plans. All reinforced concrete pipe shall have 0 -ring rubber gasket bell and spigot joints satisfactory to the Engineer to prevent sand infiltration into the pipe. All reinforced concrete pipe and fittings shall be in accordance with Section 207 -2 of the Standard Specifications and as specified herein. All asbestos - cement storm drain pipe and fittings shall be in accordance with Section 207 -6 of the Standard Specifications. Storm drain pipe bedding shall conform to Class "C" bedding per City of Newport Beach Standard 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications. All costs incurred in the abandonment of existing storm drain facilities shall be included in the unit prices bid for the new storm drain facilities and no additional compensation shall be allowed therefor. Drainage Structures All drainage structures shall be constructed pertinent City Standard Drawings and details All curb inlets shall have a protection bar Std. 300 -L. -11- in accordance shown on the installed per with the plans. CNB 3. Concrete Bacoll Ll Where shown on the plans, concrete backfill shall be placed over and around the storm drain pipe in accordance with the detail shown on sheet 4 of the plans. Payment for concrete backfill will be made at the contract unit price per linear foot of the pipe being encased. Trenching and Backfill All excavations and trenches for the storm drain facilities shall be in conformance with Article 6 of Title 8 Division of Industrial Safety Orders. The classification of the soil material with respect to shoring is "Running Ground" per Section 1541 (e) (s). Section 306 -1.3.6 of the Standard Specifications is hereby amended to require a minimum of 95% relative compaction of all trench backfill in all areas. The contractor shall densify.by jetting and /or ponding supplemented as required with mechanical devices to comply with this special provision. It is the intent of this special provision that no trench backfill settlement Will be allowed. Measurement and Payment Payment for storm drain pipe will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, bedding, pipelaying, backfill and compaction, the abandonment of existing storm drain pipe and structures by constructing brick and mortar plug, and all appur- tenant work, complete in place. The contract lump sum or unit prices for the drainage structures shall include all compensation for furnishing all labor and materials to construct all items as shown in details in the plans for the various.locations including excavation, backfilT and compaction, grates,.covers, manhole frames and covers, rounded entrances to outlet pipes, local depressions and all appurtenances, complete in place. K. Adjustment of Manholes and Various Vaults to Finished Grade The Contractor shall adjust the existing utility vaults and manhole frames and covers to grade at the locations shown on the plans. Frame and covers shall be adjusted after finish course of asphaltic concrete has been.placed. In concrete areas, they shall be adjusted to grade prior to placement of the portland cement concrete. All manholes, water vaults, water valve boxes, water meter boxes, street light box and similar items shall be adjusted to finish grade in a manner similar to that described in Subsection 302 -5.7 of the Standard Specifications. Contractor's attention is directed to the existing street light box located at station 731 +90.5. Contractor shall verify if existing box is traffic or non - traffic type, and install a new traffic box if the existing box is non- traffic. The replacement box shall be identical in size to the existing box or an equivalent substitute may be used as determined by the Engineer. -12- Work performed on Orange County Sanitation District sewer facilities shall be done in accordance with the requirements of the District. Payment shall be made on the basis of a count of sewer or similar type manhole frames and coveres adjusted to finish grade by the Contractor. Minor items such as water meter boxes, street lighting or traffic signal boxes shall not be counted. L. Survey Monuments The Contractor shall furnish and install survey monuments in accordance with Standard Drawing 106 -L, Section 309 "Monuments" of the Standard Specifications and these Special Provisions at the locations shown on the plans. All monuments shall conform to Standard Drawing 106 -L. The Contractor's Surveyor shall establish the proper location for frame and cover and the concrete monument complete with bronze crown. The Engineer will provide surveying services to punch the bronze disc and set straddle ties for each monument. Any monument misplaced to the extent that the punch mark does not fall within a 14 inch circle centered on the bronze disc shall be repositioned by the Contractor at his expense to the satisfaction of the Engineer. The contract unit price paid for survey monuments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing the monuments, complete in place, including excavating and backfilling holes, any required pavement replacement, and disposing of surplus excavated material, as shown on the plans and as specified in the specifications and these special provisions, and as directed by the Engineer. M. Fire Hydrant, Water Main and Water Service Relocation Fire hydrant, water main and water service relocation shall be performed in accordance with the City's Standard Special Provisions and Specifica- tions for water mains, and per details as shown on sheet 4 of the plans. The Contractor shall be responsible for maintaining water service to the businesses and the residents affected by the work and for providing notices as specified in Section 15 hereof. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed (4) four hours. All water shut downs are to be made by the City Utility Department. A 48 hour notice must be given to the City Utility Department and no shut downs will be made on Fridays or Mondays. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in relocating the fire hydrant, water main and water service including excavation, backfill, thrust blocks and encasement, complete in place, to the satisfaction of the Engineer shall be considered as included in the lump sum contract price paid for relocating the existing fire hydrant, water main and water services at locations shown on the plans. -13- 1 N. Concrete Stairway With Handrail The Contractor shall construct the concrete stairway with handrail as shown on sheets 3 and 4 of the plans. All work shall be done to the satisfaction of the Engineer. Full compensation for furnishing all labor, materials, tools, equip- ment and incidentals and for doing all work involved in constructing the concrete stairway including handrail, bike ramp, excavation and backfill, complete in place, to the satisfaction of the Engineer shall be considered as included in the lump sum contract price paid for this item. 0. Final Clean -Up Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment, and all parts of the work and ground occupied by him shall be left in a neat and present - able condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. P. State Bond and Inspection Requirements The Contractor shall furnish the State with a signed application and a $10,000.00 2 -year bond on the State's DHM -P -4 Bond Form to cover the. work within the State highway right of way. The Contractor will be issued a Rider authorizing him to do this work and will be required to reimburse the State for all inspection costs incurred for the inspection of the work performed in the state highway right of way. The City will reimburse the Contractor for all inspection costs billed by the State upon submittal of the bills to the City. -14- APPENDIX CITY OF NEWPORT BEACH • Contract No. 2062 • Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, County of Orange, State of California, and Robert Bein, William Frost and Associates, their officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the - named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the agencies. and company named above and includes a severability of interest clause. Z. Include contractual liability coverage applicable to the Contract No. 2062, including the obligation to defend the agencies and company named above. 3. Delete all exclusions relating to property damage arising out of ex- plosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach, County of Orange, State of California, and Robert Bein, William Frost and Associates against any and all claims, excluding sole negligence of the agencies or company mentioned above, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investi- gation and defense, until reasonable determination is made that the agencies or company mentioned above are solely negligent. 5. Provide limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF ATTACHES ENDORSEMENT POLICY POLICY LIMITS OF INSURANCE NUMBER PERIOD LIABILITY COMPANY- This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City ,sue valid and form a part of policies herein described. Should an 'if the above described policies be cancelled before the expira- tion date ther �:q is company shall mail 30 days' prior written notice by registered m t ity Newport Beach / y Cler 3 PJBr�or oul and Ne po {L/B Ca is 92663 �CT OR BRO ER Address By Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the insurance Company or Companies. C.I.E. - 3/79 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SPECIAL PROVISIONS FOR USE IN CONJUNCTION WITH THE AGC /APWA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 2 -1 AWARD AND EXECUTION OF THE CONTRACT 2 -1.1 AWARD OF CONTRACT - The award of the contract, if it is awarded, will be to the lowest responsible bidder whose proposal complies with all requirements described. The award, if made, will be made within 30 days after the opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done. 2 -1.2 EXECUTION OF CONTRACT - The contract shall be signed by the success- ful bidder and returned, together with the contract bonds and the City's Standard Certificate of Insurance form, within 10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. For work to be accomplished under a State Improvement Act, the contract shall be executed by the successful bidder within the time limits set forth in particular State Improvement Act stipulated in the Resolution of Intention. 7 -3 LIABILITY INSURANCE Substitute the following minimum limits: Comprehensive liability, combined single limit for bodily injury or property damage. Each occurrence: $ 500,000 Aggregate protective: $ 500,000 Aggregate products: $1,000,000 Aggregate contractual: $ 500,000 This policy shall include the following coverages: a. Contractual or Assumed Liability relating to contract(s) between the named insured and the certificate holder named above. b. Owned, Hired and Non -owned Automobiles. c. Contractors Protective Liability (When insured engages subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. - 1 - F To L FOX. DMO.M,P'02 (r+ev 1 STATE OF CALl^SPOTATTOV• No......- ---- - 765536 DEPARTMENT OF T °`�' - ENC V1,0ACHMENT PERMIT City of Newport Beach Los An 3300 W. Newport Blvd. _._.,..___--- ----..._...,California Newport Beach, CA February 5, 80 .. 19........_ , Permittee _} In compliance with your request of-------- -- Nove-- -- ------ mber -- -- °- ° 21 -----, -. ---------- .------- 79 � 7_ -- -- -and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this form andf or attached hereto. PERMISSION IS HEREBY GRANTED TO construct curb & gutter, sidewalk, asphalt concrete pavement, 18 -RCP storm drain, and appurtenant drainage facilities within the State highway right of way on the south side of Pacific Coast Highway between Newport Blvd. and 61st Street in the City of Newport Beach, ORA- 001 - 19.87/20.77, as shown on the attached plans, as specified in this permit, and as directed by the State Permit Engineer in the field. All work within the State R/W shall be in accordance with the Dept. of Transportation Standard Specifications dated Jan. 1978. Prior to the start of any work authorized by this permit, Permittee shall arrange for a pre -job conference with the Permit Field Enginee: Mr. Medina by calling 834 -8317 between 7:30 -9AM to insure a complete understanding of the requirements by both parties. The City of Newport Beach has furnished the State with a letter accepting responsibility for maintenance of the area between the curl and the R/W line on the south side of Pacific Coast Highway in the limits of the work, and shall maintain this area, including slopes and .landscaping, at no cost to the State. Traffic shall be maintained in accordance with Sections 7 -1.08 and 7 -1.09 of the Dept. of Transportation Standard Specifications dated Jan. 1978 and with the Manual of Traffic Controls dated 1977. Cop.tirt7ted This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. This permit shall be void unless the work herein contemplated shall have been completed before. ,.August 5, LB:jc cc LB HTB MEDINA MOTODA OF DEPARTMENT OF TRANSPORTATION R. J. DATEL - - - - -- .. - - - -- - - - - -- ------- - - - - -- . . - Di.rt�roj Tsan.*Partntiml L. BROOKS By, - -- - ---- --... - --- _-------- -- - --- Asst. p�nct Permit Engineer GENERAL PROVISIONS 1. Definition. This permit is issued under Chapter 3 of Division 1 of the Streets and Highways Code. The term encroachment is used in this permit as defined in the said Chapter 3 of said code. 1 {xcept as otherwise provided for public agencies and franchise holders, this permit is revocable on five clays notice. 2. Acceptance of Provisions. It is understood and agreed by the Permittee that the doing of any wnrk under this permit shall constitute an acceptance of the provisions. 3. No Precedent Established. This permit is granted with the understanding that this action is not to be considered as establishing any precedent on the question of the expediency of permitting any certain kind of encroachment to be erected within tight of way of State highways. 4. Notice Prior to Starting Work. Before starting work the Permittee shall notify the District Director of Trans- portation or other designated employee of the district in which the work is to be done. Such notice shall be given at least three days in advance of the date work is to begin. Unless otherwise specified, all work shall be performed on weekday and during normal working hours of the Grantees inspector. , 5. Keep Permit on the Work. This permit shall be kept at the site of the work and must be shown to any repre- sentative of the Grantor or any law enforcement officer on demand. I - 8. Permits from Other Agencies. The party or parties to whom this permit is issued shell, whenever the same is required by law, secure the, written order or consent to any work hereunder from the Public Utilities Commission of the State of California, or any other public board having jurisdiction, and this permit shall be suspended in operation unless and until such order or consent is obtained. 7. Protection of Traffic. Adequate provision shall be made for the protection of the traveling public. Barricades shall be placed with amber lights at night, also flagmen employed, all as may be required by the grantor for the particular work in progress. 8. Minimum Interference With Traffic. All work shall be planned and carried out so that there will be the least possible inconvenience . to the traveling pubbc except for the specific work permitted. 9. Storage of Material. No material shall be stored within eight (8) feet from the edge of pavement or traveled way or within the shoulder line where the shoulders are wider than eight feet. No supplies or equipment shall be stored on the highway until pernittee is ready to start work. 10. Clean Up Right of Way. Upon completion of the work, all brush, timber, scraps and material shall be entirely removed and the right of way left in as presentable condition as before work started. 11. Standards of Construction. All work shall conform to recognized standards of construction. 12. Supervision of Grantor. - All the work shall be done subject to the supervision of, and to the satisfaction of, the Grantor. - - 13. Future Moving of Installation. It is understood by the Permittee that whenever construction, reconstruction or maintenance work on the highway may require, the installation provided for herein shall, upon request of the Grantor, be removed or revised at the sole expense of the Permittee within five clays of such notice. - 14. Expense of Inspection. On work which requires the presence of an employee of the Grantor as inspector, the - salary, traveling expense, and other Incidental_ expense of such inspection during the work shall be paid by the Permittee upon presentation of a bill therefor. - - - - - 15. Liability f9r Darnages. The Permittee is responsible for all liability for personal injury or property damage which may arise out of work herein permitted, or which may arise out of failure on the Permittee's part to perform his obligations under the permit.in. respect to maintenance. In the event any claim of such liability is made against the State of California, or any department, officer' or employee thereof, Permittee shall defend, indemnify and hold them and each of them harmless from. such.claim. This permit shall not be effective for any purpose unless and until the above -named Permittee Ries with the Grantor, a surety bond in the form and amount required by said Grantor, unless specifically 'exempted oR the face hereof. The requirement 'that a bond be filed does not apply in the event the Permittee - is a governmental board which derives its revonue by taxation. - 16. Making Repairs. If the Grantor shall so elect, repairs shall he made by employees of the Crantor anil the expenses thereof shall be borne by the Peftittee. All payments to laborers, inspectors, etc., employed by said Crantor for or on account of the work herein contemplated, shall be made by said Permittee forthwith on receipt of.- written orders, payrolls or voucheis approved by Grantor. Or the Grantor may elect to require a deposit before starting repairs, in an amount sufficient to cover the estimated cost thereof. The Grantor will give reasonable notice of its election to make such repairs. if the Grantor does not so 'elect, the Permittee shall make such repairs promptly. In every case the Permittee shall be responsible for restoring . any portion of the highway which has been excavated at otherwise disturbed to its former condition as nearly as may be possible except where the Grantor elects to make repairs as above provided in this paragraph and except where provision to the contrary is made in the typewritten portion of the permit. Existing improvements shall be protected or relocated as required by work authorized by this permit. If existing improvements are damaged or their operation impaired by this work, they shall Ito replaced or restored to the satisfaction of the Grantor. e - 17. Care of Drainage. If the work herein contemplated shall interfere with the established drainage, ample provision shall be made by the Permittee to provide for it as maybe directed by the Grantor. 18. Submit Location Plan. Upon completion of underground or surface work of consequence, the Permittee shall famish plan to the Grantor's District Office showing location and details. 19. Maintenance. The Permittee agrees by the acceptance of this permit to exercise reasonable care to maintain properly any encroachment placed by it in the highway and to exercise reasonable care in inspecting for and immediately repairing and making good any injury to any portion of the highway which occurs as a result of the maintenance of the encroachment in the highway or as a result of the work done under this permit, including any and all injury to the highway which would not have occurred had such work not been done or such encroachment not placed therein. PIPES, CONDUITS, GAS PUMPS, ETC. 20. Crossing Roadway. Service and other small diameter pipes shall be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically permitted on the face hereof. Service pipes will not be permitted inside of metal culvert pipes used as drainage structures. - 21. Limit Excavation. No excavation is to be made closer than eight (8) feet from the edge of the pavement except as may be specified. - 22. Tunne ling. No tunneling will he permitted except on major work as may he specifically set forth on the face hereof. 23. Depth of Pipes. There shall be a minimum of 30 inches of cover over all pipes or conduits. 24. Backfilling. All baMlling is to be moistened as necessary and thoroughly compacted to required dry density per cubic feet. Whenever required by the Grantor, a trench crossing the roadway shall he backfilled with gravel or crushed rock. City of Newport *c =1 —2— • 779— E-765586 Traffic shs=i not be diverted or interrupted without prior approval of ti,e State Inspector. No lane closure will be permitted on Pacific Coast Highway between the hours of 6:00 to 9:00 A.M. and 3:00 to 7:00 P.M. on weekdays. A minimum of one paved traffic lane, not less than 12-feet wide, shall be open for use by public traffic in each direction of travel on Pacific Coast Highway between the hours of 9:00AM and 3:OOPM on weekdays. No lane closures will be permitted on Pacific Coast Highway between June 13, 1980 and Sept 2, 1980. No work shall be performed on Saturdays, Sundays, or Holidays unless approved by the State Permit Engineer in the field. Existing roadside signs shall be relocated by the Permittee at his expense. Removal of existing traffic stripe and placing new traffic stripe & pavement markings shall be by the Permittee at his expense. A minimum lateral clearance of 5 feet shall be provided between the edge of excavations and adjacent traffic lanes. Where 5 feet of clearance is not provided the excavation shall be shored and tight sheeted. A minimum lateral clearance of 2 feet shall be provided between the edge of surface obstructions and the adjacent traffic lane. Existing utilities shall be protected from damage resulting from the Contractors operations. All materials within 21h feet of finish grade in the paved..portions of the roadway shall be compacted to not less than 95910 relative compaction. Backfill material for trenches excavated within the State R/W shall have a minimum sand equivalent of 20 and shall be compacted to not less than 959/6 relative compaction. All manholes constructed within the improved portion of the roadway shall either be backfilled with 11� sack sand - cement slurry, or aggregate base material compacted to not less than 95% relative compaction. On all permit work involving installation or revision of the State's lighting, signal or electrical facilities, Permittee shal'_notify Permit Electrical Inspector Ben Motoda 213- 620 -2030 of his intention to begin work at least (3) three working days in advance. The permittee shallpay for any temprorary wiring or service connection required to keep the signal system in effective operation during modifications. Any necessary relocation of the State's signal street light facilities shall be completed prior to starting the road work in the area. 1. City of Newport B ch -3- 09 -1- 765566 Care should be exercised in avoiding existing si .-nal and lighting conduits within the project limits. In event of conflict with the existing traffic signal and liir;htinc; systems where no electrical work is authorized in the permit, call the Signal Maintenance Laboratory at (213) 620 - 2.215. If it is necessary to disturb the traffic signal equipment, or if any damage to the equipment is incurred, all work or repairs will be the responsibility of the Permittee and at no cost to the State. Said work, if necessary, shall be completed within thirty (30) days. Protection of the Traffic Signal Equipment as shown on the attached "As- Built" plans is a part of this permit. All changes or variations from the permit plans and specifications shall be approved by the Permit Engineer prior to making changes in the work. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition under the direction and to the satisfaction of the State Rep. in the field. The work authorized by this permit does not require a D.I.S. permit. The Permittee's Contractor shall.furnish the State with a $10,000 bond on the States bond form DMO -M -P-4 to cover the work within the State highway right of way, and submit a signed application requesting a rider authorizing him to do the work covered by this permit. The Contractor will be issued a Rider authorizing him to do the work, and will be required to reimburse the State for all costs incurred for inspection of the work performed within the State highway right of way. Special attention is directed to General Provisions 2, 3, 5 and 6 printed on this form. The attached SUBSTRUCTURES and ROADSIDE IMPROVFIENTS sheets are part of this permit. : 0. MAINTIENANCE SPECIAL TERMS AND CONDITIONS (S STRUCTURES 9 TO HE ATTACHED AND MADE A PA?`T OF ENCROACFIfENT PERMIT NO. 779 -E- 765586 A. Irspection Requirements 1. It 1s imperative that -he Permittee notify the State Inspector at least A8 hours prior to atazting any work under this permit. State Inspector Mr. Medina shone 834 -8317 between ?_�50 -c)Am or if no answer phone -8510 etween and 4 PN. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified on the face of the permit. 3. All work shall be performed on weekdzyn during the normal working hours 17:30/4:00) of the Dept- of Transpertailon'a inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance^ with the Dept, of Transportation Standard Speci- fications dated January 1973 to the natizfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: A minimum of lanes shall be provided for traffic in each direction. In addition, minimum clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, lights and Devices for Use In Performance of Work upon Highways ". When necessary for public safety, flagmen shall be on duty twenty -four hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than one lane of the highway pavement shall be open -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2. CONSTRUCTION REOUIRMNTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42 -1 -fiches between the top of pipe and surface. F.C.C. pavement shall be scored to a depth of li inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement joint and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement oint for bonding existing pavement and replacement patch. 7 -MP- 13 JUL 711 Rev (over) 0 0 Repairs to P.C.C. Pavement shall be made within 5 working days of completion of backfill and shall be made of Portland Cement Concrete containing a minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. High early cement may be required at the discretion of the Dept. of Transportation repre- sentative. Repairs t; A.C. pavements shall be made within 5 working daya of completion of backfiil and shall be made with asphaltic concrete meeting State spect- f.ications, with every effort made to match the existing pavement as to color and surface texture. Replacement of A.C. pavement shall equal existing pavement thickness but not less than 3°. Rock base shall be required. Structural backfill within the existing or proposed roadbed area shall be com- pacted in horizontal layers not exceeding 3" in thickness using approved hand, Pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 Percent usint; California Teat Method 216P. Structural backfill outside of elope lines and nGt beneath any roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have a "Sand Equivalent" value of not leas than 20 as determined by the California Test Method 21TP, if the excavation falls within the existing or proposed roadbed. Consolidation by pondinq and getting will permitted when, as determined by the engineer, the backfill mate- rial is of such character that it will be self - draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. PondI and jettLn Of the upper u' below finished grade Ss not permitted. When Pon ng an jetting s perm e , mar. se use as struciuiai oackfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and getting mt. methods shall be supplemented •try the use of vibratory or other compaction equip- ment when necessary to obtain the required compaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept, of Trans- portation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such tests shall not exceed one test per 15001 of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials testing laboratory to conduct these tests. .Repairs to asphalt shoulders shall be made with,asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed ,with score marks matcan6 existing score marks. When installation 13 to be made.by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's,representative. If considered necessary by the State!.s representative, the ?ermittee small at his expense, pressure grout from.within the casing and /or from the topp of pavement, the area between the pavement and the casing In order to fill any voids caused by the work as covered under this permit. Sex"lice connections must be installed at an angle of 90 degrees from the center line of the State -highway which the.main line traverses. S C MATEN INANCE - PS MITB� 0 SPECIAL PROVISIONS (ROADSIDE IMPROVEMENTS) TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 779 -E- 765586 I. INSPECTION REQUIREMENTS It ls,imperative that the permittee notify the following State Inspector at least 48 hours prior to starting any work under this permit, State Inspector: Mr. Medina phone g34 -8317 between- - or if no answer phone :00 a.m. and 4:00 p.m. All inspection costs incurred incidental to this work shall be borne by the permittee. All work shall be performed during the working hours regularly assigned to Department of Transportation employees. II. CONSTRUCTION REQUIREMENTS Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Division of Highways Standard Specifications dated Jan. 1973 and the following special provisions: (Only items pertaining to the applicable construction work will apply,) A. Sidewalk shall be constructed with Class "A" Portland Cement Concrete four (4) inches in depth except at commercial driveways where six (6) inch depths respectively, will be required. Back edge of sidewalk shall be placed on the right -of -way line. The finished grade of sidewalk shall have a cross fall of 1/4 inch per foot. Concrete shall be scored in accordance with the Standard Specifications or so that scoring will match adjoining existing concrete. B. P. C. C. sidewalk shall be constructed using a minimum of 4" of Class A P. C. C. over 4" of pea gravel or sand subbase and soil sterilant consisting of 25% sodium- clorate per gallon of water ap- plied at the rate of one fourth gallon per square yard. The 4" of sand subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Test Method 217F or as determined by the State Highway Representative. C. Concrete curbs and gutters shall be constructed to authorized plan rades or, n con ormance with existing curb for alignment and grade. State Standard type curb and gutter is required.) Grade and align- ment of portions of curb - returns lying outside the Division of-High- ways right of way must ve a approval of the city or county involved. Prior to the construction of new curbs, the permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to loca- tions back of the proposed curb, also continuation of curb line within the following limits: Fifty (50) feet back from beginning of 7- DIP -17 (OVER) Sep 74 ,+ of curb construe and one hundred and fif o(150) feet beyond the end of curb const ction for safe traffic movement. Removal or re- " location of surface obstructions shall be done without expense to the State. D. Sections of exist in concrete curbs and sidewalks to be removed shall be cut on the neares score mars beyond the limits of removal. This concrete shall be removed to full depth and disposed of outside the State right of way. Unless a neat cut is made without damage to re- maining concrete, additional concrete shall be removed to the next - score line, using a concrete saw if considered necessary by.the State Inspector. E. (1) Concrete driveways shall be constructed in accordance with the attached Regulations for Standard Driveways. (2) Concrete driveway shall be located to provide not less than 2 feet of full- height curb between permittee's property line and driveway. In those cases where the lot line does not intersect the highway right - of -way line at 900, the extension of the property line within the State right of way for purposes of determining driveway locations, shall be on a line at right angles to the curb or edge of traveled way and passing through permittee's lot corner. F. T.enPPorary driveways when authorized shall be constructed with Asphalt surfacing pth of not less than three (3) inches. The edge of driveway shall be not less than five (5) feet from permittee's side property line when curbs are not constructed. Driveways shall be constructed at right angles to and shall join exist- ing surfacing Radius of flared sections placed between edges of 'r pavement and driveway shall not exceed ten (10) feet, unless a larger radius is authorized on face of permit. Finished grade of surfacing placed between traveled way and curb shall conform to existing shoulder grade. This construction shall not interfere with the existing drainage in any way. The permittee understands and agrees that asphalt- concrete surface driveways are temporary; at such time as concrete sidewalks are con- structed, asphalt- concrete surface driveways shall be replaced with standard driveways of Portland Cement Concrete. All driveways shall be constructed over 6 inches of aggregate base. G. Roof drains, when authorized, must be restricted in use for the exclu- sive purpose of draining rain water from the roof of permittee's building and /or paved parking lot. Roof drains if used for any other purpose, such as draining waste water or domestic supply water onto the highway, will be summarily plugged at curb face outlet by State forces. Drains shall be installed at right angles to the curb line. Removal and replacement of concrete curb and sidewalk sections for the installation of roof drains shall be done in accordance with provisions of Paragraph "C" above. H. Roadside landsca 1 , when authorized, shall conform with requirements given,, on a ace of the permit and /or the State's Landscaping Regulations. 7 -MP -17 (back) Sep 74 y ,F "The permittee for himself, his personal representatives, Successors in interest and assigns, as part of the con- sideration hereof, does hereby covenant and agree (1) that no person on the ground of race, color or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any improvements on,.over, or under such land and the furnishing of services thereon, no person on the ground of race, color or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, and (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department o Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally - assisted programs of the Department of Trans- portation- Effectuation of Title VI of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the brCach of any of the above non - discrimination covenants, the State of California, shall have the right to terminate the permit, and to re -enter and repossess said land and the facilities; thereon, and hold the same as if said permit had never been made or issued.° 25- Surfacing. Ai proper backfilling, base and surfacing shall Ire raced in kind, and the site restored to its r .z original condition, all to the satisfaction of the Grantor. 26. Maintain Surface. The Permittee shall maintain the surface over structures placed hereunder as long as necessary. 27. Pipes Along Roadway. Pipes and utilities paralleling the pavement shall be located at the distance from traveled way and at such depth as specifically directed on die face hereof. Cutting of tree roots will not he permitted. POLES, WIRES, CABLES AND OVERHEAD STRUCTURES 28. Location Pole Lines, etc. Pole lines shall be located one foot from the property line unless otherwise specified on the face hereof. 29, Public Utilities Commission Orders. All clearances and type of construction shall be in accordance with the applicable orders of the Public Utilities Commission of the State of California. 30. Permission from Property Owners. Whenever necessary to secure permission from abutting properly owners, such authority most be secured by the Permittee prior to starting work. 31. Clearance of Trees. Poles must be of such height as to permit clearance over a tree 40 feet in height, where quick growing trees are in place. At locations where slow growing trees are in place, normal construction standard may be followed at the option of the pole line company, with provision to ultimately clear a 40 -foot tree. 32. Guy Wires. No guy wires are to he attached to trees except on specific authority and in no event shall they be so attached as to girdle the tree or interfere with its growth. Guy wires shall he kept at a minimum elevation of six feet above the ground whenever so directed. 33. Clearing Around Poles. The Permittee shall remove and keep clear all vegetation from within a radius of at least five feet of the poles. 34. Painting or Visibility Strips. All poles are to be painted for a distance of six feet above the ground using white lead and oil or aluminum paint or in lieu thereof, when poles have creosoted butts, wood, metal or other approved type of visibility strips may be placed. Wood strips are to be Douglas fir 1" x 3 "--5' long placed on 6" centers about the base of pole and painted with white lead and oil or aluminum paint. If metal strips are used such strips may be placed either vertically or horizontally. Paint is to be renewed as often as may he required to maintain a satisfactory covering. If not painted when installed or renewed as the Grantor may consider necessary, the right is reserved to have this painting done and the Permittee hereby agrees to bear the cost thereof under the terms of this permit. Poles that do not present a possible traffic hazard will be given consideration for exemption from those provisions upon written request of Permittee accompanied by pertinent data as to pole location, difference in elevation, etc. The Grantor's decision will be final in this regard. 35. Remove Old Poles, Guys and Stubs. The entire length of such timbers shall be removed from the ground and the holes backfilled and thoroughly tamped. In paved areas, temporary A.C. surfacing shall be placed until such time as permanent repairs are made. PLANTING TREES 36. Location and Species. The location and kind of trees to be planted shall be specified on the face of this permit. 37. Planting and Maintenance Cost. The Permittee must bear the cost of planting the trees. The arrangement as to maintenance of the trees shall be specifically set forth on the face of the permit. In particular cases arrangements may be made for the Grantor to do this work upon deposit of a certain sum for each tree which is to be planted. The Grantor reserves the right to assume the maintenance or to decline to do so as conditions justify. 38. Group Planting. The cost of group plantings and similar special work which may be agreed upon with the Grantor shall be borne by the Permittee. Land for such plantings shall be secured in fee by the Permittee and turned over to the State. Plantings for parking and picnic grounds will not be considered in this connection. REMOVAL OR TRIMMING OF ROADSIDE TREES 39. Removal of Trees. When permit is granted for removal of a tree as an independent operation or as a part of other work, the entire stump shall be taken out for a depth of at least two feet below the ground surface or pulverized with a rotary stump grinder. 40. Clearing the Site. All timber and debris shall be removed from the right of way. The hole left by the stump shall be backfilled and thoroughly tamped and the site left in a presentable condition. 41. Trimming of Trees. In general, only light trimming of branches two inches or less in diameter will be permitted and only when specifically so stated on the face hereof. The shapeliness of the tree must be preserved. 42. Inspection. If the permit requires inspection by the Crantor during progress of the work the cost of inspection shall he borne by the Permittee. No charge will be made for occasional routine inspection. Road Approaches, Connecting Pavements and Minor Work 43. Grades and Speci ications. Grades and types of construction shall be as detailed by plans or stated on the face of this permit. 44. Borrow and Waste. Only such borrow and waste will be permitted and within the limits as set forth on the face of this permit. 45. Afinor Work. Grading down of small banks, small ditches, placing of awnings, and other similar minor work shall be governed by the general provisions and as detailed on the face hereof. Signs 46. Clearance of Signs. The minimum clearance from the sidewalk shall be Naelve feet unless otherwise provided as a provision of this permit. Railroad Crossings 47. Safety and Convenience. The future safety and convenience of the traveling public shall be. given every consideration in the location and type of construction. 48. Mect Highway Grade. The grade and superelevation of the track must conform to the grade of the highway at point of crossing. 49. Width of Paving. The crossing shall be planked or paved as may be specified on the face of this permit for the full roadway and shoulder width. ' \ sac nn. >sen.em � -ze zoo 4 osr April 10, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: !Jest Coast Hwy Improvements from 57th St to Balboa B1. C -2062 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. tUA7W ohn Wolter Project Engineer JW:em Att. NAME AND ADORES% OF AGENCY I Limits of Liability in Thousan $ ) COMPANIES AFFORDING COVERAGES rrPM A ' M �NV111 'a �O EACH AGGREGATE COMPANY LETTER A AXIM w'�'� „ L�..oYRii a SURITA ��y 1 •+A COMPANY LETTER IGN����pp ������ RIA M 1 COItlA6! NAME ND ADDRESS OF INSURED GENERAL LIABILITY V Awy..ETTERNY ■ Yt}�/y� �-y. SIVW t V. 90701 COMPANY LETTER D f Y COMPANY LETTER ` E I� fly �ly�� is a•Wi BODILY INIURV to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term of condition contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to al the exclusions and conditions of such Dolicies. DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES ■ = C01111" lumm7 t COWNAM 60. 20621 AE/P 1010 AOOI?2t1"L 2 ooM noonmaW Amt >s>NOAD TOM 9^ CDVJM= PAR! AT=. � oxapsum or I1osaw mwn Aim., Panium Am M. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will 1CgXM= mail --4& days written notice to the below named certificate holder, MOMS= NAME AND ADDRESS OF CERTIFICATE HOLDER: �/ M 09 6EMai RX31�1 3300 V. BLVD. 6x1!"01! alum* CA 92663 (1 -Z9) DATE ISSUED: 111111= 26, use rails i commYt iL... Biz ��L.I�!( �sE�•C°�t AUTHORIZED REPRESENTATIVE VE I Limits of Liability in Thousan $ ) COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY f Y COMPREHENSIVE FORM ` c �I�i� ##W*719CCA J O'30J 00 BODILY INIURV $ � $ 0 so PREMISES - OPERATIONS PROPERTY DAMAGE $ c 270 $ EXPLLOSIIODN AND COLLAPSE 700 HAZ UNDERGROUND HAZARD ® PRODUCTS /COMPLETED OPERATIONS HAZARD BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ BROAD FORM PROPERTY COMBINED DAMAGE ® INDEPENDENT CONTRACTORS PERSONAL INJURY $ tt-- 7Y0 ® PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY 661►J ;Zit6CCA f Y0 (EACH PERSON) $ COMPREHENSIVE FORM ® BODILY INJURY (EACH ACCIDENT) OWNED PROPERTY DAMAGE $ ® HIRED BODILY INJURY AND KI NON -OWNED PROPERTY DAMAGE $ `w COMBINED iV WO EXCESS LIABILITY B ® UMBRELLA FORM �ZOS363 630/ =0 BODILY INJURY AND $ $ El OTHER THAN UMBRELLA PROPERTY-DAMAGE COMBINED 1,0OO ItSOO FORM WORKERS'COMPENSATION STATUTORY A and EMPLOYERS' LIABILITY Z0080 iex <caocnn OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES ■ = C01111" lumm7 t COWNAM 60. 20621 AE/P 1010 AOOI?2t1"L 2 ooM noonmaW Amt >s>NOAD TOM 9^ CDVJM= PAR! AT=. � oxapsum or I1osaw mwn Aim., Panium Am M. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will 1CgXM= mail --4& days written notice to the below named certificate holder, MOMS= NAME AND ADDRESS OF CERTIFICATE HOLDER: �/ M 09 6EMai RX31�1 3300 V. BLVD. 6x1!"01! alum* CA 92663 (1 -Z9) DATE ISSUED: 111111= 26, use rails i commYt iL... Biz ��L.I�!( �sE�•C°�t AUTHORIZED REPRESENTATIVE VE I This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) G 115 It is agreed that: 1. The "Persons Insured" provision is amended to include as an Insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement in behalf of the person or organization named below. Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH, COUNTIOF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES PROJECT: WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP 1010 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the in- ception date of the policy unless otherwise stated herein. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of policy.) Endorsement effective 3/24/80 Policy No. 86GL59719CCA Endorsement No. 21 Named Insured FLEMING ENGINEERING, INC. Additional Premium $ TBD Return Premium $ The )Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut FRIIS & COMPANY, INC..' Countersigned by (ALAW ee FWW r atm) dd 3/26 p,k CAT. ztsw+ ,ICC42M 1.73 PPnHTED W U.SA 0 SOLELY AS RESPECTS WORK DONE BY AND ON BEHALF OF THE NAMED% INSURED FOR THE CITY OF NEWPORT BEACH, IT IS AGREED THAT THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES ARE ADDED AS AN ADDITIONAL INSURED UNDER THIS POLICY AND THE COVERAGE PROVIDED HEREUNDER SHALL BE PRIMARY INSURANCE AND NOT CONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO THE CITY OF NEWPORT BEACH, CALIFORNIA, UNDER ANY OTHER THIRD PARTY LIABILITY POLICY. IT IS FURTHER AGREED THAT THE OTHER INSURANCE CONDITIONS OF THIS POLICY ARE AMENDED TO CONFORM THEREWITH. THE COMPANY AGREES TO GIVE 30 DAY WRITTEN NOTICE BY REGISTERED OR CERTIFIED MAIL TO THE CITY OF NEWPORT BEACH PRIOR TO CANCELLATION, MATERIAL CHANGES OR NON— RENEWAL. ADDITIONAL INSURED: CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES. AS PER G115 ATTACHED. PROJECT: WEST COAST HIGHWAY IMPROVEMENTS,. CONTRACT NO. 2062, AHFP 1010 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (TM ixfaraser n Ml n is ryairad oalj tolls this mdorsmnat is u+wd ns6gx at to "wwsw of polky.) Endorsementeffecrive 3/24/80 Policy No. 86GL59719CCA Endorsement No. 21A Namedinsured FLEMING ENGINEERING, INC. Additional Premium $ TBD Return Premium $ RI PD In Advance $ $ 1st Anniv. $ $ 2nd Anniv.$ $ The Atna Casualty and Surety Company The Standard Rre Insurance Company FRIIS & COMPANY, INC. Hartford; Cormocticut • 0222 This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The fallowing information is required only when this endorsement is issued subvequud to preparation at peficy.) Endorsement effective Policy No. Endorsement No. Named Insured Countersigned by (Authorized RepreMdaliM) Tia.endormmeat modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE BROAD FORM COMPREHENSIVE GENERAL LIABILITY ENDORSEMENT Sttredafe Personal Injury and Advertising Injury Liability Awmato Limit shall tM j _ piy�currenu bodily injury liability limit unless otherwise indicated basin: Link of Liability S a a MSr%dw m'. ,Paj'•, - " LW liability— Premises Medial Payments Coverage: $1,000 each person unless otherwise indicated Mrain: 6 each person. limi 0 Liibil -Yqs 1,40 Liability Coverage: 658,000 per occurrence unless otherwise indicated Mme: S per occurrence. 113 % of the Total Comprehensive General Liability g J im u; r. r". Boddill oInj Injury w ined Pf nipm as MINIMUN PREMIUM g �3* I, =11116GE1Nll LIANUTY COVERAGE (A) The definition of inciNntal cooked is extended to include any WOW ex Rsa m ni "falling M the conduct of the Amd Mandl" business. (B) The insurance afforded with rasped to liability assumed under an Mddeatef cafrad is subject to the following additionf exclusions: m. (1) to 680 fejary or prapMy damage for which the insured has assumed liability under any iaci"ll cordrad, if such injury or n "'*"Dr' occurred prior to the execution of the incidental coined; (1) it the Insured is an architect, engineer or surveyor, to bodily, %cra, r Poperly leap iout of the renderio render professional services by such insuredllle:pr;tra tion or epprovel of maps, surveys, eNrye ceders, designs or spexUrcaliens, and (b) supervisory, Inspection or engineering services; (3) if the indomnital of the insured is an architect. engineer or surveyor, to the liability of the irdemndee, his Roots or amployeas, arising out of (a) the preparation or approval of or the failure to prepare or ... approve maps, drawingngss.. Opinions, reports, surveys, change or- "M designs or speulicalions, or (Ed. 7-76) (b) the giving of or the failure to give dipdmro or instructions by the indemnitae, his Agents of, }o)p�lep� pprrovided such giv- ing or failure to give Is the priala pica'O lho MdMy i *n or praMrk d8saw . (6) to any oMiption for which the Mined asay be hold liable in an action on a contract by a third party beneficiary for Inift iryury or properly dowago arising out of a projad for a public authority; but this exclusion does not apply to m action by the public autfleri- ty OF any other person or organization engaged in the proied; (5) to bodily k*" or properly donup arising out of operations, within 50 fed of any railroad property, affocNng any railroad bridge or finite, tracks, road beds, tunnf, usdergpss OF crossing; but this exclusion don not apply to sidetrack ngrownts (C) The following exclusions applicable be Camp A (Bodily In� ry) and 8 (Properly Dump) do not app* to to CIOKUW Lzprrhty Coverage: (b), (c) (2). (d) and (e). (D) The Iflowiog additional cone itioo &WOW, , Arbitration ..• The company dWl be entitled to ex"so W Of the laawod's rights in the choice of erbitveters and in tb cwMud.f.ary arbibelion proceeding. Pap lot 1 GENER ROYISIONS FOR LIABILITY POLICIES UFE6t aBWLTY DEFINITIONS When used In this policy (including andonomis b brmino a Part hereop: "autreobiM" memo a land motor vehicle, trailer or semi- trailr designed for travel on public roads, (including any machinery or ap. paratus after ad thrsto), but does not include mobile equipment: "bodily Injury" means bodily Injury, sickness or disease sustained by any person which occurs during the policy period, including death to any time resulting therefrom; "collapse heard" includes "structural property damage' as defined heroin rid property domage, to any other property at any fire recurring ttarairan. "Structural property damage" mans the collapse of or atnctural injury to any building or structure due to (1) grad ing d land, excavating, borrowing,, filling, tack - filling, tun - naiitg, plle drMn% cofferdam work or caheaon work or (2) moving, shoring, underpinning, raising or demolition at any building or structure or removal or rebuilding of any structural support thred. The collapse heard does not include property damage (1) rising out of operations performed for the named Insured by In. dependent contractors, or (2) Included within the completed operaliaa heard or the underground property dena0e hoard, or (3) for which liability Is assumed by Its breaod nder an Incidental contract; "computed operations heard" Includes b". Injury and properly drrngs rising out d operations or reliance upon ■ reptessmalWn or warranty made d any time with respect thereto but only if the bodily Injury or property damage occurs afar such operators have been completed or abandoned and occurs away ham pramuese awned by « rented b the nartntd Iurrwd. oo necllon therewith. Operations Wall be deame osmpleted IN On erliek of the following times: (U when all operations to be performed by d on behalf d too narrled Its I user the contract have been dortplefed, (2) when all operotlms to be performed by or on behalf of the named Inetaed of the site of to operations have bow corn. ~, or (3) when the portion of to work ad of which the Injury or damps arises hall been put to Its intended use by any person or organization other then another contractor or subcontractor engaged in performing operations for a principal as a pan of the tone project. Operations which ryrrservice d m or ccarrotm, repair or b a, so any or deficiency, but which ere otherwise oomplaie, shall be deemed completed. The . , - I I operations Hard dose not Include booty Injury or properly damage Acing out'd W uleas�do bsdty Inl «InI « property damage rl ee o property, condition In or m a veh� created by to laedkp or unloading awed, (b) the eude4hce of bob, uninstalled equipment or abandoned or unused therWa or. (c) operations for which the classification stood in the policy or In to crnptays maid apse" "including completed wwobor "eMvaler•' means any hoisting or lowering device to conned fiod� or landings, whWar or not in service, and all appliances there d ir- dudIng any car, platform, shit hcstway, stairway, runway, power for equ t and roadmirmery, a ny hydrsulic « rrmechnicai bout era" or lowrinyy automobiWe 1« lubrice ing and ser- vicing or for du materiel ham trucks; but dose not Include n ewdOrin0011e hoist, or a hoist without a platform outside a building if without mechanical power or if not attached to building walls, or a had or mawtal hoist used in alteration, construction or demolition operations, or an inclined conveyor used exclusively for carrying property or a dumbwaiter used exclusively for carrying property and having a comportment height not exceeding four feat "eapfeabn hasaW Includes p opMy damage arising out d Weetlrhp «explosion. Tor espbebn haaM does not include property damage (1) rising out of the explosion of W or steam veseals, piping under pressure, prime movers, machinery or power tranomhfing equipment or (2) arising at of operations performed for the maned Insured by trKlopendent contractors, « (3) included erYhn tle conpmed epraalaes hoard or too wdergfaa/ property dump hassas, or (e) for w idd Ilabtly b aerrttaa by AQ40M the Insured under an InOlaaMal contract; "Incidental cordrod" means any written (1) lease of promises. (2) amamant agreement except in connection with omWucdw or demolition operations on or adjacent to a railroad, (U undrbldnfl b uxlernniy, a municipality required by municipal ordinance, except in connection with work for the municipality. NI oldstrack agreement or (5) eMsatcr moinanenoe agresnhmC "Insured" means any Person or organdadon qualifying as an In- sured In to "Persons Insured" provision of the applicable In- surrice coverage. The insurance afforded applies rlprataly to each Insured against whom claim is made or sufi Is brought except with respect to the lends of the canpagh liability; "mobile equlpeaet" means 0 land vehicle (Including nY machinery or apparatus stteohed thereto). whether « not ee1F prcpallad, (1) root sub)w b mold vehicle registration. or (2) mid► tained for use exclusively on promises owned by or at to the farad Incased, Including t a ways Immodietaly adjolinkg, or (3) designed for use principally cif pudic roads, or (4 ) designed or maintained for the ode purpose of affording mobility to equipment of to bllaving types Ironing an integral part d or permanently at- leaned to such vehicle: power cranes, sh cawsK loadrs, diggers end drills, concrete mixers (dhr than the mix- krCrhW "); gQrr" wcrepers, rollers end other road construction or rapid equlpmem; rrconprer«s., purtpe and prwaforo. wwksdirng spry^ sucking aid buikt cl*w g equf Mn0MM and gsop "cidf � plorstion and well servicing equlpnhwn; "nrned I e trod" mane the person or organization named in ham 1, d too dodratimo d thb poky: -'named Ifie~s products" mans goods or products manufac- tured, add. handled or distributed by the norned Israred or by others trading under his nerve, Including any container do (other than a vehicle), but "armed hunred's products" shell not Muds a vending machine or arty property diver then such oaf► toiner, reed to or located for use d others but not odd; "occurn ee' mere on accident Including odronuous or repassed exposure to omdltiam, which rseulle In bow Irafy or praprly damage neither expected nor I la ded tam to stand- point of the leered; . "parley brttoy mans: (1) the United Stoma of Anwloa Its terrfforlea or porerlorW or Canada, or (2) International welere or air apace, provided the bodly Injury or property a roan not occur In tint ccuros d it" « y country, state or nation; or (3) anywhere in do world with rasped b damages because d badly Injury or property damage rlairp out of a product which was add f« use or consumption within to territory described In paragraph (1) above, provided lent original suit b such dsmeges Is brought within such Willory; "products hazard" includes badly njuuryry rod properly damage ruing out d too rowed I sured's prodacla or reliance upon a representation made at any Was with rasped tw but nI if the �b dameas ay from premises awned by or no to the reeled Insured rd char physical possession of such products has barer relinquished to others; "property damage" means (l) physical Injury p or destruction of tangible property which occurs during the policy prod, koluding the ices of use thereof at any tine resulting theiGhts , or (2) loss of use of tangible propery, which has not been pllrelcally Injured or destroyed provided such loss of use aiwwoocvrrome during the policy period; rWrgrouM propaMy daage hoard" Includeese underground as pr� � at any timed rterolew npad m n. lAderpbroh a property damage' means Prop" 8MUW b sutras, Cnduts. pipes, mats, sewers, tanks, tunnels, any simdlr prapuy, and any apparatus in connection therewith, beneath to surface of to �fnedaniccal water, for the Mhe pu Pose of y�pridinduring , p0*1�0. ex- cavating. drilling, borrowing, tiling, back- ling «pile driving The aardergrorrd property damage hazard dose not Muds properly damage 0) sinngQ out of operations Plow. d for loo naiad I. cared by indepetont contreclors, or (2) Included within the cow ptstsd eprMkra hou and, or (g for wldn Hole r Is amounted by to Inarlrad user an IaYaatN earaaal. Al" AdrFAM ;pceofel t -n p11M1�NO.g9 AUTOMOBILE ENDORSEMENT 0 0 ADDITIONAL INTERESTS It is agreed that the policy covers CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES, 3300 W. NEWPORT BLVD., NEWPORT BEACH, CA 92663 (Name) ( Address) as a "person or organization" Insured under the PERSONS INSURED provision in Part I of the policy, and that notice of any cancellation by the Company shall also be mailed to such person or organization. PROJECT: WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP 1010 This endorsement forme a pert of the pollay to Which attached, effective from Its date of Issue unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy) Endorsement effective 3/24/80 Policy No. 86FJ42686CCA Endorsement No. 14 Named Insured FLEMING ENGINEERING, INC. FRIIS & COMPANY, INC. .111AMF-AND 'ADDRESS OF AGENCY or other document with respect to which this certificate may be issued or may Is and conditions of such poticies. subject to COMPANIES AFFORDING COVEPAGES Limits of Liabill y in Thousands (000) ICOMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION CATE P.O. Wx�nm Itwetw*1 CA M16 COMPANY LETTER A AETNA CASV"TY & SURETY COMPANY B Mt 7144V41M OCCURRENCE LETTER HIGHLANDS INSURANCE COMPANY NAME AND ADDRESS OF INSURED COMPANY C FLEMING ENGIMERmt INC. LETTER :F]COMPREHENSIVE FORM 86GL59719CCA 13909 AR*RSIA BLVD. BODILY I�IJURY s Soo 5111110 CzEErTos CA 90701 COMPANY LETTER D 0, COMPANY LETTER E issunD rm F"OUR COUNTERPARTS 41 PREMISES—OPERATIONS or other document with respect to which this certificate may be issued or may Is and conditions of such poticies. subject to DESCRIPTION OF OPERATIONS4_0CATtONSIVEIRUCLES WEST COAST HIGHWAY IMPROVEKENTSo CONTRACT NO. 2062p.AHFP 1010 ADDITIONAL INSURED ENDORSEMENT ATTACHED r BROAD FORM G/L COVERAGE PART ATTCH. SEVERABILITY OF INTEREST CLAUSE ATTCH.r PRIMARY AND NON-CONTRIBUTING END- T= Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing com- pany will l[KMX= mail _4Q� days written notice to the below named certificate holder, XXINUMM I RIESPECI TO WHICH TH Rn%"M_18_ WSUEA THE INSURANCE AFFORDED BY THE POLICIES LISTED ON THE (915"ATE IS MaACT TO ALL THE TERUS NO; NAME AND ADDRESS OF CERTIFICATE HOLDER CITY OF NRVPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BrAm, CA 92663 -ACORD25 DATE ISSUED: MARGIR '26, 1990 FRIIS & JCOMPjWY0 Inc. AUTHORIZED REPRESENTATIVE dd Limits of Liabill y in Thousands (000) ICOMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION CATE EACH AGGREGATE � tl OCCURRENCE GENERAL LIABILITY • :F]COMPREHENSIVE FORM 86GL59719CCA 6/30/80 BODILY I�IJURY s Soo 5111110 41 PREMISES—OPERATIONS PROPERTY-DAMAGE. $ 250 500 EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD KI PRODUCTS/COMPLETED OPERATIONS HAZARD z71 BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE S $ KI BROAD FORM PROPERTY COMBINED DAMAGE 91 INDEPENDENT CONTRACTORS PERSONAL INJURY 500 KI PERSONAL INJURY AUTOMOBILE LIABILITY BODILYINJURY • ;U 86PJ42686CCA 6/30/80 (EACH PERSON) COMPREHENSIVE FORM U BODILY INJURY (EACH ACCIDENT) OWNED PROPERTY DAMAGE 91 HIRED BODILY INJURY AND U NON OWNE D PROPERTYMAMAGE so 11 , COmBINEO EXCESS LIABILITY B UMBRELLA FOR. X9205363 6/30/80 BODILY INJURY AND $ PROPERTY,CAMAGE OTHER THAN UMBRELLA COMBINED ii,000 1 1,000 FORM 11 , WORKERS'COMPENSATION STATUTORY A and 86CK956046 6/30/80 EMPLOYERS'LIABILITY 2#000 NOISOME OTHER DESCRIPTION OF OPERATIONS4_0CATtONSIVEIRUCLES WEST COAST HIGHWAY IMPROVEKENTSo CONTRACT NO. 2062p.AHFP 1010 ADDITIONAL INSURED ENDORSEMENT ATTACHED r BROAD FORM G/L COVERAGE PART ATTCH. SEVERABILITY OF INTEREST CLAUSE ATTCH.r PRIMARY AND NON-CONTRIBUTING END- T= Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing com- pany will l[KMX= mail _4Q� days written notice to the below named certificate holder, XXINUMM I RIESPECI TO WHICH TH Rn%"M_18_ WSUEA THE INSURANCE AFFORDED BY THE POLICIES LISTED ON THE (915"ATE IS MaACT TO ALL THE TERUS NO; NAME AND ADDRESS OF CERTIFICATE HOLDER CITY OF NRVPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BrAm, CA 92663 -ACORD25 DATE ISSUED: MARGIR '26, 1990 FRIIS & JCOMPjWY0 Inc. AUTHORIZED REPRESENTATIVE dd This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) G 115 It is agreed that: 1. The "Persons Insured" provision is amended to include as an Insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named Insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a pan of this policy shall be reduced by any amount paid as damages under this endorsement in behalf of the person or organization named below. Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH, COUNN OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES PROJECT: WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP 1010 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the in- ception date of the policy unless otherwise stated herein. (The Information below Is required onty when this endorsement Is Issued subsequent to preparation of policy.) Endorsement effective 3/24/60 Policy No. 86GL59719CCA Endorsement No. 21 Named Insured FLEMING ENGINEERING, INC. Additional Premium $ TBD Return Premium $ The /Etna Casualty and Surety Company Tlhe Standard Fire Insurance Company Hartford, Connecticut FRIIS & COMPANY, INC. Countersigned by Rv • td 1'�6 ,e — eL26 xiw c&&.u.d Fww ta.ei dd 3/26 CP*C CAT. VOW .(CC-UM 1 -73 PRIMED fN U-SA 9 SOLELY AS RESPECTS WORK DONE BY AND ON BEHALF OF THE NAMED INSURED FOR THE CITY OF NEWPORT BEACH, IT IS AGREED THAT THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT REIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES ARE ADDED AS AN ADDITIONAL INSURED UNDER THIS POLICY AND THE COVERAGE PROVIDED HEREUNC SHALL BE PRIMARY INSURANCE AND NOT CONTRIBUTING.WITH ANY OTHER INSURANCE AVAILABLE TO THE CITY OF NEWPORT BEACH, CALIFORNIA, UNDER ANY OTHER THIRD PARTY LIABILITY POLICY. IT IS FURTHER AGREED THAT THE OTHER INSURANCE CONDITIONS OF THIS POLICY ARE AMENDED TO CONFORM THEREWITH. THE COMPANY AGREES TO GIVE 30 DAY WRITTEN NOTICE BY REGISTERED OR CERTIFIED MAIL TO THE CITY OF NEWPORT BEACH PRIOR TO CANCELLATION, MATERIAL CHANGES OR NON — RENEWAL. ADDITIONAL INSURED: CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES. AS PER G115 ATTACHED. PROTECT: WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP 1 T1 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception dare of the policy unless otherwise stated herein. (T& wfpwi briar it refaw d sely who tbit radratsttat it amd reitgsest to "wame of Palsy.) SadonemmteB «dve 3/24/80 PolkyNo. 86G1L59719CCA Endorsement No. 21A N.mrdlosured FLEMING ENGINEERING, INC. Atlditional Premium i TBD Return Premium $ BI PD In Advance b $ 1st Anniv. $ t 2nd Anniv. $ $ The Atne Casualty and Surety Company The Standard Fire Insurance Company FRIIS & COMPANY, INC. Heitfotd: Connecticut �+xn�rfrwert) @y 1 0222 (Ed. 7.76) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following irdarmation is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective Policy No. Endorsement No. Named Insured Countersigned by ,1 (Authorised Reprose d") Thb,adorsemest modlies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MAO FORM COMPREHENSIVE GENERAL LIABILITY ENDORSEMENT SchedeN Personal Injury and Advertising Injury Liability •" •, . i,Wq dt Limit shelf ¢g j _ pi y£currenct bodily injury liability limit unless otherwise indicated Aaein: ,. Limit of liability i e e AW%ds. "' LhaB lability— Premises Medial Payments Coverage: $1,000 each person unities otherwise indicated kilroin: g eeeh person. Limit d Labilib- iie kaA.Liability Coverage: $5UN per occurrence unless otherwise indicated haraia: S per occurrence. m % of the Total Comprehensive General Liability S P.. Bodily Injury Property NWW Premium as Mteed YINI4H1M PREMIUM S �S* L .CRMT3TR cam (lM UTY (AVERAGE (A) The definition of incidardal contract is extended to include any cantrold or ar went reldiag to the conduct of the owed bw ow.1 hueioaa ., (B) The insurance afforded with respect to liability assumed under an Incidental contract is subject to the following additionit exclusions: h..,., (1) to ber iy Mjwy or proody damage for which the insured lies assumed liability under any incidental eontracL if such injury or nA occurred prior to the execution of the incidental contract; (2) U the insured is an architect, engineer or surveyor, to badly 1 or Property damage arising out of the rendering of or the 1 re'ta render professional services by such insured, kicludi% (a) tM preparation or approval of maps, drawlnas, opinions, reports, surveys, change orders, designs or spectillons, and (b) supervisory, Inspection or engineering services; (3) if the indemnit4p of the insured is an architect, engineer or surveyor, to the liability of the indemniles, his agbots or employees, arising out of (a) the preparation or approval of or the failure to prepare or Awe" maps, diewwnnggss, opinions, reports, surveys, change or- AM designs at specifications. or Up; (Ed. 7 -76) (b) the giving of or the failure to give directions or instructions by the indemnitee, his agents a ernp)eyeps,�ovided such giv- ing or failure to give is the primary clop lid be* Mjluy or Moody allow (4) to any obligation for which the lowered may be held liable in an action on a contract by a third party for modify injury or properly damp arising out of a pW for a public authority; but this exclusion does not apply to an actil r by the public authori- ty or any other person or organisation engaged in the project; (5) to bodily hickory or property damage arising out of operations, anthwn 50 feet of any railroad property, affoong any railroad bridge or trestle, tracks, road beds, tunnel, underppa or ereoswng; but this exclusion don not apply to sidetrack W*11 unto (C) The following exclusions applicable to Comp"a A (Bodily Iryury) and 8 (Property Damage) do not apply to � CewiraetuM =. =.-I ft Coverage: (b), (c) (2), (d) and (e). (D) The following additional condition appo&.. , Arbitration The company shell be entitled to exercise all of the iowed's rights in the choice of arbitrators led in floe codud.al am arbitration proaoducir fi;. Pep1Y6 -I rL dENERAt•ROVISIONS X0-00-07 �I r11 FOR LIABILITY POLICIES DEFINITIONS Wbw used In We policy (Including endorsements t«mino a part hereof): automoblW' mum a lend motor vehicle, trailer or semi4reiler designed for travel an pudic roads, (including any machinery or hp- pratos attached thereto), but does not include mobile equipment; "bodily Injury' means bodily Injury, sickness or disease sustained by any person which occurs during the policy period, including death at any dme resulting therefrom; "collapse hassrd"priinpcllurtdyes •"ssttrruuectural property damage" as defined time resuhidng tMrahcm. "Sh'uclural prop" damage" " moms the collapse of or structural injury to any building or structure due to (1) grading d lend, excavating. Dorrawing, filling, back. ling, tun- neling, �nderpinnln� p�dertolition d any buil�inor structure or removal «rebuilding of any structural support tiered. The coMspse hazard does not include property damage (1) arising out of operations performed for the named Insured by in- dependent cmtrectars, or (2) Included within the completed 1 sad, « (3 o which liability Msa••umd by trhoperty Neuredd under an lmklw tai era tract; "completed operallna hazaN" Includes bodf y Injury and properly dams" rising out d operations or reliance upon a reprase matim or warranty nude at any time with rasped thresh, but only if to bodily, Injury or prop" dame" occurs after such Operations her been oanploMd or abandoned and ooeurs away from premMse awned by or rend to the named Metred. "Operations" nnection therewith. Operations Nall be dsmM toanpWW al ale contest of the following fimes: (1) when all Operations to be performed by or on behalf of the named bowed under the contract have ben ccmpWK (2) when all operation to be performed by or on behalf of the need Insured at the site of the Operations have bean calm- ~. OF (3) when the portion dale work Out of which the Injury or damage rises has ben put to its intended use by any person or organization offer then rhdher ohntrecor or subcontractor engaged In performing operations for a principal se a pan of to own* project Operations which may require further service or maintenrhos work or correction, repair or replacement because of any dated or deficiency, but which are otherwise complete, shall be dsenhd oompletd. The comhpMSd oparaWm hazard doss not include bodily Injury « property damage rising Out d (U operations esas ft bodily ledtry rproperty transportation whelle W o property, condition In or an a vehicle «weld by the loading or unloading tered, (b) the exbernos of tools. unlnsWied equipment or abrhdored or unused malerlats, or. (c) operations for which to da•siffctl4on stated in to policy or In to company's manual specifies "Including oanpleted operations' ; "W w&W' means any hoisting or lowering device to canned floors or landings, whether or not in service, and all applianoes threat irv- eluding any car, ptatlorm, shalt hoissway, stairway, runway, power equipmhnI and madhlnarY, or any hydraulic or mechanical hoist WWded for raising or loweringQ automobile• for lubricating and ser- vicing « for du malarisi from trucks; but dose not Include an atdemebW ervfd hoist or a hoist without a platform Outside a building if without mechanical power or if not anerhed to building wells, or a hod or material hoist used in alteration, oonstruettan or demolition operations, or an inclined conveyor used exclusively for carrying property or a dumbwaiter used exclusively for car ng properly and having s campareenntrot pphssrpM not exceeding four //ssaatt EMEM lon. The zploNah�herard�doasr nod IncluG (1) rieln p out d the expaefon d alr r steam er pressure, panc movere, menInry «power ment « (2) risitg out d Operations performad nred by Indeprdeat Cantrahthre. «(31 inclhxled wwtim to oampMesd -- - ---oma hsa d or to wdrgroad PespNV dame" f1wesN, or (4) b which IMbtty M aaahrrhed W the Insured under an Incidental eontreoll "Incidental contrecl" means any written (Ij Isew of prrdees, (2) aaaement agreement. •xo•Pt in Crmedion with ooratrudtion or demolition operations on or adjacent to a railroad, (3) undertaking to mdernnify, a municipality required by municipal except in connection with work for the munkipYlly. (4) Warsok agreement or (5) elevator maintenance agreement, "I cured" meens any person or organization qualifying as an In- sured In the 'Persons Insured" provision of the applicable In- surance cwwage. The insurance afforded • OWS seperaWy to each insured against wham claim is made or suit M Draught except with respect to the limits of the crnpany'e Ilebitffy: •'moMls equipnenY' means a land vehicle (Indudirp any machinery or apparatus attached attached thereto), whether or not w& propelled. (1) not exxclusively on promiases ownedbbyra renf(i�d to the awned Insured, Including the ways MrayaMMY OdOnma or (3) designed for we principally cif public rode, or (4) designed or maintained for the solo purpose of affording mobility to equipment of the following types forming on Integral pat of or permremly at- teshed to such vehicle: power crease, shovels, Wedge, diggse and drills, concrete mbee a (dhr than the mix -h4rwM yqU; graders. scrapers, rakers and offer red construction or repair squiprnrd; air-onpressora, and grmhenaaont, ihdudYp preys W"no and Ouilabhg deardng equlpnwd; and (�wPhy W ski. pioretlan and well servicing equipment "mined M• wed" moon the person or orgnireUon need In IMm 1, d the dedrdone d thU poky; '•nand Inwred'e products" means goods or products manufac- tured, add. handled or distributed by the ne e l Inhet or by others trading under his name, including any oaudrer thered (other than a vehicle), but "named Inraed•e products" earl not Include a vcling machine or any prop" other than such can. Wainer, rented to or kxabd for use of OMM old and add; "occurrence" means an accident iadudip mretnuae or repeated exposure to corwftm, which resuifa In badly Injury or property damage neither expected nor idrhded Pram tai ohm& poke of the Mired; . "poll ey terrllay moans: (1) Sate• d Amw" IM tonoi or pomm$WW r �� « (2) International waters or air space, provided the bodily Injury or property damage time not occur In the cruse d travel or trarawtallon to or from any oter country, elate or nation; or (0) anywhere In tai world with rasped to damages because of b•a i property d mwage which win add « consumption within " Yrr y described In paragraph (1) above, provided the original suit for such damages M brought within such W,Wy; ••produx is hazard" Includes boozy Mxjury end property damage ruing out d the named Idrreel's P►sa•tte or reliance upon a representation or Warranty made at any time with respect dwelh, but only if to badly qury or property dwasip occurs wvay from premMes owned by r r to the nwrted YMtned and after physical possession d such products hr baps relinquished to others; "property damage" news (1) physical Injury jo or destruction of tangible properly which occurs during the pdiFy period, Including the lose of use thereof at any time resulting 0 mob onn, or (2) tees d use of tangible property which halt not �fy Injured r d destroyed provided such lase use M a=,. tp during the policy period: pr as property der sep isitad" includes �unde round other properly at any lima resuldnyy �. "U dxgm d property damage" mean properly damage to wise, conduits, pipes, mains, servers, tanks, tunnels, any rvnili r property, and any apparatus In correction therewith. bemath the surface of to ground or water, caused W and occurring during to use d mechanical equipment for the In os*cmr laa4 ex cavallng. drilling, underground ProPral dnMgs hazard doesnot Indude efewly damage (1) rising out of operations piefor, for M named M► sured bI ihdeperiden cantrador" or (2) Included within the nor► for which the Noo NNNllorw mde hw�N sell, ly M esramd by 400411121 1.1s jhlr/11se N osA AUTOMOBILE ENDORSEMENT ADDITIONAL INTERESTS It is agreed that the policy covers CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA AND ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, THEIR OFFICERS AND EMPLOYEES, 3300 W. NEWPORT BLVD., NEWPORT BEACH, CA 92663 as a "person or organization" Insured under the PERSONS INSURED provision in Pan I of the policy. and that notice of any cancellation by the Company shall also be mailed to such person or organization. PROJECT: WEST COAST HIGHWAY IMPROVEMENTS, CONTRACT NO. 2062, AHFP 1010 This endorsement forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy) Endorsement effective 3/24/80 Policy No. 86FJ42686CCA Endorsement No. 14 Named Insured FLEMING ENGINEERING, INC. FRIIS 6 COMPANY, INC. BYs 4 &4 1 /_�: �r FLEMING ENGINEERING, INC. BALANCE SHEET June 30, 1979 (UNAUDITED) .ASSETS $ ;124270 $ 968,416 � CURRENT ASSETS `. M'�Yb1yYi.M B } P w - ". ,wt (Note ` Cash 2) ., . s t`ACCOUnts- Receivable - Trade, (Notes 1 E 3) Billed' ' s Retentions .520 Less Allowance for Doubtful Accounts x Refundable�Income Taxes s Loan Receivable (Note 4) ' Prepaid *Expenses (Note 5) 3 445 116,465 Total Current Assets 1 62,929 ` EQUIPMENT, AT C.,OST (NOTE 1): r` Transportation.Equipment. . Construction Equipment Office Equipment ' Less Accumulated Depreciation Y4 Net Equipment Total 'Assets ' k t . f $ ;124270 $ 968,416 233,634 1,202,050 ' (15,000)'`. 1- ,187,050 . .1..500 ., .520 • 1,335,t15 t 69,018 ,. . 43,942 3 445 116,465 53,476 . 62,929 ` 51;398,044 FLEMING ENGINEERING, INC. ' BALANCE SHEET "June 30, 1979 (UNAUDITED) .. LIABILITIES AND STOCKHOLDER'S EQUITY u ;CURRENT LIABiLiT1ES:, s 9 4 .. T 1 •�ti s <.t .. _ Accounts Payable Trade (Note 6) :" 28t 740 . $ , Project: Receivable Billed in Advance (Notes 1,& 7) 41,176. a Accrued Payroll and Related Expenses 44,768 -Deferred Payable (NoEe..,1) 410,436 Total Liabilities " 778,120" CONTINGEIiT LIABIL1TlE5 (NOTE' 9) '., STOCKHOLDER'S EQUITY: d. Common Stock:(Note 8) :. $ 10,000. i �, 'Retained.,.Earnings 609,9 24. # Total Stockholder's Equity 619,924 q. x . Total Liabilities Stockholder's Equity: :' $1 3 ,. -and r t The Accompanying Notes are an Integral Part of these Financial Statements -5- i FLEMING ENGINEERING, INC. =t NT OF EARNINGS AND RETAINED !STATEMENT EARNINGS - Year Ended June 30, 1979 (UNAUDITED) ;EARNED 'CONTRACT REVENUE $7,182,045 r OST OF EARNED `.CONTRACT REVENUE: Subcontract $1,076,271 Rental (Note 10) 2,016,362. ,Equipment Material;: 1,740,200 r Labor 960,400 ' Payroll Taxes and Union Benefits 392,565 a a ��': Fig , _'; a _, EquipmenE Repai :r,: Fuel and Oil . -_. - 70,908 =:;, Depreciation 25,211 Workers ''.Compensation and General w Liability Insurance 194 162 ' , _ Y Estimating 54,750 zn t *..:'` F Bondin s 29,338, Other- ' 130 , 827 . Total Cost of Earned Contract Revenue b • v GROSS. PROFIT ; 491,051 GENERAL AND ADMINISTRATIVE EXPENSES: Officer'ts Salaries 144,500 office Salaries : 59,088- ' Rent `. :. ,, 6,620 Taxes and Licenses 3.085 r 'Business Promotion 7,768 Telephone and Utilities 8,031 Office Supplies 11,743 i Professional Services 37,023 Employee Insurance. 'Debtsi 6,124_ 4,000 Bad ':Other 8,109 sa Total General and Administrative Expenses 2 091 = OPERATING EARNINGS 194,960 OTHBfi INCOME EAaf {iii60 BE-- RE 114COME TAXES 198,529 fNbdMt TAXES .(NOTE 1) 50,410 NET EARNINGS '. 148,119 RETAINED EARNINGS, JUNE 30, 1978 461,805 ` RETAINED EARNINGS,; JUNE 30, 1979 $ 609,924 The Accompanying Notes are an Integral Part of these i Financial Statements -6- L OUNTYOF%DRANGE �ONMENTALMANAGEMENT AGENCY ORANGE COUNTY FLOOD CONTROL DISTRICT ORANGE COUNTY ROADS 0 ROAD & FLOOD CONTROL PROGRAMS WILLIAM L. ZAUN, MANAGER 400 CIVIC CENTER DR. WEST P.O. BOX 4046 SANTA ANA, CA. 92701 (714) 634 -3467 March 26, 1980 � � C04 Mr. B. B. Nolan U0 / Director of Public Works h City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 SUBJECT: AHFP Agreement No. 1010, West Coast Highway Dear Mr. Nolan: H.G. OSBORNE DIRECTOR C.R. NELSON ASSISTANT DIRECTOR DEVELOPMENT FILE AHFP No. 1010 '7 V Lad- Transmitted herewith is one fully executed copy of the above - referenced AHFP agreement between the City of Newport Beach and the County of Orange. Also attached is one copy of Board of Supervisors minute order authorizing County's execution of the agreement. Very truly yours, W. L. Zaun, ager GWS:hg Attachments offl MINUTES OF THE BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA February 26, 1980 IN RE: ADMINISTRATION AGREEMENT ARTERIAL HIGHWAY FINANCING PROGRAM PROJECT NO. 1010 WEST COAST HIGHWAY CITY OF NEWPORT BEACH On motion of Supervisor Riley, duly seconded and unanimously carried, the Clerk of the Board, on behalf of the Board of Supervisors, is authorized to execute the Arterial Highway Financing Program Project Administration Agreement, dated February 26, 1980, between the County of Orange and the City of Newport Beach, for construction of West Coast Highway from 57th Street to Balboa Boulevard, Project No. 1010. IN RE: ADMINISTRATION AGREEMENT ARTERIAL HIGHWAY FINANCING PROGRAM PROJECT NO. 1007 SAN JOAQUIN HILLS ROAD /JAMBOREE ROAD CITY OF NEWPORT BEACH On motion of Supervisor Riley, duly seconded and unanimously carried, the Clerk of the Board, on behalf of the Board of Supervisors, is authorized to execute the Arterial Highway Financing Program Project Administration Agreement, dated February 26, 1980, between the County of Orange and the City of Newport Beach, for construction of San Joaquin Hills Road and Jamboree Road intersection, free right turn lane, Project No. 1007. FEB 2 a 1980 E. M, A. ®F1013 -2.3 (12/76) �i CITY CF ^ rirV7-R.T BEACH 93'Jf! Pd� "IPORT ROULEVARO 1 ( NEWPORT BEACH, CALIF. 92663 COUNTY OF ORANGE ARTERIAL HIGHWAY FINANCING PROGRAM 2i PROJECT ADMINISTRATION AGREEMENT 3 j PROJECT 111010 MEMORANDUM OF AGREEMENT entered into this a(� dj day of , 4 WEST COAST HIGHWAY 19 Re,_ by and between: FROM 57TH STREET TO 5 BALBOA BOULEVARD CITY OF NEWPORT BEACH, a municipal 6 corporation, hereinafter referred to as the City, and 7 COUNTY OF ORANGE, a political subdivision 8 of the State of California, hereinafter referred to as the County. 9 WITNESSETH: 10 WHEREAS, the Board of Supervisors by Resolution of May 31, 1956 adopted 11 the Master Plan of Arterial Highways to serve the entire County including the 12 incorporated cities thereof; and 13 WHEREAS, Articles 2 and 3 of Chapter 9, Division 2, commencing with 14 Section 1680 of the Streets and Highways Code authorize a county, if it so 15 desires, to expend funds apportioned to it out of the California Highway Users 16 Tax Funds for aid to cities and in the improvement, construction, or repair 17 of streets within a city; and 18 WHEREAS, the Orange County Board of Supervisors and the Orange County 19 Division of the League of California Cities have agreed upon a cooperative 20 financial program for the establishment, construction, and maintenance of a 21 County Arterial Highway System known as the Arterial Highway Financing Program; 22 and 23 WHEREAS, the Board of Supervisors has, by appropriate action, provided 24 in the budget of the Special Road Improvement Fund for the Fiscal Year 1979 -80 25 funds for the improvement of streets within the incorporated cities of the County, 26 which streets are a part of the County's Master Plan of Arterial Highways; and 27 WHEREAS, the Board of Supervisors on November 5, 1958 has by formal 28 resolution adopted the formal procedure for the administration of the Arterial -1- I Highway Financing Program, as revised, which procedure is outlined in a document 2 on file with the County Clerk, formally known as the County of Orange Arterial 3 Highway Financing Program Procedure Manual; and 4 WHEREAS, it is mutually agreed between the parties that West Coast 5 Highway between 57th Street and Balboa Boulevard, a street included in the 6 the Orange County Master Plan of Arterial Highways, is a street of general 7 County interest and should be improved in accordance with the policies of the 8 Arterial Highway Financing Program. Said work of such improvement shall be 9 referred to hereinafter as the Project; and 10 WHEREAS, the City as Lead Agency, has completed the environmental assess - 11 ments as required by the California Environmental Quality Act of 1970 by approving 12 a Categorical Exemption for the Project, a copy of which is on file with the 13 County; and 14 WHEREAS, the City has filed the Notice of Determination with the Clerk 15 of the Board of Supervisors of the County; and 16 WHEREAS, no additional environmental documents are required for compliance 17 with the California Environmental Quality Act; and 18 WHEREAS, the City has reviewed Project for conformance with the require 19 ments of Section 65402 of the California Government Code and applicable local 20 ordinances and City has acted as required. 21 NOW, THEREFORE, IT IS AGREED by the parties hereto as follows: 22 1. The procedures outlined in the Arterial Highway Financing Program (AHFP) 23 Procedure Manual herein referred to shall be made a part of this agreement. 24 2. The Contracting Authority for the Project is hereby designated as 25 the City. 26 3. The Project Engineer for the Project is hereby designated as the City. 27 4. The Construction Engineer for the Project is hereby designated as 28 the City. —2— 1'. 2'', 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 5. All soils engineering and material and construction testing neces- sary for the Project shall be performed by the County. This shall include pre- liminary soils investigations, structure foundation investigations, recommenda- tions for structural sections and compaction requirements, and quality control of materials and construction. 6. The work shall be subject at all times to inspection by the author- ized representatives of both parties. 7. Funds to be used for the Project: (a) The estimated cost of the Project covered by this agreement is: DESIGN ENGINEERING: $ 10,000 CONSTRUCTION CONTRACT: 150,000 CONSTRUCTION ENGINEERING: 15,000 TOTAL: $ 175,000 (b) On the basis of the above estimate, this Project will be financed as follows: COUNTY FUNDS: $ 87,500 CITY FUNDS: 87,500 TOTAL: $ 175,000 (c) If upon completion of detailed design, it appears that the Project estimate will exceed the original allocation by more than 15 %, the Con- tracting Authority shall request the City Council and Board of Supervisors for additional funds. The City Council and the Board of Supervisors shall adopt resolutions allocating the additional funds prior to advertising for bids. The request for additional allocations shall follow the procedures as set forth in the AUFP Procedure Manual. (d) Final adjustments of Project costs will be made on the basis of the County fifty percent (50Y), the City fifty percent (50%) on eligible items in the Contract. -3- 0 j (e) Final adjustments of project storm drain costs will be made 2 on the basis of matching funds up to a maximum of fifty percent (50 %) of the total 3 cost of eligible items; that is, County participation shall not exceed a maximum 4 of twenty -five percent (25 %) of the total cost of eligible storm drain construction. 5 (f) It is the intent of the parties hereto to comply with all 6 applicable rules regarding the expenditure of State Gas Tax Funds. Eligibility of 7 any storm drain item will be subject to final audit and determination by the 8 State Controller's Office. Any future adjustment required by said Controller's 9 Office shall be made by the City with City funds, including complete refunds to 10 the County of any County gas tax funds declared by the Controller to have been 11 expended on ineligible construction. 12 (g) Any funds spent prior to July 1, 1977 shall not be considered 13 in the final accounting of this Project. 14 8. This agreement shall become null and void in the event the City 15 fails, for any reason, to advertise and award the contract for the Project prior 16 to June 30, 1981 and the City shall reimburse the County for any expenditures 17 incurred by the County in connection with said Project. 18 9. This agreement shall become null and void in the event that the City, 18 for any reason, advertises .project for bids prior to the granting of authorization 20 to advertise by County in accordance with the procedures set forth in the Arterial 21 Highway Financing Program Procedure Manual. 22 10. Upon acceptance of the completed AHFP Project by the awarding author - 23 ity or upon the contractor being relieved of the responsibility for maintaining 24 and protecting certain portions of the work, City shall maintain the Project 25 or such portions of the work in a manner satisfactory to County. If, within 26 ninety days after receipt of notice from County that the Project or any portion 27 thereof is not being properly maintained, City has not remedied the conditions 28 complained of to County's satisfaction, County may withhold the programming or II -4- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20. 21 22 23 24 25 26 27 28 approval of further AHFP projects of City until the Project shall have been put in a condition of maintenance satisfactory to County. The maintenance referred to herein shall include not only the preservation of the general physical feature of the roadway, roadside, and surfacing, but also safety and regulatory features, devices and appurtenances built into the Project. 11. County -wide extension of Arterial System: To promote uniformity of County Arterial Highway System with City Master Plan of Major Streets, both parties agree to continue the promulgation of the AHFP as outlined in the aforementioned Procedure Manual. IT IS MUTUALLY UNDERSTOOD AND AGREED: 1. That neither County nor any officer or employee thereof shall be re- sponsible for any damage or liability occurring by reason of anything done or omitted to be done by City under or in connection with any work, authority or jurisdiction delegated to City under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, City shall fully indemnify, defend and hold County harmless from any liability imposed for injury (as defined by Govern- ment Code Section 810.8), occurring by reason of anything done or omitted to be done by City under or in connection with any work, authority or jurisdiction del- egated to City under this agreement. 2. That neither City nor any officer or employee thereof shall be re -, sponsible for any damage or liability occurring by reason of anything done or omit- ted to be done by County under or in connection with any work, authority or juris- diction not delegated to City under this agreement. It is also understood and agreed that, pursuant, to Government Code Section 895.4, County shall fully indem- nify, defend and hold City harmless from any liability imposed for injury (as de- fined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by County under or in connection with any work, authority or -5- 11 2 3 41 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 281 0 jurisdiction not delegated to City under this agreement. IN WITNESS WHEREOF, City has caused this agreement to be executed by its Mayor and attested by its Clerk, and County has caused this agreement to be executed by the Chairman of its Board of Supervisors and attested by its Clerk on the dates written opposite their signature, all thereunto duly authorized by the City Council and the Board of Supervisors, respectively. Dated: !A 19 ,YG ATTEST: City— cie;'&— Dated: 196a SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD JUNE ALEXANDER Clerk of the Board of Supervisors of Orange County, California APPROVED AS TO FORM: ADRIAN KUYPER, COUNTY COUNSEL ORANGE CAU4NTY, CALIFORNIA Deputy QlO GWS:dabA106(5) CITY OF NEWPORT BEACH, a municipal corporation By V Z?/ I mgor ' v APPROVED AS TO FORM Dar,;, ci�i /��hT�e�N COUNTY OF ORANGE, a political subdivision of the State of California By Zhailrman, Poard of Supervisors Date --16e {BAR 24 1980 gy the CITY COUNCIL CCITY QP Y C N^�411�911'T YRACH T0: CITOUNCIL FROM: Public Works Department • March 24, 1980 CITY COUNCIL AGENDA ITEM NO. H -2 (c) SUBJECT: WEST COAST HIGHWAY IMPROVEMENTS (SOUTH SIDE) 57TH STREET TO BALBOA BOULEVARD (C -2062) RECOMMENDATION: Adopt a resolution awarding Contract No. 2062 to Fleming Engineering Inc. for $199,000 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Ten bids for this contract were opened at 2:30 P.M. on March 13, 1980: Bidder Amount Fleming Engineering Inc., Cerritos $199,000.00 Clarke Contracting Corp., Compton $214,965.55 McGrew Construction Co. Inc., Anaheim $217,662.95 Hardy & Harper Inc., Tustin $231,782.11 Silveri & Ruiz Construction Co., Garden Grove $233,369.70 Coxco, Inc., Orange $233,909.00 Nobest, Inc., Westminster $243,841.80 Griffith Company, Irvine $252,999.01 T. J. Crosby Co. Inc., Santa Ana $270,894.60 Sully- Miller Contracting Co., Orange $297.917.00 The low bid was 4.3% more than the engineer's estimate of $190,500. The difference between the estimate and the bid is due to higher asphalt con- crete prices than anticipated. Based on prices currently being quoted on other projects, the bid is reasonable, and it is recommended that the project be awarded. Fleming Engineering Inc. has satisfactorily performed similar work for the City in the past. This project will provide ultimate improvements along the south side of West Coast Highway between 57th Street and Balboa Boulevard (2000 lineal feet, A.H.F.P. project) and between Newport Boulevard and 400 feet west of Newport Boulevard. The project also provides for a concrete stairway at the northwest corner of the Newport Channel bridge. The work involves A.C. shoulder pavement, curb and gutter, grading, P.C.C. sidewalk -bike trail, curb inlets and 18 -inch storm drain pipe. • • �� March 24, 1980 Subject: West Coast Highway Improvements (South Side) 57th Street to Balboa Boulevard (C -2062) Page 2 The construction cost breakdown for the project is as follows: 57th Street to Balboa Boulevard (A.H.F.P.) (County Funds) $83,831.20 (City Funds) Gas Tax 83,831.20 Water 3,000.00 Subtotal $170,662.40 Newport Boulevard to 400 Feet West Newport Boulevard (City Gas Tax Funds) 19,987.60 Newport Channel Bridge Stairway (City Gas Tax Funds) 8,350.00 Total (Construction) $199,000.00 The following budget amendments are needed to complete the funding for the project. (Funding totals include engineering costs as well as construction costs.) Increase the County A.H.F.P. contribution account by $9,000. 2. Increase the Gas Tax Account by $42,000. (Funds are available in the Section 2106 Gas Tax Appropriations Reserve.) CalTrans has indicated that it will provide the maintenance and will share 50% of the cost of the stairway at the northwesterly corner of the Newport Channel bridge (this is a replacement for the existing deteriorated wooden stairway). The cooperative agreement is still being processed however. Because of the relatively modest cost and the advantages of including the work in a larger project, it is felt that it would be best to proceed with the work at this time. The estimated date of completion for the project is June 13, 1980. The plans and specifications were prepared by Robert Bein, William Frost and Associates, Civil Engineers. A sketch is attached showing the typical cross section and project limits. Benjamin B. Nolan Public Works Director JW:do Att. Z[ LL,a 3 aU) J D ao ox U m CL Z m l O U O `-cI 2 v3 \ W V � v 11\10 Jv v/ �� Nv ^ c WR t O v ` i 0 y m � ��dns a CITY OF NEWPORT PUBLIC WORKS DEPAF WEST COAST HIGHWAY 0 2 0 � 1 0 �pir�jf< 1 oho i.. �nr9D �a �a 10 '0 0 0 0 0 S`p a &16a "X09 ris /S fs "2S �, { Is orfS 11 s, S �d 9.9 !S N1 CS I1J' nt 69 -.c DRAWN �Z DATE APPROVED 0 I� U I L� 3 0 Q z O : U W a. 'I U CL 11 I PUBLIC WORKS DIRECTOR R.E. NO. — 57 TH ST. TO BALBOA BLVD. I DRAWING NO. � 0 CITY OF NEWPORT PUBLIC WORKS DEPAF WEST COAST HIGHWAY 0 2 0 � 1 0 �pir�jf< 1 oho i.. �nr9D �a �a 10 '0 0 0 0 0 S`p a &16a "X09 ris /S fs "2S �, { Is orfS 11 s, S �d 9.9 !S N1 CS I1J' nt 69 -.c DRAWN �Z DATE APPROVED 0 I� U I L� 3 0 Q z O : U W a. 'I U CL 11 I PUBLIC WORKS DIRECTOR R.E. NO. — 57 TH ST. TO BALBOA BLVD. I DRAWING NO. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2062 AHFP NO. 1010 CONTRACT DOCUMENTS FOR WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WESTERLY OF NEWPORT BLVD. TO NEWPORT BLVD, AND STAIRWAY CONSTRUCTION AT NEWPORT BLVD. BRIDGE CROSSING OVER NEWPORT BAY LENGTH: 0.45 MILES Approved by the City Council this 25th day of February, 1980 4. oris George, City Clerk SUBMITTED BY: Contrac or .1. , Cerritos Ca. 90701 City Zip iicl�'Y.I:i71S Total Bid Price NVITI: SEALED BIDS will be received at the off _ City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as de by;;telephone time signal) on the day Of r h 19, at time will be opened and read, for 6, performing work as fo ows: s WEST COAST HIGHWAY IM S (SOUTH SIDE) 57TH STREET TO BALBOA BOULEVARD '= CONTRACT NO. 2062 Bids must be submitted on the proposal form attached with.the contract documents furnished by the Public 4krrks Department. The.additional copy of the proposal form is to be retained by the bidder for his records. Each bid must,be accompanied by_casit, certified check or Bidder's Bond, made payable to the City of Newport Beach,.for an amount equal to at least 10-percent of the amount bid. - The title of the project and .the . words ' "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid: The contract documents that must be compieted,'executed, and returned in the seated bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non- collusion.Affidavit E., Statement:of financial Responsibility F. Technical Ability' and Experience References These documents shall be affixed with the signature and titles.of the persons signing on behalf :of the .bidder. For .corporations, the signatures of the:President or Vice President and.SecrelAry. or Assistant SSe_c_re_taar are required an a �o- rate Seal s a be a ixed to alTocuments re— quiring sutures. In the case of a ari rtnership, the signature of at least one general partner is required. . No bids will.be accepted from a contractor who has not been licensed in accordance with the provisions of- Chapter.9, Division II- of the Business and Professions' Code. The contractor shall state his license number and- classification in the proposal. One set of plans and contract documents. :including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors: It is requested that the plans and contract :documents be returned within 2 weeks after the bid opening. (cont.), r I % 9 m The Ctt has = adopted :thm Stap -.- sp4 for'Public Works Construction (1976 Edition as,`prepOrecT';b ou ern apters o e American Public Works A"sspciai:ion aril the Associated General C o#.- America Copies may be obtained fram. :Buildifa9'liews, lnC - 3 ,iltne Und Avenue, Los es, Cal #forma 90034, (213). 870 -98T1. The City has adopt d_;S 410 011. " ecia: rovisions and Standard"Drawings. Copies of these are available at _ -ic Norks Department at a cost 4f'$5 per set. A standard "City of -Special Endorsement" has been adopted by the ' City of "IleMport Beach. `.'is the".only endorsement acceptable to the City for liability insurance purposeg. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required ponds, the comp -any issuing bid bonds, labor and material bonds, and faithful .performance bonds must be in insurance company or surety company licensed by the State of California. In accordance with the provisions of.Article 2, Chapter, 1, Part 7 of the California Labor Code.(Sections 1170 et`seq.), the Director of Industrial Relations has ascer- Whed. 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'paiiies to the contract . shall be governed,by.all provisions of the California Labor :Ude relating to pv* ailing wage rates (Sections 1770 -7981 in- clusive). The contractor-shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor.shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public.Works Department.' The'City reserves the right to reject any or all bids and to.waive any informality in such bids. i Revised 3 -13 -79 f ' I 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal. Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 397629 Classification A Accompanying this proposal is as Certified ec , Cashier's Cbeck . or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 926 6 one u er March 13, 1980___ B19 r s ame (SEAL) r z9 ature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if.a corporation, and names of all co- partners if a co- partnership: Terry L. Fleming, Pres. Treas. Julia A. Fleming, V.P. - Sec. Harry C. Gross. V.P. - Gen. Mor. • •T � 0 � 1nS.:•.�•hVi� - "'� -r5RN3 ��e� S "- "��'Tm .lr �m?��h%.���5� 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 19-C. rNOuST2 /AL ASPHALT �A///v /VvyS 2. Cv � Gu-r—��n C fry �-• eo/VG�F HZJSq 3. clA2 Go. ANAr�F�NJ 4. 6. 7. 8. 9. 10. 11. Fleming i Ve r s h me ,�uthVffzed signafure Corporation Type of Organization (Individual, Co- partnership or Corp.) 13909 Artesia Blvd. Cerritos Ca. 90701 ress 9 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we Page 4 as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of. Attorney -in -Fact By Principal Surety 0 11 0 0 by its _end amts air e if uct fey nor any of . agree T%ve. public ��T BE, to Such other �191_lsuc 0 -ei, WE n� Ants, 9r: f 0 _Y free .......... at no id #ras�+eerl act axiy subca►trattor or materfialmar throw any bid 0 -act r spsiering:'any laid ftty_ +subcattract4.r or man . Whi M ssed- - ... .... ... STATE OF CALIFORNIA, COUNTY OFT.o s_ An ee l e s 1 U. 13 I� before me, the undersigned, a Notaryy Public in and for said State, personally appeared Terry L. Fleming President known to me to be the of the Fleming Engineering. Inc. the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged �•••••N••••••••••••••••.•<.a•: to me that such Corporation executed the same. • OFFICIAL SEAL • JANICE E. SULLIVAN NOTARY PUBLIC�CALIFORNIA i WITNESS my hand and official seal. • LOS ANGELES COUNTY • Mr Commsston Expires Dec 10. 1993 e said Y. b' The wnclersigned ste is # with S'WelRffftt Of his fInAl ei'a} .a responsib'i }ity or agrees to swbm�i_atatpment �eithin hairs. after tlie.6id.= opening' if he as ;the a arent pP "aor% btier: : r. tt :... b y.�^'Y _ ! .ujr .T3 4 �R 4A 3 .p.v ! '` -arc Y :..'_. K i pyy�� tL v _ 9^ Yi t v xp A ' i : } C r to IF C v i 4b L. Z x it ! by 'i r xq � Y 4 4 t It r p,y 1 1I w _ - ffili ti.uu ma ¢S �`T --0;, �15Fr..L +3.J ''SF ss .i d `F . • PR1 OF, 7 CITY OF NEWPORT BEACH. PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO BALBOA BLVD. AND FROM 400 FEET WESTERLY OF NEWPORT BLVD.. TO NEWPORT BLVD. CONTRACT NO. 2062 AHFP NO. 1010 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned.declares that.he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to Com- plete Contract No. 2062 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND.UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Clearing and grubbing Lump Sum �waGwcT,\wau waP @ Dollars and. Cents Per Lump Sum 2. 1 1 Unclassified excavation / Lump Sum (400 CY Exc.) @ Dollars (1000 CY Fill) and Cents Per Lump Sum 3. 240 Construct A.C. Pavement, Tons Base Course (Type III- B2- AR4000) including prime coat ,& tack coat @ Dollars / and Cents Per Ton OF oe $ lZtoSc. $ vv pp $ 00 ^ $ ifo0o . $ L{3 7' $ l030?� 3 .' , _< ,� ,_��. fisa..�'t�,. a� ,.s....czacr- y�..i_,....r:• .Ws..�::..�x r�nl`- -'_•.: �.. 4. v9 6. 7 0 0 PR 2 OF 7 100 Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000) including prime coat and tack coat _ @'t-1FT -A -Two Dollars and So °O Ft(- -T Cents $SL ^ $ S'ZSo. .Per Ton 750 Construct Aggregate Base, including Tons under curb and gutter, complete in place @ E«a.T Dollars and ZS So Tw�.svr ir�ve Cents $ 0 $ loli�`l Per Ton 2,365 Const. Type "A" P.C.C. Curb L.F. and Gutter (8" C.F.) per C.N.B. DWG. 182 -L J @ S%x • Dollars and sa 5a F=kv Cents $ 1637• I Per Linear Foo 350 Place Variable Thickness Asphalt ohs overlay including seal coat and , tack coat complete in place @ Fixri{ -0NE Dollars and oa _o Cents $ 57 $ 17850 . Per Ton 24,548 Const. 4" P.C.C. Sidewalk/ S.F. Biketrail Over 4" Sand % @ OA-M Dollars and Foeru - F� ✓� Cents $ /.— �o $ 3559 . Per Square Foot 0 0 • • PR 3 OF 7 T 9. 7 Adjust Existing Manhole to Each finished grade , Tru2.aa Hw.anesD / @ F, Fry Dollars and o0 00 Cents Each 10. 4 Furnish and Install Survey Each Monument per C.N.B. DWG. 106 -L, complete in place, Sf x HV"fte -e o j @ :, FrFry Dollars and bo Cents $ &!5o 7- $ 2/600 �—° Each 11. 18 30" RCP, 2000D, L.F. complete in place @Two Hu"oeE.o Dollars and 00 �- Cents $ Zoo $ 3(000 Per Linear Foot 12. 1640 18" ACP, 3000D, L.F. complete in place @ f=#va Dollars J and ob CPO o Cents $mss ." �f l oov r Per Linear Foot 13. 220 Const. 6" Thick Concrete Backfill and L.F. Drainage Ditch Over Storm Drain per Detail, Sheet 4, complete in place @ 5ixrjr1WN Dollars and Cents $1G, b^ $ 35'Zobb Per Linear Foot z- - 0 _ , -,. 0 0 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT ..UNIT PRICE WRITTEN IN WORDS 14. 3 Const. Curb Inlet, type OS, per Each C.N.B. DWG. 306 -L, complete in place F'vv2TE6ti% @ t- (,wamFo Dollars and Cents Each 15. 1 Const. Junction Structure Each per Detail Sheet 1, complete in place �LiV6eN H„NaC.6p @ -e ;:-*,cry Dollars and Cents Each 16.; 1 Const. Junction No. 1 per Each C.N.B. Dwg. 310 -L, complete in place G•rF-rEErJ 14"'Vo¢#,» @ FFry Dollars and Cents Each 17. 1 Const. Modified Junction Struct. rc per C.N.B. Dwg. 307 -L (without manhole) length =2.5' complete ,in place . SFVEP! PION OR.�D @ sr Fj✓g Dollars and _ F02.rN Cents Each 18. 2 Const. Modified Junction Struct. Each No. 1 per C.N.B. Dwg. 310 -L with 18" thick gravel false bottom complete in place @ Frory Dollars and Cents Each PR4OF 7 UNIT TOTAL PRICE PRIC€ 00 $ 1400 $ x 7,00 00 00 00 $ 1160 ' $ I ISo l oa ao i yo �o $ i 60 °O $ Ic/5o ZQOO 0 0 19. 1 Each — 20. 21. 22. Lump Sum Lump Sun Lump Sum 23. Lump Sun ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS Const. P.C.C. Headwall per detail, sheet 4, complete in place @ OAW T,yoosra,vo_ Dollars and Cents Each Relocate Exist. Fire Hydrant, Water Main and Water Service per detail on Sheet 4, complete in place @ Dollars and Cents per Lump Sum Relocate Existing Street Light, complete in place Twa ✓ra - F, ✓E @ Dollars and Cents. per Lump. um Guard Underground Construction iHipery -Two @ i- Iv,vnee o Dollars and Cents Per Lump Sum Construct P.C.C. Stairway including handrail, complete in place @ r(o bCzb- j - cE= Dollars and Cents Per Lump Sump PR 5 OF 7 UNIT TOl PRICE PRI i 0� $ 1000 $ 1000. 00 E $ 3000 = $ 300o .- 60 $--I 500 ;` $ Zrj OO i i 00 00 $ 3Zoo , $ 3z 00 00 00 $8350 $g3 o- E 0 • PR.6 Of 7 ITEM DESCRIPTION UNIT TOTAL UNIT PRICE WRITTEN IN WORDS PRICE: PRICE Construct Concrete Parkway Culvert par detail on Sheet 2, colete in place @ u.,.,�F_ f,_ Dollars and o0 00 Cents $ 1 e�So " $ 3300 r— . ac 25. 900 Plane Existing AC Pavement S.Y. for 0.1' Thick Overlay at Join Line, complete in place @ 7-14 e.ce; Dollars and Ff j:T Cents $ 3 so $ Per Square Yard __ _ _..�.___ �___�_ __ �.e.�. PR7OF 7 TOTAL. PRICE FOR ITEMS.-i THROUGH 95 WRITTEN IN WORDS Oti6 Qn)b Ab"EZ:W - A-s 1 t4ogZ'g "to Dollars and o0 Cents $ X99000,' CONTRACTOR'S LICENSE NO. 327629 A Fleming Engineering, Inc. (BIDDER'S NAME; DATE March 13, 1980��'ii CONTRACTOR'S ADDRESS 13909 Artesia Blvd. Cerritos, Ca. 90701 TELEPHONE NUMBER C13 ) . 926 6664 _ .`z:> _. • • HOME OFFICE SAN FRANCISCO, CA. KNOW ALL -MEN BY THESE PRESENTS: That FLEMING ENGINEERING, INC. PROPOSAL OR BID BOND Bond No. YS780 -9847 Premium $ NIL (hereinafter called the Principal) as Principal, and INDUSTRIAL INDEMNITY COMPANY a corporation created and existing under the laws of the State of rAT,TTPORNTA with its principal office at SAN FRANCISCO, rA. (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal herein is submitting a proposal for WEST COAST 'HIGHWAY IMPROVEMENTS CONTRACT NO. 2062 Now, Therefore, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the completion of said work and furnish bonds as required by law, then this obli- gation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated this 13TH day of MARCH ,1980 1YO04 R1 (0/72) FLEMING ENGINEERING, INC. Fr',eS Ibe4,. % Principal By WILLIAM R. FRIIS Attomey -in -fact 5�v t I • • . i 7 M R a K N S 0 n m 1 It `D I' a 0 O O 1 It I' 0 O O z t" o a 0 o bd c to O z d State of CALIFORNIA On MAR 13 1980 , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of RIVERSIDE WILLIAM R. FRIIS I ^` Gr 1UAL SEAL PAMELA URRY NOtARY PUBLIC .` - - "7 -'-�/ RIVERSIDE CO., CALIF. - My commission expires 7.22 .... e. ,."II known to me to be the Attorney -in -Fact of INDUSTRIAL INDEMNITY COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. STATE OF CAUFORRIA, COUNTY OF Los Angeles any before me, the undersigned, a Notaryy Public in and for said State, personally appeared Terry L. Fleming President known to me to be the of the Fleming Engineering, Inc. the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. OFFICIAL SEAL NOTARY L PUBLIC CALIFORNIA 0 WITNESS my hand and official seal. • LOS ANGELES COUNTY • i Mr Cemmssan Expires Dec 2Q 1963 i �N••••N1••NNN•N•1.1••••• ,/ for Wd sub. THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, 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 above- entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of General circula. tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news. paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates tc -wit: Published Feb. 27,1980 .................. ... .................... .. I certify (or declare) under penalty of perjury that the foregoing..-is true and correct. Dated at Newport ,Beach, California, this �7day of Fe -b., 1980 Signature THE NEWPORT ENSIGN 2721 E. Ccas? Hwy.. Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp 19 Notice isil fish — �:j p G. PROOF OF PUBLICATION Bid. most be submitted on the proposal Imes with the °.. tract comments huviahed by the Public Worke Depart- . meet The additional copy of the Propasal here is to his retained by the bidder for his records. Each bid mint his accompanied by cash, owllod check or &do... Bond, coda payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The that of the Project and the words "SEALED BID' shall be clearly marled on the outside of the envelope contain ing the bid. The misused documents that meet be ompleted, executed, and retureed in the coaled bid we A. Proposal B. Designation of Ssb.ontractora C Bidder's Bond D: Noncol fusion Affidavit E. Statement of Financial Re wnstibility F. Technical Ability and Experience Refesemorm These documents shall be affxed with the signature and titles of th Persona ingra.g on behalf of the bidder. For norr porattons,. the .signaturesaof the President or Vice President and seers - terry in Assistant secretary are required and the Corporate Seal shall he affixed to all documents requiring signature.. In the can of a Paanenhip the sidearms of at least one general reorder is required. No bids will be accepted h tractor who has net been licensed in cordance with the provisions of Chapter 9, Division IT of We Scission and Pmfesakin' Code. The contractor `shall state his license number and cla: - saicatemintheproposal. - One set of plans and contract documents, includies,; special Prevlence, may be obtained at the Public Wm6 Department, City Hal, Newport Beach, Califonia, at so met to licensed m.trao n. It is requested that the plane and ..be& doemt ..to his kuroed within 2 winter alter the bit memories The City has adopted the Standard Spesihoatie.s for Public Wailes Cos euuc5on (1976 Edf9on) as Preferred by the southern Caliimmai Chapters of the American Penile Works Anemone. and the Associated General Cosuacton of America . Core. may b, obtained hem Building News, Ihc, 3055 Overhand Avenue, Lew Angeles, California 90034, (213) 870 -9871. - The City bas adopted Standard Spacial Provisions and Standard Draw - ings. Copies of three are available of the Public Wcotes Do artme,u -at acast of SS Per.et. .... PUBLIC NOTICE CITY OF NEWPORT BEACH. Proof of Publication c' CALIFORNIA. NOTICE INVITING BIDS SEALED BIDS will be received at the InvitInvitin Bids ing 'Newport °niOe °' the "' Clerk city Hat', Beach, California until 2:30 P.m. (as determined by telephone time vgne) on the lath day of March, 1980, at which ifine they will be opened and read, for performing work as follows: WEST COAST HIGHWAY WROVEMENS (SOM SIDE) 57TH MEET TO BALBOA BOULEVARD CONTRACT NO, 2062 isil fish — �:j p G. PROOF OF PUBLICATION Bid. most be submitted on the proposal Imes with the °.. tract comments huviahed by the Public Worke Depart- . meet The additional copy of the Propasal here is to his retained by the bidder for his records. Each bid mint his accompanied by cash, owllod check or &do... Bond, coda payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The that of the Project and the words "SEALED BID' shall be clearly marled on the outside of the envelope contain ing the bid. The misused documents that meet be ompleted, executed, and retureed in the coaled bid we A. Proposal B. Designation of Ssb.ontractora C Bidder's Bond D: Noncol fusion Affidavit E. Statement of Financial Re wnstibility F. Technical Ability and Experience Refesemorm These documents shall be affxed with the signature and titles of th Persona ingra.g on behalf of the bidder. For norr porattons,. the .signaturesaof the President or Vice President and seers - terry in Assistant secretary are required and the Corporate Seal shall he affixed to all documents requiring signature.. In the can of a Paanenhip the sidearms of at least one general reorder is required. No bids will be accepted h tractor who has net been licensed in cordance with the provisions of Chapter 9, Division IT of We Scission and Pmfesakin' Code. The contractor `shall state his license number and cla: - saicatemintheproposal. - One set of plans and contract documents, includies,; special Prevlence, may be obtained at the Public Wm6 Department, City Hal, Newport Beach, Califonia, at so met to licensed m.trao n. It is requested that the plane and ..be& doemt ..to his kuroed within 2 winter alter the bit memories The City has adopted the Standard Spesihoatie.s for Public Wailes Cos euuc5on (1976 Edf9on) as Preferred by the southern Caliimmai Chapters of the American Penile Works Anemone. and the Associated General Cosuacton of America . Core. may b, obtained hem Building News, Ihc, 3055 Overhand Avenue, Lew Angeles, California 90034, (213) 870 -9871. - The City bas adopted Standard Spacial Provisions and Standard Draw - ings. Copies of three are available of the Public Wcotes Do artme,u -at acast of SS Per.et. .... A standard "City of Newport Beech Special Endorsement" form has been adopted by the City of Newport Beach. Thu form is the only endorsement x ceptable to the City for Liability in. mearce Pca e,ms. Tie successful low bidder wit be re9ufred to complete the form upon award of contract, (A sample form Is attached tat reference.) For any requied bonds, the company issuing bid bonds, labor and materiel bands, and faiddul performance bonds must be an inme., company or surety erprny ficermed by the State of Calilor In a porddnce with the prevision, of Article 2, Chapter 1, Part 7 of the Cdlif- mie tabor Code (Sections 1770 et seq.) the Director of Industrial Beletions has scertained the general prevailing rate of per diem wages in the locality in which the work Ls to he performed for each craft, claysiiicatiomor type of work mechanic needed to execute the contract A copy of said determination u available re the office df the City Clerk. AB parties to the contract shall be govt med by all provisions of Ne California Labor Code relating to prevailing wage ratee (Sections 1T70 -7981 inclusive). The contractor shall be respmwiblp for compliance with Section 1777,5 of the Californa Labor Code for all a, prenttceable cpcapat'am, The eonfinetor shall port a copy of the Prevailing wage mt. at the job site, COPiw may he obtained from the Pubftc WorYS Department The City reserves the fight to reject any or all bids and to waive any inlor reality in such bde. Publish: Feb. 27, 1980 in The Newport Ensign. NE147 S:= n a m n z m m A iy n N Iy, y o � O 1 C tl\ uh ca o N C 3 3 v { 'Alt 0 ry 4v o a 'z b w� U�l`U Dh��n Yanyy:l �eo�� i i 1'aN p10 0 0 N k� �0 0 1 �0$ ,000poN°G[R 000p0 Op� {+11A Nj ! 0 0�0 0 OOpO 0 O p Q z ,r, R; b N( Fy D -� 1 v I m n z m m A iy n N Iy, y o � O 1 C tl\ uh ca o N C 3 3 v { r� UI L r r t rl z 47 z m x LUZ Y 1� zy �4 ti a a N � � o w 0 -1 r- < r -{ 3 3 v far- ,s, is' Z V S � Ul 1 LPG _r 0 O �U �N im �ce to 'A I; y ao� , 1 i1�nNO,aoa'v,�tit ;Ao �noo IN p0ppopoO0U000pNOV i8c pOpU,J IA 1 1i i h ?C1� 9 � z• iF rl z 47 z m x LUZ Y 1� zy �4 ti a a N � � o w 0 -1 r- < r -{ 3 3 v Iva (i�c rl m -a 0 1, z z M M :u y „n L a Q v N C 3 3 D �S•QpAt���n C'p 1� s _ it h n I= t c Y O �A�U�U�D r+ r l` 0 Q �., W l� O rJ n FI pb� ^� �0 N $c0 � 1�,D:l Lq N II Io 0 1VO�������11� O ' " v OO$ b ° o Rg p poo VI e ON p 9T 11 0 i C_- `L .3 D c z Q 1 I 7 c V - i !I Ll— mil I� z z M M :u y „n L a Q v N C 3 3 D r n m 0 -I Zz-i zm�i m> � -qI' ;5 CD z ' N -< :2 x �i y a N R U) c 3 3 a -c t - -�&' s v _ 1 T o u� r rr U�D� v W UIO > 4. 0 `lyy�N ®^`o IO 08 NI ter q I t`np p t z�N ylp { v (lt D0�O 06$OQ pIl°oipp0rr p p p OpU0 I r Uof0. 6 p pNO 0 p rJ1 ONpc) z > z iz ! ! 9 LtIl LI al t m 0 -I Zz-i zm�i m> � -qI' ;5 CD z ' N -< :2 x �i y a N R U) c 3 3 a -c FEB 25 1980 ����BYY ffhh* NC TYY�p00UNCIL Off. #ACH FROM: Public Works Department February 25, 1980 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: WEST COAST HIGHWAY IMPROVEMENTS (SOUTH SIDE) 57th STREET TO BALBOA BOULEVARD (C -2062) RECOMMENDATIONS: 1) Approve the plans and specifications. 2) Authorize the City Clerk to advertise for bids for Contract No. 2062 to be opened at 2:30 P.M. on Thursday, March 13, 1980. DISCUSSION: The proposed project is in the 1979 -80 Orange County Arterial Highway Financing Program (AHFP), and will provide ultimate improvements for 2,000 lineal feet along the south side of West Coast Highway. The work involves the construction of A.C. shoulder pavement (varies 5 to 10 feet wide), curb and gutter, grading, P.C.C. sidewalk -bike trail, two curb inlets, and 18 -inch storm drain pipe. The project does not include additional travel lanes, nor does it include any relocation of existing travel lanes. Construc- tion of the improvements will separate roadway traffic from bicycle trail traffic, allow the street to be properly cleaned, and provide better surface drainage. Improvements for an additional 400 lineal feet along the south side of West Coast Highway from Newport Boulevard to 400 feet west of Newport Boulevard are included in the proposed construction project, but are not a part of the approved AHFP project. The work involves the construction of A.C. pavement; concrete curb, gutter and sidewalk; and concrete stairs at the north west corner of the Newport Channel Bridge. Completion of this work will complete improvements to the south side of Coast Highway. The improvements will be constructed within existing right -of -way and no additional right -of -way will be required. $190,500. The engineer's estimate for construction of the improvements is County AHFP Funds $78,250 City: Gas Tax Fund 107,250 Water Fund 5,000 Total (Construction) $190,500 E February 25, 1980 Subject: West Coast Highway Improvements (south side) 57th Street to Balboa Boulevard (C -2062) Page 2 The plans and specifications were prepared by the Civil Engineering firm of Robert Bein, William Frost and Associates of Newport Beach. The estimated date of completion is June 13, 1980. Attached is a sketch showing the location and limits of the project. 4 J,/u� Benjamin B. Nolan Public Works Director JW: do Att. Q >- LijQ LY o a' \r J �U) o ti � O N vcm� U Ld m CL m z 0 U 0 f -lx i / 7 � 2 I I `-0 V ,Q O �! m Q � m � y�. O C�1 k 0 gev„ (� (\ C `r 1 o CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY I� U 1 � I� V s�O Ejs yS {en &x 6a cn bo ^fos e Ig I Q fJ otias D a fJ obss I I Q 1 0 f nt SS � 0 zJ D47 Nets — jJ- a Its �1gs ❑ �1J n109 ' APPROVED DATE TIMIA9 PUBLIC WORKS DIRECTOR R.E. NO. — 57 TH ST. TO BALBOA BLVD. I DRAWING N0. J a U FJ3 � O1 a I I `-0 V ,Q O �! m Q � m � y�. O C�1 k 0 gev„ (� (\ C `r 1 o CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY I� U 1 � I� V s�O Ejs yS {en &x 6a cn bo ^fos e Ig I Q fJ otias D a fJ obss I I Q 1 0 f nt SS � 0 zJ D47 Nets — jJ- a Its �1gs ❑ �1J n109 ' APPROVED DATE TIMIA9 PUBLIC WORKS DIRECTOR R.E. NO. — 57 TH ST. TO BALBOA BLVD. I DRAWING N0. J a U # f RESOLUTION NO. 9749 a A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO FLEMING ENGINEERING, INC., IN CONNECTION WITH WEST COAST HIGHWAY IMPROVEMENTS (SOUTH SIDE) FROM 57TH STREET TO BALBOA BOULEVARD (C -2062) WHEREAS, pursuant to the notice inviting bids for work in connection with West Coast Highway improvements (south side) from 57th Street to Balboa Boulevard, in connection with the plans and specifications heretofore adopted, bids were received on the 13th day of March, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is FLEMING ENGINEERING, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of FLEMING ENGINEERING, INC., in the amount of $199,000.00 for the West Coast Highway improvements (south side) from 57th Street to Balboa Boulevard, be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th day of March ATTEST: City Clerk , 1980. HRC /kv 3/17/80