Loading...
HomeMy WebLinkAboutC-2124 - North Newport Drainage Improvements at Orange Avenue and Hospital RoadCITY OF NEWPORT BEACH October 4, 1982 P.O. BOX 1768, NEWPORT. BEACH, CA 92663 -3884 Gillespie Construction 8611 Roland, Suite B Buena Park,, CA 90621 Subject:. Surety Co.: Bonds No.: Project: Contract No.: Balboa Insurance Co. L05- 059206 North Newport Blvd. C -2124 OFFICE OF THE CITY CLERK (714) 640 -2251 drainage improvements The City Council on.September 13, 1982 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on September 20, 1982, Reference No. 82- 331283: Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works 3300 Newport Boulevard, Newport Beach 'lease return to: City Clerk Ci`y of Newport Beach ff300 Newport Blvd. @_ Box 1768 Aew pettlleach, CA 92663.3884 82-- 331283 EXW0�&v *�"w Q~m C.. 8103 EXEMPT C14 NOTICE. OF COMPLETION OF ORANGE COUNY, -,egg PM SEP20'82 PUBLIC WORKS LEE A. BRANCH. I To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 13, 1982 the Public Works project consisting of North Newport Blvd. Drainage improvements at Orange Ave. &Hospital Road (C -2124) on which Gillespie Construction, 8611 Roland, Ste B Buena Parr, CA 90621 was the contractor, and Balboa Insurance Co. was the surety, was completed. VERIFICATION I, the undersigned, say: CIT F NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 15, 1982 at Newport Beach, California. 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 September 13, 1982 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 September 15, 1982 at Newport Beach, California. City Clerk ri • CITY OF NEWPORT BEACH September 15, 1982 P.O. BOX 1768, NE%%'PORT BEACH, CA 92663 -3884 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 OFFICE OF THE CITY CLERK (714) 640 -2251 Dear Mr. Branch: Enclosed for recordation are two Notices of Completion of Public Works projects consisting of: 1) Oasis Parking Lot West, Contract No. C -2289 on which IAN -CO was the Contractor and Allied Fidelity Insurance, Co. was the Surety. 2) North Newport Blvd. drainage improvements at Orange Ave. & Hospital Road, Contract No. C -2124 on which Gillespie Construction was the Contractor and Balboa Insurance Co. was the Surety. Please record both and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr encs. 3300 Newport Boulevard, Newport Beach S EP 13 1982 TO: CITY COUNCIL ty ina u Y 0004CIL i:iTY OF NEWPORT BEACH FROM: Public Works Department September 13, 1982 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: ACCEPTANCE OF NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD.(C -2124) 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 construction of the North Newport Boulevard drainage improvements at Orange Avenue and Hospital Road has been completed to the satisfaction of the Public Works Department. The bid price was $74,760.00 Amount of unit price items constructed 77,225.08 Amount of change orders 11,403.83 Total contract cost 88,628.91 Funds were budgeted in the General Fund. The excavation for the new storm drain pipe at Hospital Road unearthed a large amount of debris. This material was unsuitable to be used in the back - fill and was hauled to the dump. A change order in the amount of $1,659.37 was issued to cover the cost of this work. At Orange Avenue, a datum error on the plans resulted in a portion of the curbs and catch basins being constructed approximately four inches too high. Due to the flat gradient of Newport Boulevard in the area, it was necessary to remove the curb and gutter, demolish.the upper portions of the catch basins and reconstruct to the proper grade. A change order in the amount of $9,412.46 was issued to cover the cost of demolition and disposal of all items and reconstruction of the catch basins. The cost of reconstruc- tion of the curbs is included with the unit price items. The contract provided for reimbursement for the cost of the State Permit Rider. A change order in the amount of $332.00 was issued. �r 0 • September 13, 1982 Subject: Acceptance of North Newport Boulevard Drainage Improvements at Orange Avenue and Hospital Road (C -2124) Page 2 The design engineering was performed by the Public Works Department. The contractor is Gillespie Construction of Costa Mesa. The contract date of completion was August 9, 1982. The work was completed on August 9, 1982. / 10.4 4e7�6j. olan Public Works Director GPD:jd DATE' CITY OF NEWPORT BEACH 15, 1982 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2124 OFFICE OF THE CITY CLERK (714) 640 -2251 tb �'k1�q,y�cv l0 15l gZ Description of Contract North Newport Blvd. Drainage Improvements @ Orange Ave. & Hospital Road Effective date of Contract June 15, 1982 Authorized by Resolution No.Min.Act. , adopted on 5124182 Contract with Gillespie Construction Address 8611 Roland, Suite B Buena Park, CA 90621 Amount of Contract $74,760.00 Wanda E. Andersen City Clerk WEA:lr City Hall • 3300 Newport Boulevard, Newport Beach, Califomia 92663 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 12th day of May 1982, at which time such bids shall be opened and read for NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD Title of Project 2124 Contract No. $86,000 Engineer's Estimate FO RN/ Approved by the City Council this 26th day of April , 1982. Wanda E. Andersen City Clerk CITY CLERK Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Stephen J. Luy at 640 -2281. Project Engineer "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." _. � 4,,� •' :rat( «! �C:, Date Signatu CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD CONTRACT NO. 2124 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2124 in accor- dance with the Plans and Special Provisions, and will take in full payment therefor the fol- lowing unit prices for the work, complete in place, to wit: TEM NO. QUANTITY AND UNIT ITEM - DEM-113TION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Clearing & grubbing, unclassified excavation and subgrade preparation @ Three Thousand Dollars and No Cents $ 3,000.00 $ 3,000.00 Per Lump Sum. 2. Lump Sum Guarding underground construction @ Two Thousand Dollars r and No Cents $ 2,000.00 $ 2,000.00 Per Lump Sum 3. Lump Sum Traffic Control @ One Thousand Nine Hundred ThirteenDollars and No Cents $ 1,913.00 $_ 1,913.00 Per Lump Sum 4. 240 Install 24" R.C.P. 2000 D Lineal Feet Seventy Dollars and No Cents $_ 70.00 $ 16,800 Per Lineal Foot PR lb NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 200 Install 18" R.C.P. 2000 -D Lineal Feet @ Thirty -two Dollars and No Cents Per Lineal Foot 6. 80 Install 15" R.C.P. 2000 D Lineal Feet @ Twenty -five Dollars and No Cents Per Lineal Foot 7. 2 Construct junction structure No. 2 Per Each City of Newport Beach Std. 311 -L @ Four hundred forty Dollars and No Cents Each 8. Lump Sum Construct side connection @ Eight hundred eighty Dollars and No Cents Per Lump Sum 9. 2 Construct brick and mortar bulkhead Each @ Four hundred fifteen Dollars and No Cents Each 10. 1 Construct curb inlet L = 15.0' per Each City of Newport Beach Std. 305 -L @ Two thousand two hundred Dollars and No Cents Each 11. 1 Construct curb inlet L = 16.0' per Each City of Newport Beach Std. 305 -L - @ Two thousand two hundred Dollars and No Cents Each 12. 1 Construct curb inlet L = 17.0' per Each City of Newport Beach Std. 305 -L @ Two thousand two hundred Dollars and No Cents Each $ 32.00 $ 6,400.00 $ 25.00 $ 2,000.00 $ 440.00 � $ 415.00 $ 830.00 $2,200.00 $ 2,200.00 $2,200.00 $ 2,200.00 $ 2,200.00 $ 2,200.00 _ • . PR lc ITEM QUANTITY ITEM.DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 1 Construct curb inlet L = 5.0' per Each City of Newport Beach Std. 305 -L @ One thousand eight hundred Dollars and No Cents $ 1,800.00 $ 1,800.00 Each 14. 1 Construct curb inlet L = 6.0' per Each City of Newport Beach Std. 305 -L @ One thousand eight hundred Dollars and No Cents $ 1,800.00 $ 1,800.00 Each 15.. 68 Remove existing 18" C.M.P and headwall Lineal Feet @ Five Dollars and No Cents $ 5.00 $ 340.00 Per Lineal Foot 16. 685 Place aggregate base Tons @ Twelve Dollars and No Cents $ 12.00 $ 8,220.00 Per Ton 17. 166 Place asphalt concrete base course Tons @ Thirty -three Dollars and Cents $ 33.00 $ 5,478.00 Per on 18. 160 Place asphalt concrete finish course and Tons miscellaneous asphalt @ Thirty -three Dollars and No Cents $ 33.00 $ 5,280.00 Per Fon 19. 147 Construct Type "A ".P.C.C. curb and gutter Lineal Feet per City of Newport Beach Std.-182-L., @ Ten Dollars and No Cents $ 10.00 $ 1,470.00 Per Lineal Foot • • PR Id NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. Lump Sum Remove existing P.C.C. access box and connect R.C.P. with P.C.C. pipe collar per City of Newport Beach Std. 313 -L @ Five hundred fifty Dollars and No Cents $ 550.00 $ 550.00 Per Lump Sum 21. 680 Construct P.C.C. sidewalk per Square Feet City of Newport Beach Std. 180 -L @ One Dollars and Fifty Cents $ 1.50 $1,020.00 Per Square Foot 22. 752 Construct commercial driveway per Square Feet City of Newport Beach Std. 160 -L @ Two Dollars and No Cents $ 2.00 $1,504.00 Per Square Foot 23. 1 Construct curb access ramp per Each City of Newport Beach Std. 181 -L @ Two hundred seventy -five Dollars and No Cents $ 275.00 $ 275.00 Each 24. 4 Place 42" diameter galvanized steel Each pipe with concrete fill @ Eighty-five Dollars and No Cents $ 85.00 $ 340.00 Each 25. 1000 Construct P.C.C. road section Square Feet per C.N.B. Std. 105 -L @ Two Dollars and Thirty Cents $ 2.30 $2,300.00 Per Square Foot 26. 1 Adjust manhole to finished grade Each @ Three hundred thirty Dollars and No Cents $ 330.00 $ 330.00 Each 9 PR le ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. Lump Sum Relocate fire hydrant per C.N.B. Std. -500 -L @ Two thousand seven hundred fifty Dollars and No Cents $ 2.750.00 $ 2.750.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Seventy -four thousand seven hundred sixty Dollars and No Cents $ 74,760.00 CONTRACTOR'S LICENSE NO. 381371 GILLESPIE CONSTRUCTION Bidder's Name DATE 5 -11 -82 S /Terry D. Gillespie, Owner uth0rized Signature /Title BIDDER'S ADDRESS 8611 Roland, Suite B, Buena Park, CA 90621 BIDDER'S TELEPHONE NO. 739 -4852 557 -6050 • 0 Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10 °% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -79B1 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 381371 A Contr's Lic. No. & Classification May 11, 1982 Date GILLESPIE CONSTRUCTION Bidder S /Terry Gillespie, Ow Authorized Signature /Title • . Page 3 DESIGNATION OF SUBCONTRACTOR(S The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Asphalt All American Orange 2. Concrete Nazarott Const. Norwalk 3. 4. 5. 6. 7. 8. 9. 10. 12. GILLESPIE CONSTRUCTION B,dder S /Terry Gillespie Authorized Signature /Title FOR AINAL SEE CITY CLERK'S FILE COO BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 Bond No. L05- 051498 -63 That we, GILLESPIE CONSTRUCTION as bidder, and BALBOA INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Not to exceed Nine thousand five hundred and no /100 Dollars ($9,500.00 ) lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPTTAI ROAD 2124 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10Th day Of May , 19-82. (Attach acknowledgement of Attorney -in -Fact) C. M. Griswold, Notary Public Commission expires Sept. 27, 1985 GILLESPIE CONSTRUCTION Bidder S /Terry D. illespie Authorized Signature /Title BALBOA INSURANCE COMPANY Surety By Merle R. Zeigler Title Attorney -in -Fact 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 11th day of May 1982 . My commission expires: June 9. 1984 GILLESPIE CONSTRUCTION Bidder S /Terry Gillespie Authorized Signature /Title S /Catherine R. Hargis Notary Public • • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk. GILLESPIE CONSTRUCTION � Bidder S /Terry DGillespie Authorized Signature /Title • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1981 City of Upland John Wizz 982 -1352 1982 LAC Road Dept. 226 -8174 1981 City of Placentia Al Stabile 993 -8231 1982 OCEMA Engineer 834 -2300 1981 City of San Clemente Warner Unis 492 -5101 1982 City of Compton Ralph Emerson 537 -8000 GILLESPIE CONSTRUCTION % Bidder S /Terry T. Gillesaie Authorized Signature /Title 0 • Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Executed in Quadrnpli• to PAYMENT BOND Page 9 Bond Not Lo5- o592o6 KNOW ALL MEN BY THESE PRESENTS, That Premium: included in Perf. Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 24 1982 has awarded to GILLESPIE CONSTRUCTION hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any 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 labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 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 3250 of the Civil 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 0 0 Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of June , 1982 Approved as to form: City Attorney (Seal) Name of Contractor Principal L -- Authorize ature and e Authorized Signature and Title (Seal) Name o urety 2900 W Broady, Los Angeles, Ca. 90041 Addre s of Surety Signature and T' uthorized Agent Marie R Zeigkfir Attorney in Fact 330 N State College #101, Anaheim. Ca. 92806 dress of Agent (714) TT4 -8910 Telephone No, of Agent STATEOF California / / ss: County of Orange / On this JUN 0 3 1991 day of before we. $� C.M. Griswold - a )Votary Public in and for the said County of . Orange State of California resA3ing therein, duly commissioned and sworn, personally appeared Merle R Zeigler known to me :to be the Attorney -in -Fact of the Balboa Insurance Company, the corporation that executed the within instri'tment, and acknowledged to me that he s bed the name of the Balboa Insurance Company there ttigil his own n me as Atto y- in- h'r.et. OFFICIAL SEAL � ° C.M. GRIS'NOLD - ,[' NOTARY PI/BI IC. CALIFCRPi;A NO Lary Public to attd for the County of PRbVCIPAL OFFICE :N LOSANGELES Y N COUTT 1L002ZR My Commission E— Se U I Orange , State of Califn_ni_"p— p S85 - -v -- Executed in Quadruple FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 11 Bond Not L05- 059206 Premiimm: $1,495.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 24, 19829 has awarded to GILLESPIE CONSTRUCTION hereinafter designated as the "Principal ", a contract for Contract No. 2124, NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GILLESM CONSTRUCTION as Principal, and BALBOA INSURANCE CWANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Seventy four thousand seven hundred sixty and no /100---- -0ollars ($ T 0 no..) , said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of ,Arne , 19_112—_. Approved as to form: City Attorney Seal) e Authorized Signature and Title (Seal) Name ure y ., To= ... ..- •41 Signature and TWe&Mf Authorized Agent Merle R ZeigA4 Attorney in Fact 940 N State +liege #101, AnaheL. Ca. 928o6 Address of Agent Te ephone No. of Agent A n fs C F T ti � tl tl y � d 'O `o 1` C n a [ u 4 n b rl m O M z c� It b C u v C y� l d H N M H ri d 'wn _J to O O u C 7 u O � � �L +x J o u rr tl tl Qb c c o, o y C d C C y \� d H e c a v o �U u ri C H 0 N ` NN C m W 'O ti CD P o � 4 m d b 'c e o " U O V + � C J y � C 4 3 C L G j C + C M � r t tl C U i 1 tl ci Ui i ti 0 f N C tl H O G m a J, 6 O r (y J� • BALBOAINSURANCE COMPANY 0 620 NEWPORT CENTER DRIVE. NEWPORT BEACH, CALIFORNIA 92680 GPA 2206 _ - POWER OF ATTORNEY VA( GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RI.G Know All Men by Then Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and Lxisong under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and appoint MERLE R ZEIGLER .� of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full Power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver - _ CONTRACT BONDS (S.B.A. Guarantee Agreement) - Maximum Penalty $350,000.00 OTHER CONTRACT BOND6 - Maximum Penalty $250,000.00 ALL OTHER BONDS - Maximum Penalty $50,000.00 „_ 'THIS POWER OF ATTORNEY SHAr.L TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31. 1982” and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with i:, corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that th, .w Attorncy(s }in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is Le -t by vested with full power and authority to appoint any one or more suitable persona as Attorney(s }in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of iod, tv and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Cop,-,; I •i liability thereunder, and any such Instruments so executed by any such Attorney -in -Fact shall be binding upon the Company vi if signed by the President and seated and attested by the Corporate Secretary." In Witrtess Whereof, Balboa Insurance Company has caused these presents to be signed by its Executive _ Vice President rerr,.� Its corporate seal to be hereto. affixed this 3rd :.way day of 0� V BALBOA INSIMICE CO ANY Incorporated By Feb. 6,1948 G —~ State of California j * Is County of Orange On this 3rd day�ai�Se�terrdser AD., 19- 81 1 before me personally carne Jack M. Trapp to me known, who, being by me duly swom, did depose and say, that he resides in Mission Vieio, California I that ha Is _Executive Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that hhee�signedNhis name thereto by like o• ',:r. M sI R1 KISHI Norary Public f411 URNlM1 o N:I IN UN11 pt. 13. 1983 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still In force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile ur:'.ler and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company ut a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal <•I this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, u.l that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 3rd dr- of June , 19 82 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND N0. L05- 059206 aaarara ,I 'z • CERTIFICATE OF INSURANCE • Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED GILLESPIE CONSTRUCTION 8611 ROLAND, SUITE B BUENA PARK, CA 90621 Company A AETNA CASUALTY & SURETY COMPANY Letter company B Letter Company C Letter Company D Letter Company E 1-+*-, This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: ZiW.A,!,., k- anu I Agency: FRIIS & COMPANY, INC. Authorized RepresenftWve 6/2/82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE & HOSPITAL ROAD Project Title and Contract Number CONTRACT #2124 NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. NDtWith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. B Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. Ag. ro uc s/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ Comprehensive Form x E Premises - Operations E `-f Property Damage $ $ x Explosion & Collapse Hazard g6GL 86GL Bodily Injury X Underground Hazard x Products /Completed Operations 11/1/8 A Hazard CA and Property x Contractual Insurance Damage Combined $ 500 $ 500 x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ 500 Aviation AUTOMOTIVE LIABILITY x❑ Comprehensive Form Bodily Injury $ 86FJ (Each Person A [x] Owned 135560 11/1/8 $ o i y Injury CCA Each Occurrence ❑x Hired Pro ert Dama e Bodily njury and ❑x Non -owned Property Damage Combined $ 500 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor Al ac A and 186cK 956629 11/1/8 EMPLOYER'S LIABILITY CPA 2,000 Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: ZiW.A,!,., k- anu I Agency: FRIIS & COMPANY, INC. Authorized RepresenftWve 6/2/82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE & HOSPITAL ROAD Project Title and Contract Number CONTRACT #2124 NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. NDtWith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. B a' it is agreed that: CITY OF NEWPORT BEACH • AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability $ (XX) Single Limit each occurrence each occurrence Bodily Injury Liability $ 500,000. each occurrence and �V Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE 5. Designated Contract:AV_ENUE & HOSPITAL ROAD CONTRACT #2124 (Project Title and Contract No.). LL� This endorsement is effective 5_/24/82 at 12:01 A.M. and forms a part of Policy No. 86FJ135560CCA Named Insured GILLESPIE CONSTRUCTION Endorsement No. 1 AETNA CASUALTY & FRIIS & COMPANY, INC. Name of Insurance Company _SURETY COMPANY By_ 241All.-_ . N_a ",o) Authorized RepresenW ve It is agreed that: E CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT Page 15 With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (A Single Limit $ ----each occurrence $ — _____each occurrence Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE 7. Designated Contract: AVENUE & HOSPITAL ROAD CONTRACT #2124 Project Title and Contract No. This endorsement is effective 5/24/82 at 12:01 A.M. and forms a part of Policy No. BF,r.28173_ 6CCA- Named Insured GILLESPIE CONSTRUCTION Endorsement No. I FRIIS & COMPANY, INC. Name of Insurance Company AFTNA cASt1ALTY & BY SURETY COMPANY Authorized Represeq#tive 0 0 Page 16 CONTRACT THIS AGREEMENT, entered into this^ -day of L!- 19, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and GILLESPIE CONSTRUCTION , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD 2124 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD 2124 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seventy -four thousand seven hundred sixty dollars and no cents ($ 74,760.00 ). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension.or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • (f) Plans and Special Provisions for e (g) This Contract. 0 Page 17 Contract No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: ,I City Clerk APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH By Mayor GILLESPIE CONSTRUC W N Cont c rr� By s t/ Its By Its CITY CONTRACTOR 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT n U NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD CONTRACT NO. 2124 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . . . I III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. CONSTRUCTION SURVEY STAKING. . . . . . . . . . . . 3 VII. NOTICES TO RESIDENTS . . . ... . . . . . . . . . . . . . 3 VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES. . . . . 3 IX. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 4 X. GUARDING UNDERGROUND CONSTRUCTION. . . . . . . . . . . . 4 XI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 4 A. STREET IMPROVEMENTS 1. Clearing and Grubbing, Unclassified Excavation and Subgrade Preparation . . . . . . . . . . . . 4 2. Fire Hydrant Relocation . . . . . . . . . . . . . 4 3. Aggregate Base . . . . . . . . . . . . . . . . . 5 4. Asphalt Concrete . . . . . . . . . . . . . . . . 5 5. Trench Patch . . . . . . . . . . . . . . . . . . 5 6. Fill Material . . . . . . . . . . . . . . . 5 7. Embankments . . . . . . . . . . . . . . . . . . . 5 B. STORM DRAIN IMPROVEMENTS . . . . . . . . . . . . . . 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD CONTRACT NO. 2124 I. SCOPE OF WORK SP 1 of 6 The work to be done under this contract consists of the construction of storm drain pipe, manholes, catch basins, connector pipes and appurtenant structures as shown on the plans. Also included is the construction of curb, gutter, sidewalk, driveways, wheelchair ramp, aggregate base and pavement. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5125 -S), the City's Standard Special Provisions and Standard Drawings, and the Standard Specifications Standard S ecifications for Public Works Construction, 1979 Edition), copies of which are avai a e at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Pro- visions and Drawings may be purchased at the Public Works Department. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall complete all work within seventy -five (75) consecutive calendar days following the date of award of the contract. The contractor shall complete all work within sixty (60) consecutive calendar days following commencement of the specified work. The contractor shall submit a construction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. It will be the contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the contractor an extension of time. III. PAYMENT The unit or lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the pro- posal, shall be included in the price bid for other related items of work. 0 0 SP 2 of 6 IV. TRAFFIC CONTROL AND ACCESS Vehicular and pedestrian access nesses and residences adjacent conditions preclude such access by the Engineer. shall be maintained at all times to the project area; except where for reasonable periods of time a for all busi- necessary determined Traffic Plan. After notification of award and at least 5 calendar days prior to start of construction, the Contractor shall submit to the Engineer, for approval, his proposed traffic plan. The Contractor shall fully responsible for. the- adequacy- of any traffic.pl.an utili.zed,,f.or sQnformance. with -his intended construction.schedul_e. and staging and to provide for its properimpTementatibn: Temporary No Parking. Temporary no parking is authorized along Orange Avenue, Hospital Road and North Newport Boulevard. The Contractor may post "Temporary No Parking" signs after obtaining Engineer's prior approval for type of sign and method and location of posting. Contractor shall post signs and notify the Police Department 48 hours prior to need for temporary no parking. Traffic Requirements. The Contractor shall maintain a minimum of one traffic lane open to the public during working hours. All roads must be open, allowing two -way traffic during weekends and evenings. The Contractor may close Orange Avenue on a one time basis for a period of time not to exceed 36 hours and must inform all affected residences and business establishments at least two days prior to the closure. Access to businesses at the corners of Orange Avenue at North Newport Boulevard and Hospital Road at North Newport Boulevard shall be maintained at all times. Construction Signs and Barricades. All warning signs, lights and devices to be used by the Contractor shall conform to the standards of the "Work Area Traffic Control Handbook" (WATCH) published by Building News Inc. Backfillin and Plate Bridging. The Contractor shall either bridge the trench excavation using steel pates (minimum one inch thick with one foot of bearing area on each side of the trench) or backfill the trench with suitable material to support temporary traffic loading, to maintain access to business driveways and local street intersections affected by the trenching operation. Adequate signing, barricading and delineation will be utilized in either case, unless the roadway is completely opened to traffic by backfilling the trench and restoring pavement. Length of open trench shall not exceed 200 feet in street areas. The City can provide, free of charge, a maximum of fifteen 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. To reserve the plates, the Contractor must call Mr. Gil Gomez at (714) 640 -2221. Fencing Around Excavation. The Contractor shall provide temporary six -foot- high chain link fence around all areas of open trench during off -work hours. Restoration of Stri in l a and Pavement Markings. Restoration of striping and pavement marking done by the City. Flagmen. If it becomes necessary to close any street to only one lane, flag - ment shall be on duty during the entire period.the roadway is under construction. Payment. The cost for traffic control required for this construction project listed in the Proposal. V. PERMITS SP 3of6 as detailed in this section and as is included as Bid Item No. 3 of work The Contractor shall obtain the following permits prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section X, "GUARDING UNDERGROUND CON- STRUCTION"). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XI, "CLEARING AND GRUBBING, UNCLASSIFIED EXCAVATION AND SUBGRADE PREPARATION"). 3. Rider for California Department of Transportation Encroachment Permit. Contractor shall remit permit and inspection fees (approximately $350) with the Department of Transportation and will be reimbursed by City for actual costs of permit and inspection fees upon completion and accep- tance of Project. The City has obtained a California Department of Transportation Encroachment Permit (attached hereto). VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be provided by City. VII. NOTICES TO RESIDENTS Between 40 and 55 hours before closing or restricting local vehicular access to and from street or driveway approaches, the Contractor shall distribute to each affected business and residence a written notice stating when construction opera- tions will start and approximately when vehicular accessibility will be restored. The written notice shall be prepared by the Engineer. The Contractor shall write in the applicable dates and hours of restricted vehicle access when he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renoti- fication using an explanatory letter furnished by the Engineer. VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. At least 48 hours prior to perform- ing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the storm drain will cause work to be performed over, under and very near existing sewer, gas, electric, and water lines. The Contractor shall protect in place and be responsible for, at no additional cost, any damage to utilities encountered during construction of the items shown on the plans. Existing structures abutting proposed improvements are indicated on the plans. Prior to construction, the Contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the im- provements. L7 *SP 4 o 6 Every effort shall be made by the contractor to protect any existing property corners uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no separate compensa- tion will be made. IX. WATER The contractor shall make provisions for obtaining and applying water necessary to perform his work. If the contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. X. GUARDING UNDERGROUND CONSTRUCTION The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety (BIS), State of California, prior to any con- struction. The contractor shall also provide submittals to the Engineer in accordance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All costs incurred to obtain the DIS permit and to comply with the provisions of such permit shall be included in lump sum prices bid for guarding underground construction, Bid Item No. 2. Excavations and trenches that extend below an imaginary plane inclined at 45 degrees below the edge of nearby adjacent existing structures, such as founda- tions or other facilities, shall be properly shored to maintain positive ground support. Excavations and trendhes in improved streets shall be properly shored to maintain positive ground support. XI. CONSTRUCTION DETAILS A. STREET IMPROVEMENTS 1. Clearing and Grubbing, Unclassified Excavation and Subgrade Preparation This work shall be performed in accordance with the applicable require- ments of Subsections 300 -1, 300 -2 and 301 -1 of the Standard Specifica- tions, except as modified therein. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. Full compensation for any sawcutting required shall be included in the cost per cubic yard for clearing and grubbing, unclassified excavation and subgrade preparation. 2. Fire Hydrant Relocation Contractor shall remove, relocate and reinstall the existing fire hydrant assembly, gate valve, valve box cover and riser as shown on the plan. Contractor shall install a blind flange on the existing Tee connection, install a new Tee connection, or other type connection as approved by the Engineer, and place approximately 12 feet of 6" lateral main. Contractor shall make arrangements with Mr. Gil Gomez at (714) 640 -2221 to have water service to the hydrant turned off. The unit price bid for Fire Hydrant Relocation shall include all trenching, hardware, backfilling, flushing, testing, labor tools and materials necessary to relocate the fire hydrant and restore it to full operating capability. • • JY t) OT O 3. Aggregate Base Aggregate base shall conform to the requirements for Untreated Base Material in Section 400 -2 of the Standard Specifications. 4. Asphalt Concrete The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications except as modified and supplemented below: a. Base Course - -The base course shall be 2 1/2 -inch thick Type III -B2 with 5.2 to 5.8 percent AR 4000 paving asphalt. b. Finish Course - -The finish course shall be 1 1/2 -inch thick Type III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt. c. Miscellaneous Asphalt -- Asphalt to be placed for paveouts and to join existing asphalt surfaces and roadway shall be Type III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt. Prior to placing the finish course, a tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to the A.C. base course, the existing A.C. pavement and the cement and asphalt concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coat is applied. 5. Trench Patch The contractor shall restore the street section above any trench excava- tion in accordance with City of Newport Beach Std - 105 -L. 6. Fill Material The contractor may use material excavated from the construction site as fill material provided he complies with Section 300 -4 of the Standard Specifications. 7. Embankments The embankments shall be graded to a 2:1 slope at the locations as shown on the plans. Materials utilized for this work may be taken from the roadway excavation and tamped to 90% minimum relative compaction. All cost for this work shall be included in the lump sum price bid for A.C. concrete in place, Item 18. B. STORM DRAIN IMPROVEMENTS Existing storm drain pipe at Hospital Road .shall .,he abandoned. n, Dl ace.and_the -ends concrete or brick and mortar plugged 16 accordance with Subsection 306 -5 of the Standard Specifications. Payment for plugging and modifying the existing reinforced concrete box outlet, for modifying existing catch basins, for pipe encasement, and for trench restoration shall be included in the price per lineal foot for pipe. 0 SP6of6 All costs incurred in the abandonment or removal of existing storm drain Pipe shall be included in the lump sum bid for clearing and grubbing, unclassified excavation and subgrade preparation, and additional compensa- tion will not be made. 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 Specificati_ons,_ except that water densified backfill including flooding as specified in Subsection 306 -1.3.3 will not be permitted. Contractor may present his bid based on the use of 3000D asbestos cement pipe instead of 2000D R.C.P. DEPAATt.EIa of roamspoeTA110e ICALTR A. ENCROACHMENT PERMIT In comfit tance with (Check orte)-* Ox Your application of _AU,gii3:t ::41 • 19"_ ❑ Utnily Nonce No. LJAguemew tau R/W Contract No. TO: of of to -1 $ EXEMPT of . 19_ r City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 L J PERMITTEE (_LJ and subject to the following. PERMISSION IS HEREBY GRANTED to: replace existing 24 inch corrugated metal pipe with a 24 inch reinforced concrete pipe, on Newport Blvd., ORA- 055 -0.59, at Hospital Road, within state R /W, in accordance with State Specifications and the attached Special Provisions. If the work authorized by this permit is to be performed by contract- ors forces, the Permitteels contractor shsll furnish the State with a signed application requesting a separate Caltrans permit authoriz- ing the contractor to perform the work within the State Highway right of way for the Permittee. 'The Permitteels contractor will be required to reimburse the State for the cost incurred for engineering inspection of the work within the State right of way and all other permit related field work performed by Caltrans Maintenance Forces. Permittee shall notify the Permit Inspector, Mr. A. Medina at (213) 834 -8317 between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. In addition to fee -the permittee will be billed actual costs for Review ® Yes 0 No: Inspection [DYes C] NO; Field work 9) Yes Of any Caltrans effort expended) The following attachments are also included as part of this permit (Check applicable.) a) General Provisions: 0x Yes b) Utility Maintenance Provisions: ®Yes [3 No A -C -H C) Special Provisions: ® Yes ❑ No d) A Cal -OSHA permit required prior to beginning work: 0Yes j Mtio s The information in the environmental documentation has been reviewed and considered prior to approval of this Permit: Oyes ®N.A. March 31, 82 This permit is void unless the work is completed Wore 19— This permit is to be strictly construed and no other nark other than specifically mentioned is hereby authorised. NO Project work shall be commenced until all other necessary permits and environmental clearances have been obtained. APPROVED. Long Beach Huntington Beach HEINZ HECKEROTH Medina District Director AS: jm I1A, SUMPTER `✓( l �- 4y District Permit Enginwr DEPARTMENT OF TRANSPORTATION ICALTRANSI GENERAL PROVISIONS TO ENCROACHMENT PERMIT DM-M.P 2020 (REV. 1 /31) 1. Anthor@y: This permit Is Issued In accordance with Chapter 3 of Dill. slon 1. commencing with Section 660, of the Streets and High- ways Code, 2. Revocation: Except as otherwise provided for public corporations, franchise holders. and utilities, encroachment permits are revocable on five days' notice. These General Provisions. Utility Maintenance Provisions. and this Encroachment Permit Issued hereunder are revocable or subject to modification or abrogation at any time, without prejudice. however, to prior rights, Including those evidenced by joint use agreements, franchise rights, or reserved right for operating purposes In a grant of highway easement. 3. Permits for Record only: If occupation of highway right of way Is under joint use agreement or under prior easement, encroach- ment permits will be issued to the permitter for the purpose of providing Caltrans with notice and a record of work and for the terms and conditions relating to public safety. No new or different rights or obligations. are Intended to be created by the permit In such cases. and all such prior rights shall be fully protected. Encroachment Per- .. mils Issued in such cases shall have designated across the face'therof "Notice and Record Purposes Only." - (Dlstrict Office of R(ghl of Way must give approva! for this deslgnatlon), 4. Responsible Party: No party other than the named permitter or contractor of the permittee Is authorized to work under this permit. 5. Acceptance of Provisions: It Is understood and agreed by the permitter that the doing of any work under this permit shall con- stitute an acceptance of the provisions of this permit and all attachments. 6. Me Pceeedent Established: This permit Is Issued with the under- standing that any particular action Is not to be considered as establishing any precedent 111 on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of state highways. or (2) as to any utility, of the acceptability of any such per- mits as to any other or future situation. 7. Notice Prior to Startling Work: Before starting work under the Encroachment Permlt. the permit. tee shall notify the District Director or other designated employee three working days prior to Initial start of work When work has been Interrupted. an additional 24 -hour noHfjllittgnzAw:-tequlred before restart ing work S. Keep Permit on the Work: The Encroachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officeron demand. WORK SHALL, BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9. Confiietlog Permits; if a prior encroachment conflicts with the proposed work the new permittee must arrange for any necessary removal or mlocat ton with the prior permitter. Any such removal or relocation will be at no expense to the State. 10. Permits From Other Agencies: lice party or parties to whom a permit Is issued shall. whenever the same Is required by law. secure the written order or consent to any work under a permit from the Public UttRttes Commission of the State of California, Cal OSHA or any other public agency having jurisdiction and any penult shall not be valid until such order or consent is obtained. I1. Protection of Trams: Adequate provisions shall be made for the protection of the traveling public. The warning signs, ligi t and other safety devices and other measures required for the public safety. shall conform to the require- ments of the Manual of Traffic Controls or any sign manual issued or, to be issued by Caltrans and /or the current Caltrans Standard Specifications. Traffic control for day or nighttime lane closures will -, be In conformance with Caltrans standard plans for Traffic Control System. Nothing In the penult Is Intended, as to third parties, to impose on peemtttee any duty, or standard of care, greater than or different than. the duty or standard of care imposed by law. 12. MhHmnm Interference filth TrafHO: All work shall be planned and ca,:led out so that (here will be the last possible Inconvenience to the traveling. public. PermlUce is authorized to place properly attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety, but traffic shall not be unreasonably delayed. Flagging procedures shall be In conformance with the Instructions to Flaggers pamphlet and /or Manual of Traffic Controls Issued by Caltrans. 13. Storage of Materials: No con - structlon material shall be stored, nor equipment parked, within ten (101 feet from the edge of pavement or traveled way. Utilities are subject to the provisions of Section 22512 of the Vehicle Code. 14. Clean Up Right of Way: Upon completion of the work• all brush, timber. scraps, material, etc., shall oe entirely removed and the right of way shall be left In as presentable a condition as existed before work started. 15. standard. of Construction: All work performed within the highway shall conform to recognized stan- dards of construction - and the the current Callrans Standard Specifications. and, - any special provisions relating thereto. 16. Inspection and Approval by Cattnnr. All work shall be subject to Inspr . lion and approval by Caltrans. The Permitter shall notify Caltrans when the work has been completed. 17. Actual Cost OU114: When the permltlee Is to be billed actual costs las Indicated on the face of the permit). such costs will Include salaries, traveling expenses. Incidental expenses. and overhead. 18. Future Moving of InstaWtion: a) installations Requested by Permutee. If the Encroachment Permit was Issued at request of the permitter. If Is understood that whenever construction, recon- struction or maintenance work on the highway may require. the Installation shall, upon request or the Department, be Immediately moved by and at the sole expense of the permbtee. except as other - wise provided by law, or by any applicable permit provisions. b) Uflltly Moues Ordered by Callrans. If the Installation made under a permit is being relocated In accordance with Caltrans' `Notice to Relocate Utility Facility." the pennitlee shall have the same and no greater rights as relocated as It enjoyed prior to moving at Callrans' order. ( c) Ulllify In Freeway. This see. lion and the other sections of these General Provisions arc subject to Article 2.5 of Chapter 3 of Division 1 of the Streets and Highways Code and other applica- ble law, and to the case of any Inconsistency, the said Article 2.5 or other applicable law shall control the removal from or relocation of utility facilities in freeways. d) Future .Moving of Inslalintlun. II is understood by the permniee that whenever construction. recum alrVeisam ur maintrnance work on the hlghwaymay requ(re.the Instal, latlon provided for herein shall. upon request of Caltrans be moved by the permittee. the cost of (hr move to be home by the party legally respunslblo Iherrlor 19. Responsibility for Damage: Tile Slate of California and all officers and employees thereof. Including but not limited to the Dtrrewr of Transpurtation and file Chief Engineer, shall not he answerable or accountable In any manner: for Injury to or death of anv person. Including but not Ilmlted to thq permitter, persons employed by the petmlfler. persons acting In behalf of the permltlee: or for damage to 0 property from any cause which might have been prevented by the permitter. those persons employed by the permittee. or persons acting in behalf of the permittee. The permittee shall be responsible for any liability Imposed by law and for Injuries to or death of any person. including but not limited to the permittee, persons employed by the permittee. 'persons acting In behalf of the permitter, or damage to property arising out of work permitted and done by the permittee under permit. oransing out of the failure on the permit. tee s part to perform hls.obllgatlons under any permit in respect to maintenance or any other obliga. bons, or resulting from defects or obstructions. or from any cause whatsoever during the progress of the work or at anysubsequent time work is Wng performed under the obligations provided by and con- templated by the permit. The permittee shall Indemnify and save harmless the Slate of Califor. nia and all officers and employees thereof. Including but not limited to the Director of Transportation and the Chief Engineer, from all claims. suits or actions of every name, kind and description brought for or on account of Injuries to or death of any person. Including but not limited to the permittee. persons employed by the permittee. persons acting in behalf of the per. mittee and the public, or damage to property resulting from the per- formance of work under the permit. or arising out of the failure on the pennittee's part to perform his obitgatlons under any permit in respect to maintenance or any other obltgations. or resulting from de- fects or obstructions. or from any cause whatsoever during the prog- ress of the work or at anv subse- quent time work is being performed under the obligations provided by and contemplated by the petmtt, except as otherwise provided by statute. The duty of the permittee to Indemnify and save harmless In- cludes the duties to defend asset forth in Section 2778 of the Civil Code. The permittee waives any and all rights to any type of express or Implied Indemnity against the State. its officers or employees. It Is the Intent of the parties that the permittee will Indemnify and hold harmicss the State. its officers and employees from any and all claims. suits or actions as set forth above regardless of the existence or degree of fault or negligence. whether active or passive. primary or secondary, on the part of the State. the permittee. persons employed by the permlrtee or per- sons acting in behalf of 1 he permittee. 20. Bonding: This permit shall not be effective for any purpose unless and until the permittee files with the Grantor. a surety bond in the to= and amount required by said Grantee. A bond is not ordinarily required of any public corporation or publicly or privately owned utlll- ty, but will be required of any utility that falls to meet any obligation arising out of the work permitted or done under an Encroachment Per- mit or fails to maintain Its plant, work or factlltles. 21. Making Repairs: In every case the permittee shall be responsible for restoring to Its former condition as nearly as may be possible any por- tion of the highway which has been excavated or otherwise disturbed by permitter. except where caltrans elects to make repairs to paving and except where provision to the con- trary Is made in the written portion of any permit. The permittee shall maintain the surface over facilities placed underany permit fora period of one (1) year after completion of work under the permit. if the high- way Is not restored as herein provided for. or if Caltrans elects to make repairs, pennlltee agrees by acceptance of permit to bear the cost thereof. 22. Can of Drainage: If the work con. templated In any Encroachment Permit shall Interfere with the established drainage, ample provi- sion shall be made by the permitter to provide for it as may be directed by Cal trans 23. Submlt Plan: � or installation of all underground facilities, and all sur- face work of consequence, the permittee shall furnish a plan show- ing location and construction details with Its application. Upon completion of the work as -built plans of sufficient accuracy shall be submitted to the District to deter- mine location of the facility. 24. Maiatensace: The permittee agrees, by acceptance of a permit, to main- tain property any encroachment placed by It In the highway and In inspecting for and preventing any Injury to anv portion of the hlghwav resulting from the encroachment. 25. Coat of Work: Unless otherwise stated on the permit or separate writ- ten agreement. all costs incurred for work within the State right of way pursuant to this Encroachment Per- mit shall be bome by the permittm and permttte:: hereby valves all claims for Indemnification or contribution from the State for such work 28. Federal Civil R41its Requirements For Public Accommodation: IN The permittee, for himself. his personal represem at Ives. successors In Inter. est. and assigns. as pan of the consideration hereof. does hereby covenant and agree that (1) no person on the ground of race. color, or uauonul origin shall be excluded from participat Ion In, be denied the benefas of, or be otherwise sub- jected to discrimination In the use of said facilities. (2) that In connec- tion with the comsrmctlon of any Improvements on card lands and the furnishing of scr•ICts thereon. no discrimination shall be prac- ticed In the selmiion of employees and contractors. by contractors In the selection and retention of first - tler subcontractors In the selection of second -tier subconttaactors, (3) that such discrimination shall not be practiced against the public In their access to and use of the fa. cilities and services provided for public accommodations (such as eating. sleeping, rest, recreation, and vehicle servicing) constructed or operated on, over, or under the space ofthe right ofway.and (4) that the permittee shill use the premises In compliance with all other re- quirements imposed pursuant to Title 15. Code of Federal Regula- tions, Commerce and Foreign Trade, subtitle &Office of the Secretary of Commerce. Part 8115 C.F.R. Part 8). and as said Regulations may be amended. (B) That In the event of breach of anv-of the above nondiscrimination covenants, the State shall have the right to lermtnate 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 of Issued. 27. Archaeological: The permittee shall cease work in the victnity of anv archaeological resources that are revealed. The Penult Engineer shall be notified immediately. A qualified archaeologist. retained by the permittee. will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work Department of Transportation ('7altrans) SPECIAL PkOVIS10N "A" (Attached to all Permit❑ - 1 /F+1.) 1. Permittee shall notify the Permit Inspector between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. See the face of the permit for Inspector's telephone number. 2. Permittee shall arrange for a pre - construction meeting at the job site with the Permit Inspector and all other interested persons two (2) working days prior to starting work, to discuss the permit requirements. 3. In the event that all or a portion of this work is within the working area of a State highway construction project, no work shall be started until all arrangements have been made with the State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 4. Any work authorized by this permit which requires traffic diversion and /or traffic interruption, including sidewalks and bike paths, shall be approved by the Permit Inspector. See the face of the permit for inspector's telephone number. 5. Unless otherwise authorized by the Permit Inspector, the normal traffic control shall be limited to the hours of 0900 - 1500 and open for use by public traffic on Saturdays, Sundays, de- signated legal holidays and after 3:00 P.M. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. 6. Designated legal holidays are: January lst, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November llth falls on a Saturday, the preceding Friday shall be a designated legal holiday. 7. The permittee shall provide adequate protection of traffic in accordance with the current traffic control requirements of the Manual of Traffic Controls, the Standard Specifications and special provisions of the permit. The condition and location of other traffic control devices shall be approved by the Permit Inspector and installed and maintained by the permittee in accordance with this permit. All flagpersons shall be trained and their sole duty will be to control traffic. They shall wear white hard hats, orange vests or jackets, and have an approved slow /stop paddle. They shall be intervisible or be in communication via 2 -way radio. During the hours of darkness the vest or jacket shall be reflectorized, flagman stations shall be illuminated such that the flagman will be clearly visible to approaching traffic and all necessary cones used for lane delineation shall be illuminated and reflectorized. 8. All lane closures on multilane highways shall be made using an approved flashing arrow sign, if available. After August 1, 1981 the State Inspector shall close down any project found to have such a lane closure without the required flashing arrow signs. 9. The signs used for traffic ;ontrol shall either be covered, removed from the right of way, or turned to face away from traffic when not actually in use. 10. Unless otherwise authorized by the Permit Inspector, all work within S— to right of way shall be in accordance with the current Caltrans standards specifications and standard plans. Improvements shall be constructed at the location shown on the Permittee's approved plans if they do not conflict with State requirements. 11. Should there be anJ ;ir,crcpaury between the terms of this permit and the plans attached hereto, the terms of the permit will prevail. 12. All inspection costs incurred incidental to this work shall be borne by the permittee. 13. All work shall be performed during the working hours regularly assigned to Department of Transportation employees unless other- wise authorized in writing. 14. All costs incurred for work within State right of way pursuant to this encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for indemnification or contribution from the State for such work. 15. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition and to the satisfaction of the Permit Inspector. 16. A minimum sidewalk and /or bike path width of 30 inches must be maintained at all times for safe passage through the work area. 17. The Permittee shall notify the Division of Highways Signal Laboratory at 213- 620 -2030, at least 72 hours in advance of any excavation within 500' of the signalized intersection or in the vicinity of State lighting facilities. The Permittee and /or his contractor assume the responsibility for the payment of all costs incurred by the State in repairing facilities damaged during construction. Requests for relocation of facilities for the contractor's convenience must be made in writing with the contractor assuming costs. 18. Existing utilities shall be protected from damage by the Permittee. 19. Existing highway facilities damaged by reason of the Fermittee'e operations shall be repaired by the Permittee at his expense. 20:' The Permittee's contractor shall request a separate Caltrans Encroachment Permit for authorization to perform the work within the State right of way for the Permittee. 21.4-The Permittee and /or the contractor shall submit a copy of all required Cal Osha permits to the Permit Inspector prior to starting work. 22. This permit shall be kept at the site of the work and must be shown to any representative of the grantor or law enforcement officer on demand. Failure to comply may require stoppage of all work within State right of way for a minimum of the remain- der of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air blasting. 24. Placement of pavement and lane markings shall be done by the Permittee under the direct supervision of the State representa- tive in the field. Department or T_raneporta)aox, . k aai reunj I Z STS SPBuA196VISIONS "C" - (EXCAVATION AND �CYILL) I This Special Provision sheet "C" and its attachments are to be used as a minimum specification for excavating and backfilling within State right of way. II Excavation Crossing Roadway: 1. Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes will not tie permitted inside of culverts used as drainage structures. 2. Except for minimum dimension cut at tie -in to main, no open excavation shall be made within 5' of the improved shoulder or between the curb lines. 3. Contractor shall comply with all State and local safety codes relative to safety measures for protection of workmen in trenches and excavations. (State of California Administrative Code, Title 8). 4. All excavation shall be shored and /or tight sheeted in accordance with CAL OSHA requirements. 5. York shall not be permitted in confined spaces until all possible hasamdous gases and vapors have been purged. Workmen shall be equip- ped with adequate blowers, safety harnesses, hard hate, ropes, ladders and any other equipment necessary. Two workmen shall be on top side to protect each man inside of manhole or structures. 6. Services connections must be installed at an angle of 90 degrees from the center line of the State highway which the min traverses. 7. When the permit authorizes installation by the open -cut method not more than one lane of the highway pavement shall be open -out at any orc time. Any exceptions shall be in writing by the State representative. After the pipe is placed in the open section, the trench in to be backfilled in accordance with specifications, tem- porary repairs made to the surfacing and that portion opened to traffic before the pavement is out for the next section. S. Hazardous pipeline potholing clause (petroleum distilates, gas, electricity, chlorine, etc.): The Permittee shall furnish Caltrans with the results of this explor- ation, having the location and grade shown to the nearest one -tenth foot tied to State's datum, and certified by a licensed surveyor or professional engineer (civil). 9. P.C.C. pavement shall be scored to a minima depth of 1} inches by means of a concrete saw to provide a neat and straight pavement break along both aides of trench; also, provide an unfraetured pays- sent joint and rigid bonding of pavement replacement patch. 10. 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 aides of trench to provide an unfractured and level pavement joint for bonding existing pavement and replacement patch. 11. Where the edge of the trench is within 2 feet of existing curb and gutter, the asphalt concrete pavement between the trench and the curb shall be removed and replaced. 12. A minimum sidewalk and bikepath of 30 inches must be maintained at all times for safe passage thru the work area. 13. A .in'mum lateral clearance of 5' shall be provided between the edge of excavation and adjacent traffic lanes. A minimum lateral clearance of 2' shall be provided between the edge of surface ob- struction and the adjacent traffic lane. Where 5' of clearance is not provided, the excavation shall be shored and tight sheeted. In no came shall the clearance be lees than 21. -2- Departaont of Transportation (Caltrans) 4'STASDAED SPDCIAL PROVISIONS ■C" - (EMAVATIOS AND BACYYILL) 11 Sscavation Crossing Roadway (continued) 14. Banks of open -ant trenches shall be kept as nearly vertical as possible. Trenches shall not be more than 24" wider than the out- side diameter of the pipe to be laid therein, plus the necessary width to accomodate sheeting. 15. All open trenches within the traveled way ahall be backfilled, compacted and temporary repairs made to the surfacing before leaving the job site at the and of the working day. 16. Tight shooting and properly placed and maintained stool plates NOW be substituted for baakfilling as anthorised by the Permit Inspector. 17. If no spoil bank is placed between the open excavation and the traveled way, all open trench oball be backfilled and compacted prior to leaving the job site at the and of the working day. le. Tho trench shall not be excavated more than 300° in advance of pipe laying and shall not be left open more than 200' in the rear thereof. Resurfacing of any given portion of the trench &hall be completed within one week following laying of pipe in that section. 19. All vegetation shall be removed from the area of the trench before consoling with the sxcavation operations. 20. So tree roots over 2" in diameter shall be cut. The roots over 2" in diameter shall be carefully tunneled under and wrapped in burlap and kept saint until the trench has been backfilled. Trenching machines shall not be used under the trees if the trunk or limbs will be damaged by their use. 21. If the trees involved are close together or of such miss that It is impractical to protect all roots over 2 inches in diameter or further that cutting of roots under 2 inches in diameter may pperumently damage the trees, special arrangements shall be made by the Permittes to prune the tree tops in order to balance root loss. This work sball be performed under the close supervision of the State Troo Maintenance Supervisor. 22. No manhole shall bi; constructed within 201 of any partuny tros. 23. Temporary pr,ent# patches shall be placed and maintained in a smooth riding plane free of humps or depressions. III Backfill 1. Strootrral backfill within the existing or proposed roadbed area shall be compacted in horisontal layers not exceeding 80 in thick- ness nsin$ approved hand, pneumatic or mechanical type tampore to obtain a relative compaction° of 95 percent using California Test Method 2167. Structural backfill outside of slope lines and not beneath the roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have a 'Send Equivalent' value of not less then 20 as determined by the California Test Method 2177, if the excavation fall* within the existing or proposed roadbed. Con- solidation by poading and jetting will be permitted when, as deter- mined by the inspector, the backfill material is of such character that it will.bs self - draining when compacted, and the foundation material* will not be softened or be otherwise damaged by the applie water and no damage from hydrostatic pressure will revolt. Pondiru ones ponaing and jetting is permittea, materiai zor use as ssrucycra baakfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jotting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain the required compaction. -3- 49JAL TransrtatiCaltrems PROVISIONS "C" - (EXCAVATION AD i/CLFII.L) 4/81 III laotfill 2. 7ackfill material my consist of mead - cement slurry using 1} sacks of eoment per cubic yard of Band mad rater with 2% of oalcims chloride as determined and antborised by the Permit Inspector. 3. Vhers it is necessary to ousel seder existing curb and getters sidewalk, or :ndergmand facilities, the void stall be backfilled . with 1} sack sand -cunt slurry. 4. By acepting thin permit, tka Permittee agrees to pay all lab- oratory costs in connection with the necessary tests which may be required by the Department of, Transportation engineer to determine the sand equivalent value of the backfili material or the trench baWill compaction. It is further understood that the frequency of rub tests shall be a mimeo of one test per maxima of 1500 of continuous trench at elevations of not less than every 2' of backfill. depth. 5. Prior to starting the trench backfill, the Permittee sball mks the necessary arrangements with materials tooting laboratory to conduct these tests with certification from a professional engineer (civil). IT Pavement Repairs 1. Repairs to P.C.C. pavement shall be made within 5 working days of completion of backfill and shall be made of Portland Cemont Concrete containing a minim® of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thick- name. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. R1,4h early cement may be required at the discretion of the Permit Inspector. 2. Concrete sidewalks or curbs shall be ant to the nearest score marks and replaced equal in dimensions to that removed with score marks matching existing adjacent sidewalk or curb. 3. Repairs to A.C. pavements oboll oa made within 5 working days Of completion of backfill and shall be made •._th asphaltic concrete mooting State specifications, with every effort made to match the oxie_ing pavement as to color and surface texture. 4. Replacement of the roadway structural section (pavement, base, subbase, etc.) shall be equal or better in all respects to the thicknens and materials in the best portions of the existing struet- ural section. Mini— thiclmseses shall be 4" asphaltic concrete on 8" class II aggregate bans. l � :.cr Except an hereinafter provided in paragraph 3 of this subsection, all underground installations of pipes, cableo, and conduits in a highway right of way shall be marked and designated as follows: 1. 111 New Installations of 0ndorground Crossovers, Except Services Laterals: ♦ timber or other suitable marker shall be installed and maintained by Parmittee outside the ditch line at locations suitable to the District Director where no curbs exist, which marker shall extend 30 inches above the roadway surface and have stenciled thereon the nature of the underground obstruction and the new or identifying symbol of the Parmittee. Where curbs exist, the crossover shall be identified by description and name of owner's stenciled an curb In black letters on whits background in a compact and legible manner. i5 - Department of Tr *ortation (Caltrans) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND NACIPILL) 4/81 S V REQUIRED MARIERS 2 2. All New Longitudinal Installations of underground Pipes, Cables or Conduits: Where no curbs exist, timber or other suitable markers shall be placed adjacent to the conduit or offset to such distance as may be specified and at intervals not in excess of 1,000 feet, at each angle point, or where nonconcentric with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Director with an offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. 3. Markers should be placed so as not to interfere with vehicle recovery areas. 4. Exceptions: In counties and incorporated cities where the Permittee has filed a map or maps with the County Surveyor, City Engineer, District Director of Caltrans showing the ownership and description of the under- ground facilities mentioned in subsections (1) and (2) above In accord- ance with ordinanues, other regulations or established practice, it will not be necessary to mark or designate said facilities as required above. VI CATHODIC PROTECTION The Permittee shall perform stray current interference tests on under - ggrround utilities under cathodic protection. The Permittee shall notify Caltrans prior to the tests and perform any necessary corrective measures recommended by Caltrans. VII HIGHWAY STRUCTURES The Fermittee will pay for any damage to highway structures caused by gas mains or other pipe lines carrying flammables. Thin includes, but is not limited to, explosion or fire resulting from such installations regard- less of causation. If repairs are not feasible, complete replacement of structure may be necessary. The Permittee will identify and hold the State harmless from any and all claims for Injury to person or damage to property resulting from such installation. VIII LIMIT OF EXCAVATION No excavation is to be made closer than 10 feet from the edge of the pavement except an may be specifically net forth by the permit. II TUNNELLING Except in effecting emergency repairs on utilities no tunnelling will be permitted, except on major installations as may be specifically get forth by the permit I UNDERGROUND FACILITIES Shall be in accordance with Caltronle "Policy on high and low risk underground facilities within highway rights of way." Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42 Inches between the top of pipe and sarface. The attached Form C7 Rev. 4-81 is part of this permit. CO o N p jJ 6 to �¢�isx�ejsCF c @ ;.so8sx ;ex�g��ea ai � � Z K 6 �i�Hxfiea' "r e'e Z 2 Lei goa GEa� „EssdB si. W o � H Q ci �E $I III C e a N C e J zi v Z G 0 V E N -ma „g•ulw I I c5 I 1 ` E _ A Y O I Y Oy 11 Y aG 1 1 W E. jA E. C. I Scy I I I I I I o W S I! c ci �E $I III C e a N C e J zi v Z G 0 V E N -ma „g•ulw V j a 8 C L E d m Y V C G G I.O.y ZI S ` E _ A Y O I Y Oy p N V j a 8 C L E d m Y Yi . a V q O vqC YyO Y Y` Y O I Y Oy p N is G Q Z O U W N ,17 Department of Tr portation (Caltrans) STANDARD SPECIALOOVISION "H" (SIGNAL SHEET May, 1981 This special provision sheet "H" and its attachments are to be used as a minimum specification, to install, repair and /or maintain Caltrans signals and /or signal appurtenances. The following items are electrical requirements of the permit: 1. Traffic signal work shall be done in accordance with the (State of California) Specifications unless otherwise specified in this permit. 2. The Permittee shall pay for any temporary wiring or service connections required to keep the signal system in effective operation during modification. 3. Existing traffic signal systems on State highways shall be kept in normal operation for the benefit of the traveling public during progress of the work. If traffic signal system shutdown is necessary, shutdown hours shall be limited to short periods between 9:00 a.m. and 3:00 p.m. as directed by the State Inspector. 4. On all permit work involving installation or revision of the State's lighting, signal or electrical facilities, Permittee shall notify Permit Electrical Inspector at N3) 620 -2030 of his intention to begin work at least three working days in advance. 5. Field wiring shall be as directed Inspector unless otherwise specif 6. The curb and /or berm or any other traffic side of any signal and /or shall remain in place until after relocated. by the Permit Electrical Led in this permit. item of protection on the street light facilities the facilities have been 7. The signal and /or street light facilities shall be relocated prior to starting the road work in the area. 8. Any turn -on of new signals or the shutdown of existing electrical facilities must be cleared and approved at least (3) three working days in advance with the Permit Electrical Inspector. 9. Care should be exercised in avoiding existing signal and /or lighting conduits within project limits. 10. In event of conflict with the existing traffic signal and /or lighting systems, where no electrical work is authorized in the permit, call Permit Inspector at (213) 620 -2030. -2- Department of Transportation (Caltrans) STANDARD SPECIAL PROVISION "H" (SIGNAL SHEET) May, 1981 11. If it is necessary to disturb the traffic signal equipment or if any damage to the equipment is incurred, all work or repairs shall be expeditiously pursued and will be the responsibility of the Permittee at no cost to the State. 12. All repairs shall be made within thirty (30) days after incurring the damage. All damage causing an immediate danger to public health and safety shall be made immediately. DEPARTMENT OF TRANSPORTATION (Caltrans) UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT DM -M -P -228 (Rev. 12/80) Any public. utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): A. Exclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special permit is required. B. Encroachment Permit For Maintenance: The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permittee shall notify the highway maintenance superintendent in whose territory the work is to be done. (2) Emergencies -- The superintendent shall be notified as soon as possible. In addition, and except as otherwise provided herein, the Permittee shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if not covered by a maintenance permit. D. Standard of Work: All work performed within the highway shall conform to recognized standards of utility construction and Caltrans _.. :act Standard Specifications. E. Emergency Repairs: The Permittee may make emergency repairs by excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline under the pavement present a definite hazard to traffic or serious interruption of essential service. In such cases the highway maintenance superintendent shall be notified immediately. Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs," "Backfilling "). F. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provision "Protection of Traffic." G. Service Connections: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right of way, regardless of the location of the main, existing conduit or cable. All new underground or pipe services, condul[, cable or main extensions, or excavations to abandoned services must be covered by individual permits. See Section H(4) regarding service connections for wires. H. Routine Inspection and Maintenance: (1) Routine maintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized in writing by the Caltrans representative. (2) Manholes — The Permittee may open existing manholes to repair underground cables. Where the manhole lies within the improved surface of the highway, the Permittee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic." (3) Excavations for routine inspection and repair of pipeline and cables shall: a) not be made in improved surfaces, landscaped areas or closer than 10' to the edge of the pavement without a special permit; and b) not uncover more than fifty (50) feet of line at any one time. (4) Pole Lines -- Permittee is authorized to: a) Stub, or -.-it existing pole, provided no change in location of pole or an -nor is made. Stubs and anchors must not be placed between existing pole and traveled way. b) Replace poles, guy poles, and crossarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c) Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d) Repair and complete transfer work on existing aerial cables. e) Install new and replace existing transformers on existing poles. f) String aerial wire and place additional crossarms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrans, protected cable, tree wire or plastic tree wire guard used for telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. g) String service drop wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways are subject to Public Utilities Commission regulations and must cross as near right angles as practicable. h) Note - A separate permit shall be obtained for each installa- ttoa or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or which encroaches upon the highway right of way whether or not attached to or in contact with existing facilities within the right of way. i) Clear grass from around base of poles and excavate around poles for inspection, including tamping and straightening. RECOMMENDATION: Award Contract No. 2124 to Gillespie Construction for $74,760, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on May 12, 1982, the City Clerk opened and read the following bids for this project: Bidder Amount Bid Low Gillespie Construction $ 74,760.00 May 24, 1982 79,048.00 9 CITY COUNCIL AGENDA 4 Summit Underground Inc. ITEM NO. Byron L. Crume Inc. n ^, ^? 6 Clarke Contracting Co. 89,899.50 7 Peter C. David Co. 97,266.00 TO: CITY COUNCIL Dakovich & Son Inc. 97,596.00 9 Matt Zaich 97,886.00 10 E. A. Reed Construction FROM: Public Works Department: _f Gabi Construction Co., Inc. 113,680.00 SUBJECT: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD (C -2124) RECOMMENDATION: Award Contract No. 2124 to Gillespie Construction for $74,760, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on May 12, 1982, the City Clerk opened and read the following bids for this project: * Corrected bid total is $80,771. The low bid is 13% below the Engineer's estimate of $86,000. Gillespie Construction, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that Gillespie Construction (1) has successfully completed projects of a different nature for other Southern California agencies, and (2) has sustained no actions detrimental to their con- tractor's licenses. The project provides for (1) the replacement of a deteriorated storm drain along the southerly side of Hospital Road between North Newport Boulevard and Route 55, and (2) the construction of drainage and street improve- ments at Orange Avenue and North Newport Boulevard (see attached Exhibit "A "). The Orange Avenue and North Newport Boulevard improvements include street improvements required as a condition of approval of Use Permit No. 1895. The Permittee is depositing $8,800 with the City to pay for his portion of the work in accordance with a Use Permit Extension Agreement approved by the Council on April 12, 1982. Bidder Amount Bid Low Gillespie Construction $ 74,760.00 2 G. R. Frost Inc. 79,048.00 3 Fleming Engineering Inc. 80,769.00* 4 Summit Underground Inc. 83,695.00 5 Byron L. Crume Inc. 88,875.70 6 Clarke Contracting Co. 89,899.50 7 Peter C. David Co. 97,266.00 8 Dakovich & Son Inc. 97,596.00 9 Matt Zaich 97,886.00 10 E. A. Reed Construction 99,426.40 11 Gabi Construction Co., Inc. 113,680.00 * Corrected bid total is $80,771. The low bid is 13% below the Engineer's estimate of $86,000. Gillespie Construction, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that Gillespie Construction (1) has successfully completed projects of a different nature for other Southern California agencies, and (2) has sustained no actions detrimental to their con- tractor's licenses. The project provides for (1) the replacement of a deteriorated storm drain along the southerly side of Hospital Road between North Newport Boulevard and Route 55, and (2) the construction of drainage and street improve- ments at Orange Avenue and North Newport Boulevard (see attached Exhibit "A "). The Orange Avenue and North Newport Boulevard improvements include street improvements required as a condition of approval of Use Permit No. 1895. The Permittee is depositing $8,800 with the City to pay for his portion of the work in accordance with a Use Permit Extension Agreement approved by the Council on April 12, 1982. 0 0 Page 2 May 24, 1982 Subj: C -2124 A negative declaration of environmental impact has been prepared by the Public Works Department, approved by the Environmental Affairs Committee, and published for public notice. The staff has obtained an encroachment permit from CalTrans for a storm drain connection in the right -of -way of Route 55. Funding for award is proposed from the following accounts: Account Description Construct Storm Drain Hospital Rd. 02- 3497 -203 $34,000 Street & Drainage Improvement North Newport and Orange Avenue 02- 3397 -211 10,000 Transfer to 02- 3497 -203 30,760 Award Amount $74,760 A budget amendment transferring $30,760 from Account No. 02- 3497 -222 to Account No. 02- 3497 -203 has been prepared for Council consideration. Plans and specifications were prepared by the Public Works Department. The estimate date of completion is August 9, 1982. a;,.v �-' J, /a Benjamin B. Nolan Public Works Director SJL:rb Att. � •` AS'S � �� •arty : t. fv'� I T _,.\�•. � � � 4W .tee. f I A G 10 �e9'i:uq.wio 1 )d Ili /rvu ,• : Ol O, � o VRAI-- zo , ,♦ 1. ,e Gi .: i` \ .�: r— —f RLc+yp y X46 y� Af 04 9)111)17 j() a C,. / sy dl' at / y CITY OF NEWPORT BEACH DRAWN s� L DATE ' 7-7� PUBLIC WORKS DEPARTMENT APPROVED NORTH NEWPORT BOULEVARD ORA/NAGf PUB IC WORKS 1MPR0VfMENT5 AT ORANGE AVENUT AND HOSPITAL ROAD DRAWING NO. EXN1617 A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT M NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD CONTRACT NO. 2124 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: 200 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2124 in accor- dance with the Plans and Special Provisions, and will take in full payment therefor the fol- lowing unit prices for the work, complete in place, to wit: 71,1`!61 1. Lump Sum Clearing & grubbing, unclassified excavation and subgrade preparation @ vie `0A4-V5Q j Dollars and Cents Per Lump Sum.' nj) 2. Lump Sum Guarding underground construction @ '('quo 46VX4 Dollars and (jp Cents Per Lump um 3. Lump Sum Traffic Control � ( ) p @_0*(' K6°5cVno' ►l O LVJvta &(tftP tars and Cents Per Lump Sum ICE PRICE $ MO. 010 $ oec- ;too 0.00 $ 2,0VO- $ 0B.00 .00 $ 116— 4. 240 Install 24" R.G.P. 2000 D Lineal Feet S Dollars and N© Cents $ 1 f1.00 SOO- Per Lineal Foot PR lb NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 200 Install 18" R.C.P. 2000-D Lineal Feet -M I @ y% +WO Dollars and No Cents $ 3Z.00 $ ¢00 -- Per Linea Foot 6. 80 Install 15" R.C.P. 2000 D Lineal Feet r @ Tweak -} Vp- Dollars and Ntl Cents $ ZS,OC� $ ObCl Per Lineal Foot 7. 2 Construct junction structure No. 2 Per Each City of Newport B ach St 3 1 -L @w 4��N vy 1 Dollars and NO Cents $ 0400 Qp $ Cep07 .00 Each 8. Lump Sum Construct side connection Dollars .Ir and c�1t QQ@@�ry 8160.00 Ally Cents $ C'pp60-0O $ Per Lump Sum 9. 2 Construct brick and mortar bulkhead Each @ �JJ Inutn,� ^�` Pr1„ Dollars and NOCents $ 41S.QO $ $30, o o Each 10. 1 Construct curb inlet L = 15.0' per Each City of Newport Beach Std. 305 -L 1". @ ilo UvK� f- Dollars VO Cents $ 2200 .(,10 $ 200 Each 11. 1 Construct curb inlet L = 16.0' per Each City of Newport Beach Std. 305 -L @ ILO LO Dollars and flip Cents $ '21V.Co $ Each 12. 1 Construct curb inlet L = 17.0' per Each City of Ne port Beach Std. 305 -L @ TWO 4*1 1 ars and Cents $ 7 JOG 00 $ ZZG`0 ,- Each • • PR lc ITEM NO. QUANTITY AND UNIT ITEM.DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 13. 1 Construct curb inlet L = 5.0' per Each City of Newport Beach Std. 305 -L @ Q ✓IPI MN�tw,� fr ��tyd Dollars t'W and Cents $ I 00.00 $ Isoo Each 14. 1 Construct curb inlet L = 6.0' per Each City of Newport Beach Std. 305 -L Ant d4)dl 44olIars @ 7� and Cents $ WO, O, 06 Each 15.. 68 Remove existing 18" C.M.P and headwall Lineal Feet @ F__J` Dollars and irvt7 Cents $ $ 3 4 o Per Lineal Foot 16. 685 Place aggregate base Tons �VUG�V� Dollars hZl Cents $ 2 , 00 Per Ton 17 M 19. 166 Place asphalt concrete base course Tons @ �tt 4�WtAt Dollars and Cents $ 53,00 $ 547 L15 Per Ton 160 Place asphalt concrete finish course and Tons miscellaneous asphalt j . @ " "'r�4 Aiffe Dollars and �10 Cents $ 33.00 d.— pr Ton . 147 Construct Type "A".P.C.C. curb and gutter Lineal Feet per City of Newport Beach Std..182 -L.. @ Dollars and �1 L' Cents $ 10-00 $ f4-70- Per Lineal Foot ' • . PR ld ITEM QUANTITY ITEM DESCRIPTION UNIT L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. Lump Sum Remove existing P.C.C. access box and connect R.C.P. with P.C.C. pipe collar per City of Newport Beach Std. 313p -L @ 1 i �Q GG�cd 4a- f 11 Dollars and 1-14 Cents $ SSV• 0U $ SSa'- Per Lump Sum 21. 680 Construct P.C.C. sidewalk per Square Feet City of Newport Beach Std. 180 -L @ Dollars and 1�4LI Cents $ 1.130 $ tozo Per Square Foot 22. 752 Construct commercial driveway per Square Feet City of Newport Beach Std. 160 -L @ Dollars and %t Cents $ . oC $ Soo Per Square Foot 23. 1 Construct curb access ramp per Each City of Newport Beach Std. 181 -L @ Ivir) �v�AJtd <,eAmv1�(/ \y� Dollars and V1d) Cents $ 75 $�- Eac 24. 4 Place 42" diameter galvanized steel Each pipe with concrete fill @ � Dollars and lM, Cents Each 25. 1000 Construct P.C.C. road section Square Feet per C.N.B. Std. 105 -L @ Dollars and Cents $ 7,30 $ Per Square Foot 26. 1 Adjust manhole to finished grade Each ( q @ `��►�te U��a Sri Dollars and V� Cents $ 330•)0 Each 9 0 r� U PR le ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. Lump Sum Relocate fire hydrant per C.N.B. Std. -500 -L @�Ly Awvs14 5eyevi, haid '4Dol1ars and Cents s-?--7 50o A© $ Z75-0 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS CONTRACTOR'S LICENSE NO. DATE BIDDER'S ADDRESS 11 9, lol 1 a rs Cents $ 1470.00 Lam+ t / eJQi .G (rr� ,AS 7wC- f /Ovl Bidder's Name n_+ aJ1..z� I t G� Authorized,,Mgnature /Ti BIDDER'S TELEPHONE NO. 73°! -5-0 i • INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification Bidder Date Authori Signature tle . . Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. %Bidder / gnature7litie BALBOA INSURANCE COMPANY 620 Newport Center Drive, Newport Beach, CA 92660 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, Bond No: L05- 051498 -63 That we, Gillespie Construction as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as Surety, are held and firmly bound unto City of Nevport Beach (hereinafter called the obligee) Not to Exceed in the full and just sum of - - -- -Nine thousand five hundred and no /100---------- - -($9, 500.00) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors or suc- cessors, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for North Newport Blvd. drain improvements ContrAp . _RP1 PL NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Provided, however, that if said contract is not awarded within 60 days of the date of bid opening, this bond shall be void and of no force and effect. Signed and Sealed this 10th day of May _'19 82. Gilles , Princip i BALBOA INSURANCE COMPANY By- Att ey -I -Fact Mere R Zeigler L001 R281 di g 1 \ 1 h C tE`i� U b F ti .bo O • q n b « ro n u a 4 n ro r O .q y O b e Al ;n m 4� rM-1 m U O b v rY^ d) m r1 N s O C w b vi F � b G n �ro 7 C .y 3 � d o�. ESQ q $ a n Q r F b c a b o F F �\ Q tl C C y r 3 v r 3� b \ C d 6 V D v �U � b V 0 C b -c i ro C tl .0 ti .O 4 a z w° U 0 n h W� W ri w N7 < C m O O Joz N O L_ jC� uoN v� QMD a�_JWo O W Y V W d W w b a V •'- b bC �aaoE � U b C b Z g 40 4 � u C r ` q O C o � • BALBOA INSURANCE COMPANY • 620 NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660 2 18 5 GPA °OWER OF ATTORNEY VALID GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California., and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and appoint of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver CONTRACT BONDS (S B A Guarantee Aareement) — Maximum Penalty $350,000.00 ALL "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31. 1982" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-m -Fact to represent and act for and on behalf of the Comoanv subiect to the followin¢ orovisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Wfttless Whereof, Balboa Insurance Company has caused these presents to be signed by its Executive Vice President ;s corporate seal to be hereto affixed this 3rd day of BALBOA INSU CE CO ANY Incorporated _._ By 4 _ Feb. 6, 1948 State of California County of Orange � ss.: On this 3rd dat�-� September , A,D., 1981, before me personally came Jack M. Trapp , to me known, who, being by me duly sworn, did depose and say, that he resides in Mission Vieio, California that he is Executive Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed%is name thereto by like order. Cr. 1 $EAL �✓ ,I� T. MAKISHI Notary Public •. NOTARY VUBLIC CALIFONNIA PpINC104L OMCE IN OAANOE COUNTY My Commission Cxplin Sept. 23, 1983 I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 10th day of May ,19 82 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. L05-051498-63 82DE/>2 Secretary BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, • Page 4 as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . r (Attach acknowledgement of Attorney -in -Fact) Authorized Signature /Title Notary Public Commission expires Surety ma Title NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed a;)d sworn to before me this / /{h day of /YIAy 198oZ. ��- My commission expires: IB idder C� OFFICIAL SEAL My Commission ExPifes dune 9. 1984 • STATEMENT OF FINANCIAL RESPONSIBILITY Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. C tJ il. C e., • JTIC ✓c ��.•J� I I i gnatwre /iiLie TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No /1-7 Y/4 7V 99.3 -8a3� 83s� -a3oo V9z -Sio/ S5 3 %FOv o f /fa, i C- ci .ter ,r Bj Me r Olt Signature tle • 0 C - C�Ia� 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 agt: of eiohf�er. years . and not a party to or interested in the abc,r entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general ,ur.ula- 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 notire, of which the annexed is a printed ropy (set in !vpe 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 dales to wit: April 28, 1982 I certify for declare) under penalty of perjcry that the foregoing is true and correct. Dated a! Newport Beach, California, this 28dayof Aprii11199(�82 Signature THE NEWPORT ENSIGN 2721 E Coast Hwy.. Corona del Mar, Californiz; 92625. This space is for the County Clerk's Filing Stamp A NOTICE INVITING Proof of Publication. of NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTSI AT ORANGE AVENUE AND HOSPITAL ROAD PROOF OF PUBLICATION NOTICE INVITING BIDS Sealed bids may be reserved al the olbce of the City clerk, 33W Newport Bbd.. Newport Beach. Ca 92663 mad II a.m. on the 12th day of May, 1982, at whmb hme sash bids shall be rrpen- ad mad read is, ,NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANGE AVENUE AND HOSPITAL ROAD Contract No. 2124 Approved by me Cee 6Comrsd ' thv 26Iti day - f April. 198 2. Wemda E. Andarea City Cler k. P a lee bidders mobbm one se -1 bs! dwumeela' }i,'QC.[Swl al the olbce of tha B.Illl Aupa,1laent. 3300 Mewpoil : idji'.I. Neech, Ca 92663 . Ear ktaher inbrmahon, pea ry wp .1. LiltNV Acrd N. 164p: ,e, PubYal: Ayyil �, 1982: m,:_'jjy' Nawpod E. wery ` HEM TO FROM • April 26, 1982 CITY COUNCIL Public Works Department C..- a1Jq CITY COUNCIL AGENDA ITEM NO. 3 (3u SUBJECT: NORTH NEWPORT BOULEVARD DRAINAGE IMPROVEMENTS AT ORANG VENUE AND HOSPITAL ROAD (C -2124) 11�� RECOMMENDATIONS: APR 28 1582 1. Affirm the Negative Declaration of Environmental Irr�pat d.IL 2. Approve the plans and special provisions. 3. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on May 12, 1982. DISCUSSION: This project provides for 1) the replacement of a deteriorated storm drain along the southerly side of Hospital Road between North Newport Boulevard and Route 55, and 2) the construction of drainage and street improvements at Orange Avenue and North Newport Boulevard. (See attached Exhibit "A ") The Orange Avenue and North Newport Boulevard improvements include street improvements required as a condition of approval of Use Permit No. 1895. The Permittee is depositing $8,800 with the City to pay for his portion of the work in accordance with a Use Permit Extension Agreement approved by the Council on April 12, 1982. A Negative Declaration of Environmental Impact has been prepared by the Public Works Department and approved by the Environmental Affairs Committee. Also, staff has obtained an Encroachment Permit from CalTrans for a storm drain connection in the right -of -way of Route 55. Plans and special provisions have been prepared by the Public Works Depart- ment. The Engineer's estimate is $86,000. Of that amount, the City has budgeted $44,000 in two accounts and the permittee will remit another $8,800 toward the project. The balance of funds required, approximately $33,000, is proposed to be transferred from the unexpended balance remaining in the Jasmine Creek Storm Drain Project appro- priation. A budget amendment making the necessary interfund transfer will be presentec for Council consideration when bids have been received and the contract prices are known. The increase in cost over the presently budgeted amount is due to the fact that final design disclosed the need to expend the scope of work beyond that which was contemplated when the original estimates were prepared two years ago. Benjamin B. Nolan Public Works Director LD:rb Att. O 1z —i T to 7 7 9121, 7 > y C14 �. \ \ rat � \ r /.. "-i: Po — ? ,o V CITY OF NEWPORT BEACH DRAWN —2—o PUBLIC WORKS DEPARTMENT APPROVED I — ;k, IVOI<'�H NfWP0,`F 30-tilIVARP VRAINA&f 11160ROWMENT ' � AT 0R1qNCF AtIFIVI:'[ AND YOSPITAL ROAD DRAWING NO. &XH1,-Q1T