Loading...
HomeMy WebLinkAboutC-2574 - Bayshores Screen WallCITY*OF NEWPORT BtACH OFFICE OF THE CITY CLERK P.O. BOX 1768. NEWPORT BEACH, CA 92658 -8915 September 19, 1989 (714) 644 -3005 Devcon Enterprises, Inc. 1540 Commerce #H Corona, CA 91720 Subject: Surety: Explorer Insurance Company Bonds No.: 112 68 59 Contract No.: C -2574 Project: Bayshores Screen Wall The City Council of Newport Beach on August 14, 1989 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on August 25, 1989, Reference No. 89- 456166. Sincerely, m� �6d Irene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN T0: EMPT RECORDING REQUEST PER GWERNMENT CODE 61!13_ City Clerk e City of Newport Beach 7F� 3300 Newport Boulevard EXEMPT' Newport Beach, CA 92663 C$ { �rB���IIO NOTICE OF CO LE:T1ON,' PUBLIC WORKS * 89- 456166 RECOADdO IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNA 3;00 AUG 2 5 1989 P.M, 4 L2"�7 RECORDER 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 24, 1989 the Public Works project consisting of Bayshores Community Screen Wall Contract No, 2574 on which Devcon Enterprises, Inc. of Corona was the contractor, and Explorer Insurance Company _ was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH �y bli 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 A„gugf- 24, JgS9 at Newport Beach, California. Public 'Works Director VERIFICATION OF CITY CLERK 1, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 14, 1989 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 24, 1989 at Newport Beach, California. Clerk City mq MUM aimmi MAP Iola M T938hmjvm • TO: CITY COUNCIL FROM: Public Works Department 0 August 14, 1989 CITY COUNCIL AGENDA ITEM NO. F -13 - 'r•n�L AUG 14 1989 APPROVED SUBJECT: ACCEPTANCE OF BAYSHORES COMMUNITY SCREEN WALL - (C -2574) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: • The contract for the construction of the screen wall along the Coast Highway frontage of Bayshores has been completed to the satisfaction of the Public Works Department. The Bid Price was $307,337.00 Amount of Unit Price Items constructed 311,012.00 Amount of Change Orders 1,042.25 Total Contract Cost 312,054.25 The increase in the amount of the unit price items constructed resulted from more low retaining wall being required than the non - retaining type as had been shown on the plans. Seven Change Orders were issued. The first, at no cost, provided for additional site clearing. The second, in the amount of $1,330.00, provided for an increase in the size of the wall footing. The third, in the amount of $1,642.25, provided for removals of an abandoned water main encountered in the excavation for the wall footing. The fourth, in the amount of $875.00, provided for the removal and replacement of an area of tree root damaged sidewalk in the Coast Highway right -of -way. The fifth, a credit of $500.00, provided for a change in the wall cap. The sixth, in the amount of $1,400.00, provided for • galvanizing the metal parts of the Marino Drive gate. The seventh, a credit of $3,705.00, deleted the requirement for supplying 275 remote gate openers. Funds for the project were budgeted in the General Fund, Account No. 02- 3397 -376. The City's contribution was $100,000.00, with the balance being paid by the Bayshores Community Association. i • • • Subject: Acceptance of yshores August 14, 1989 Page 2 Community Screen Wall -2574) The contractor is Devcon Enterprises, Inc. of Corona. The contract date of completion was February 24, 1989. The contractor delayed work at the main entrance to accommodate holiday traffic and experienced difficulties in obtaining the special brick for the wall cap. The work was substantially complete on March 20, 1989. The final clean -up and corrections were completed on July 12, 1989. a44�0'�l J, lu Benjamin B. Nolan Public Works Director PD: so TO: — G S _ I� STOP NOTICE R NOTICE TO WITHHOLD TO HOLDER OF FUNDS �` CEO I (Name of owner, construction lender or public officer) (Address of owner or constructor lender) HOLDER OF FUNDS, YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, Philip J. Casas /CSD Management (Name and address) has furnished or has agreed to furnish general superintendancy (labor, services, equipment, materials) of the following kind bid, construct and oversee (general description of labor, services, equipment or materials) to or for Devcon Enterprises for the work improvement, located at, or known as: (name of person to or for whom furnished) Bayshore Screen Wall (address, legal description, description of site or project identification) $21.75 per man per day from incep- The amount in value of the whole agreed to be done or furnished by claimant is $t ion plus 20% of pretax prof its The amount in value of that already done or furnished by claimant is $_complete, subject to audit Claimant has been paid the sum of $ 2500.00 and there remains due and unpaid the sum of $ 25, 000. 00 ( + —) plus interest thereon at the rate of 10 —0--per cent per annum from January 1 19 89 . YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. 1� Dated:_ 3/6/89 Aht J. Casas /CSD Management Name of Claimant 23704 B1 Toro Rd. #316, E1 Toro, CA. Address of Claimant 92630 STATE OF CALIFORNIA v e; COUNTY DF 4A/ 67 ss. r{l L'7 �: n° J ya: `c`' -�u �\ CIO being duly sworn, deposes and says: That _he is the person(s) who signed the foregoing Stop Notice; that . —he has read the same and knows the contents thereof to be true of h e.s own knowledge, except as to any matters or things that may therein be stated on h information and belief and as to those matters and things _he believes them to be true. r, t Subscribed and sworn to before me N OFFICIAL SEAL this day of ��A A', 19 MYRA KIRS(HENBAUM NOTf.RY PUBLIC - CALRORNIA ORANGE COUNTY Notary Pub ie and in and for said State W COMM, Expires Sept. 1, 1991 'Ibis standard form coven most umel smblems in the Held Indreeted. Before you s1ynl 'ad k. 611 in an blade. STOP NOTICE and make chaa`.a swop.' to your te,=actron, comult alewryew if you doubt the forms fi ss to' You' eu'noaa. WOLCOTTS FORM 889 —Rev. 1.78 tpMe class3) CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Cl`2 A 1b t` TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: November 16, 1988 SUBJECT: Contract No. C -2574 Description of Contract Bayshores Screen Wall Effective date of Contract November 16, 1988 Authorized by Minute Action, approved on October 24, 1988 Contract with Devcon Enterprises, Inc. Address 1540 Commerce #H Amount of Contract $307,337.00 sietzet Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach ^1 0 NOTICE INVITING BIDS ' CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on thel3th day of October , 1988, at whit time such bids shall be open—ed-and read for BAYSHORES SCREEN WALL it e of Project ,U 2574 Contract No. $345,000 Engineer's Estimate Ot�i n Is, Approved by the City Council this .2th day of Spp tamhar, 1988. Wanda E. Raggio lof City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Steve Badum at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BAYSHORES SCREEN WALL •. CONTRACT NO. 2574 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2574 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clear and grub @ Eight Thousand --------------- - - - - -- Dollars and No ------------------------ -- ------- - Cents $ 8,000.00 Per Lump Sum 2. 735 Slump block wall with brick cap and Linear Feet footing, non - retaining Detail No. 1/3 @ One Hundred Sixty Five ------- - - - - -- Dollars and No --------------------------------- - Cents $ 165.00 $ 121,275.00 Per Linear Foot 3. 440 Slump block wall with brick cap and Linear Feet footing, retaining Detail No. 2/3 @ One Hundred Seventy ---------- - - - - -- Dollars and No --------------------------------- - Cents $ 170.00 $ 74,800.00 Per Linear Foot PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 275 Slump block wall with brick cap and Linear Feet footing, retaining Detail No. 3/3 @ One Hundred Sixty Eight------ - - - - -- Dollars and No----- ---------------------- - -- - -- -Cents $ 168.00 Per Linear Foot 5. 42 Slump block wall with brick cap and Linear Feet footing, non - retaining Detail No. 4/3 $46,200 @ One Hundred Sixty------------ - - - - -- Dollars and No------------------------- ---- ---- -Cents $ 160.00 $6,720.00 Per Linear Foot 6. 54 Slump block wall with mortar cap and Linear Feet footing, Detail No. 1/5 @ Seventy Three---------------- - - - - -- Dollars and No------------ --------------------- -Cents $ 73.00 $3,942.00 Per Linear Foot 7. Lump Sum Back entrance improvement, including gate, curb, gutter, driveway approach, paving complete in place @ Twenty Eight Thousand Five Hundred - Dollars and No --------------------------------- - Cents $28,500.00 Per Lump Sum 8. Lump Sum Main entrance access gates, complete in place Twelve Thousand Six Hundred-- - - - - -- Dollars and No-------- ------------------------- -Cents $12,600.00 er Lump Sum r] L PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Sum Main entrance improvements @ Five Thousand Three Hundred -- - - - - -- Dollars and No--------- ------ -- -- ------ ---- ---- - Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Three Hundred Seven Thousand Three Hundred Thirty Seven - -- Dollars and No-------------------------- ---- ------- ---------- -- - - - - - -- - Cents 522405 B , C -29 Contractor's Lic. No. & Classification (714) 272 - 4010/11 Bidder's Telephone Number Devcon Enterprises, Inc. Bidder $5,300.00 $307,337.00 10/13/88 1540 Commerce #H, Corona, CA 91720 late Bidder's Address 0 0 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. Page 2 Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For part- nerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 522405 B, C -29 Contr's Lic. No. & C ash sification 10/13/88 Devcon Enterprises L�idder s /SteVeY d', r sident Authorized ature/ tle • Page 3 • I DESIGNATION OF SUBCONTRACTOR(S The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Subcontract Work Subcontractor Address 1. Electrical Argo Electric 260 W. Arrow #C, San Dimas 2. Concrete Andrus Construction 9023 Golden Star, Riverside 3. Security Gates Access Controll 3910 E. Coronado #E, Anaheim q. Wooden Gate California Woodwork 23011 Moulton Pkwy, Laguna Hills 5. 6. 7. 8. 9. 10. 11. 12. Devcon Enterprises Bi r s /Steve 1, Vi President o i ed Si ature Tit e • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Devcon Enterprises, Inc. as bidder, and The Explorer Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the amount of accompanying bid Dollars ($ 10% of bid )� 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 Bayshores Screen Wall C -2574 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 7th day Of October 19 88. Devcon Enterprises, Inc. (Attach acknowledgement of Bidder Attorney -in -Fact) Kim M. Mouzon s /Steve Jundi, Vice President Notary Public Authorized Signature /Title Commission Expires: 12 -16 -1991 plorer Insurance Company Simurety .u..A Title .Attorney -In -Fact 9 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. Devcon Enterprises, Inc. Bidder s /Steve Jundi, Vice President Authorized Signature /Title Subscribed and sworn to before me this 11th day of October , 1988 . My commission expires: June 12, 1989 s /Diana S. Sensenbaugh Notary Public Page 5 • • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1988 City of G.G. John Licata (714) 741 -5179 1988 County of Orange (EMA) James Wahner (714) 892 -6860 1988 Rock.y's Food Distributors Ralph Cimarusty (213) 726 -8250 Devcon Enterprises, Inc. Bidder ut orize Signature/Title 0 i Page 7 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro erty- Casualty. Coverages shall be provided or all TYPES OF INSURANC checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition opte add for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • Page 8 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND #112 68 59 PREMIUM: SEE PERFORMANCE BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to DEVCON ENTERPRISES, INC. hereinafter designated as the "Principal ", a contract for BAYSHORES SCREEN WALL CONTRACT NO. 2574 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We DEVCON ENTERPRISES, INC. as Principal, and EXPLORER INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED SEVEN THOUSAND THREE HUNDRED THIRTY SEVEN0710011ars ($ 307,337.00 - - - -), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon I 0 Payment Bond (Continued) • Page 9 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 NOVEMBER , 19 88 DEVCON ENTERPRISES, INC. (Seal) Name of Contractor Principal and title Authorized Signature and Title EXPLORER INSURANCE COMPANY (Seal) Name of Surety 1890 NORTH GAREY AVENUE POMONA, CA 91767 AddqNss of Surety JAYn .UFREEMANTiATTORNE N NTFACTd Agent 1890 N GAREY AVE POMONA CA 1 ddress of Agent 714/623 -6161 Telephone No. of Agent 0 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 10 BOND #112 68 59 PREMIUM: $7,147.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to DEVCON ENTERPRISES INC. hereinafter designated as the "Principal ", a contract for BAY SHORES SCREEN WALL CONTRACT NO. 2574 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, DEVCON ENTERPRISES, INC. as Principal, and EXPLORER INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED SEVEN THOUSAND THREE HUNDRED THIRTY SEVEN 800 /lckllars ($307,337.00-- - - - -), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice p 0 0 0 0 0 Opp Wpy 10 : C* 0 *C*bd 00 9 m m go ■ .•b g+ P, 0 op n 0 0 0 W ■ to 0 0 Y t1i 9+ ri so o (b A v o -d C+ M t74 > CD 0 tf C+ CD 0 t- S a m o a - v 0 • > P, 0 CD m d 0 tk -d H F a p w tj P. a 0 0 Ya 44 %4 0 H p so 0 C+ 04 0 C+ 0 w tj 0 0 8 1 0 0 P. C+ C+ P� 0 0 o C� ■ C+ 0 o C- > Hma 0 so In 0 70 & m o Do Fri rn m 0 rn 0 m 0 r, rn a N cr rt am (D cy PD cr P. mm t4 rt 0 -1:1 C+ 0 0 P-1 0 0 0 H rn 8 0 ts Y 0 W m rt (D M M C+ w • • 9 W op 0 OD C+ y " 0 pi rt m ty p ri CD 0 f • • Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individua•1, 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 NOVEMBER , 19 88 DEVCON ENTERPRISES, INC. (Seal) lame of Contractor Principal) J and Title Authorized Signature and Title EXPLORER INSURANCE COMPANY (Seal) Name of Surety 1890 NORTH GAREY AVENUE POMONA, CA 91767 Address of Surety Sig ture and Title of Authorized gent JA P. FREEMAN, ATTORNEY -IN -FACT 1890 N. GAREY AVE, POMONA, CA 91767 Address of Agent 714/623 -6161 Telephone No. of Agent ;KV0 0 11 0 P 1 0 o o p p 0 0 !1P 0 IV p v 0 10 P, z 0 0 CD 0 :9 0 0 0 0 �'d P. 0 Q Q 0 0 0 -I co CD P 0 m C) P. 0 0 � 0 11 P, po 0 C- > Z <m 0 CO 0 PD CD -0 r_ p 03 y 02 P. 0 o 0 0 ;j Mr M CY r m m m M 0 FD " N y r ro :j cy p' cr :J X m 91 0 0 P61 0 0 :E z H co M CD PD :0 o (or H 0 :3 m m P 11 0 -1 O ' f gs 0 (D :3 0 CD 1.14 C42 O O O O s Le) A rn r, r'n L/) 0 0 Explorer Insurance Company HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OP .ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existing under the laws of the State of ARIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: JAY P. FREEMAN its true and lawful Attorneys(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in -fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneysmin- Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney+n- Fact shall be as binding upon the Company w it signed by the President and sealed and attested by the Secretary.- IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 17th day of September, 1986. EXPLORER INSURANCE COMPANY cF \i SU,gSr J SEAL �� o- v Syr_.% President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this 17th day Of Sept 1986 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came David E. Rodricks r Jr. r President of EXPLORER INSURANCE COMPANY to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duty sworn, depowth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I haw hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. 4L'titiM1f Le.'L'.t5F5rti11:515fLY`W 4fLY.7LR'LW STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO C Notary Public I, the undersigned, James W. Austin III, Secretary of the EXPLORER INSURANCE COMPANY,.;o hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. _- IN WITNESS WHEREOF, I haw hereunto subscribed my name as Secretary, and affixed the Corporate Seat of the Corporation, this 3RD day of NOVEMBER 79 88 .. EXPLORER INSURANCE COMPANY ii SE,�L roi .0 *err., 'O ^��� 5acretary L }fit OFFICIAL SEAL 1 '` NANCY A. FAIRCHILD Cut NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission ErD, lone 26. 1987 STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO C Notary Public I, the undersigned, James W. Austin III, Secretary of the EXPLORER INSURANCE COMPANY,.;o hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. _- IN WITNESS WHEREOF, I haw hereunto subscribed my name as Secretary, and affixed the Corporate Seat of the Corporation, this 3RD day of NOVEMBER 79 88 .. EXPLORER INSURANCE COMPANY ii SE,�L roi .0 *err., 'O ^��� 5acretary L }fit i` *Certificate of Insurance* The Nationwide Insurance Company indicated below certifies that the insurance afforded by the policy or policies numbered and 1 described below is in force as of the effective date of this certificate. This Certificate of Insurance does not omend, extend, or otherwise alter the Terms and Conditions of Insurance coverage contained in any policy or policies numbered and described below. Certificate Holder's Name and Address: F_ CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 ATTENTION: STEVE BADUM tnswed's Name and Address: DEVCON ENTERPRISES, INC. 1540 COAIbfERCE ST., UNIT H CORONA, CA. 91720 msoronce m larce only for hatoras ind,coiaa by X. Description of Operotions!LocoYens/ PROJECT TITLE. AND CONTRACT NUMBER: VenicIcs /Re Ytrvions /Speclol Items BAYSHORES SCREEN WALL C -2574 NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY WHATIONWIDE PROPERTY AND CASUALTY INSURANCE COMPANY 1 r Columbus, Ohio ml �z S.,rfGy 11 -3 -88 W.H. SWARTWUUD a. L—) DESCRIPTIVE SCHEDULE TYPE OF INSURANCE POLICY NUMFER AND POLICY EFFECTIVE POLICY EXPIRATION LIMITS OF LIABILITY ISSUING COMPANY DATE DATE GENERAL LIABILITY General Aggregate $1,000, 000 ® Premises - Operations Pr. Comp. Op. Agg. $1,000, 000 • ® Products - Completed Operations Each Occurrence $1,000, 000 ® Personal and 73PR 006854 -5001 3121188 8121189 Any One Person or '1,000,000 Advertising Injury Organization LR] Medical Expense Any One Person $ 5, 000 Q1 fire Damage legal Any One Fire $ 50, 000 ❑ Other Liability AUTOMOBILE LIABILITY Bodily Injury OCCURRENCE Q Comprehensive Form (Each Person) Q Owned Badily I njury (Each Accident) Hired 73BA 006854 -0004 2126188 2126189 Property Damage �1 Non -Owned Bodily Injury and Property Damage $1, 000,000 Combined EXCESS LIABILITY Bodily Injury and —❑ Umbrella Form Property Damage Occ Combined Agg ® Workers' Compensation STATUTORY LIMITS Bodily Injury Each Accident and 73WC 006854 -0002B 3121188 8121189 by Accident $100 000 Bodily Injury Policy Limit QCl Employers' Liability by Disease 500.000 Bodily Injury Well fmpla)ee by Disease $100, 000 msoronce m larce only for hatoras ind,coiaa by X. Description of Operotions!LocoYens/ PROJECT TITLE. AND CONTRACT NUMBER: VenicIcs /Re Ytrvions /Speclol Items BAYSHORES SCREEN WALL C -2574 NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY WHATIONWIDE PROPERTY AND CASUALTY INSURANCE COMPANY 1 r Columbus, Ohio ml �z S.,rfGy 11 -3 -88 W.H. SWARTWUUD a. L—) • • POLICY NUMBER:73PR006854 -5001 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies Insurance provided under the following: DEVCON ENTERPRISES COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: BAYSHORES COMMUNITY ASSOCIATION C/O VILLIAGE MANAGEMENT PO BOX 4708 IRVINE, CA. 92711 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your work" for that insured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 ❑ POLICY NUMBER: 73PR 006854 -5001 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION BY US This endorsement modifies insurance provided under the following: DEVCON ENTERPRISES, INC. COMMERCIAL GENERAL LIABILITY COVERAGE PART. LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART. SCHEDULE Number of Days 30 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) Paragraph 2. of CANCELLATION (Common Policy Conditions) is replaced by the following: 2. We may cancel this Coverage Part by mailing or delivering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancellation if we cancel for non payment of premium; or b. The number of days shown in the Schedule before the effective date of cancellation if we cancel for any otherreason. CG 02 12 11 85 Copyright, Insurance Services Office, Inc., 1984 ❑ e OFFICE NLO.C. • Due Date Change name froth State County Region USE: ................................ ..............................( ) ( ) 1 1 ENDORSEMENT Subject to all other term and conditions of the policy, it is understood and agreed that the policy stated below is hereby amended as follows: It is agreed that: 1. 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 connenction 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 or suit is brought, except with respect to the limits of the insurance company's liability." 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. Job Location: Bayshores Screen Wall, Contract number C -2574 The following item shall be if this endorsement is not referred to by number in the policy to which this endorsement is attached. m reached to and Inrminy part of policy Ellective at 12:01 A.M. on policy dlaclive data This endorument wrierudes any prior FA u mba r.73BA006S54 -0004 or, on 11 /9 /RR (whiG)wer is la url, endorsement numbered: Mu. nav Veu _ This endursemcni is txccutcd by Nationwide Mutual In,ur.nce Cumpany if NATIONWIDE MUTUAL INSURANCE COMPANY said Company has issued the policy to which Ibis endorsement is al ched;it uompany NATIONWIDE MUTUAL FIRE INSURANCE COMPANY is executed by Nationwide Mutual Fire lusutance Company it said C has issued the policy to which thisenderwmenl is attached. Columbus, Ohio Issued to: Devcon Enterprises 7 1540 Commerce Street, Unit H Corona, Ca. 91720 J 3rrrrwry /Yndrer Cou nlasigned al: Orange / A orixed z senlabvc e • • Page 15 CONTRACT THIS AGREEMENT, entered into this 11�day of�mt�19, by and between the CITY OF NEWPORT BEACH, hereinafter 'VT 7," and Devcon Enterprises, Inc. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Baysh Screen Wall 2574 Title nres 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: n Wall 2574 itle of Project ontract 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 Three_ Hundred Seven Thousand Three Hundred Thirtv SPvpn --------- ($307.337.00 . 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) 0 (f) Plans and Special Provisions for e (g) This Contract. tract No. Page 16 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: APPROVED AS TO FORM: Authorized Signature and Title t) C 0 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BAYSHORES SCREEN WALL CONTRACT NO. 2574 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. PLANS AND SPECIFICATIONS . . . . . . . . . . . 1 III. AWARD OF CONTRACT . . . . . . . . . . . . . . 1 IV. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . 1 V. WORK HOURS . . . . . . . . . . . . . . . . . . 2 VI. PAYMENT . . . . . . . . . . . . . . . . . . . 2 VII. UTILITY SERVICE . . . . . . . . . . . . . . . 2 VIII. WORK WITHIN COAST HIGHWAY RIGHT OF WAY . . . . 2 IX. WORK WITHIN BAYSHORES . . . . . . . . . . . . 2 X. FINAL CLEANUP . . . . . . . . . . . . . . . . 3 XI. PERMITS . . . . . . . . . . . . . . . . . . . 3 XII. CONSTRUCTION SURVEYS AND STAKING . . . . . . . 3 XIII. INSURANCE . . . . . . . . . . . . . . . . . . 4 A. Liability Insurance . . . . . . . . . . . 4 1. Special Endorsement . . . . . . . . . 4 2. Limits . . . . . . . . . . . . . . . . 4 B. Workers Compensation Insurance . . . . . . 4 Page 1 of 2 0 6 INDEX TO SPECIAL PROVISIONS BAYSHORES SCREEN WALL CONTRACT NO. 2574 SECTION PAGE XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . 5 A. Clearing and Grubbing . . . . . . . . . . 5 B. Portland Cement Concrete . . . . . . . . . 5 C. Asphalt Concrete Pavement . . . . . . . . 6 D. Slump Block Walls . . . . . . . . . . . . 6 E. Back Entrance Improvements . . . . . . . . 6 F. Main Entrance Access Gates . . . . . . . . 6 G. Main Entrance Improvements . . . . . . . . 7 XV. APPENDIX Caltrans Encroachment Permit (City of Newport Beach copy) Page 2 of 2 I. SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BAYSHORE SCREEN WALL CONTRACT NO. 2574 • SP 1 of 7 The work to be done under this contract consists of constructing approximately 1,500 linear feet of eight- foot -high slumpstone block wall across the frontage of Bayshores along West Coast Highway from Balboa Bay Club to Bayshores Drive, and main entrance modifications at Bayshore Drive. The contract includes the removal of the existing wood and chain link fences, gate and landscaping as necessary to construct the wall, and sidewalk curb and pavement removal necessary to construct a new drive approach and gate. Additionally, this contract includes modifications to the main entrance consisting of the removal and reconstruction of a block wall, stone pier, curb, gutter and sidewalk as well as the addition of barrier gates. II. PLANS AND SPECIFICATIONS The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. M- 5254 -S) the City's Standard Special Provisions and Standard Drawings for Public Works Construction ( 988 Edition), and the Standard Specifications for Public Works Construction (1988 Edition), including supplements. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, Califonia 90034, telephone (213) 870 -9871. A copy of the Standard special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. III. AWARD OF CONTRACT The City reserves the right to award the contract based on the lowest acceptable bid for the total contract within 30 days of the bid opening. IV. COMPLETION, SCHEDULE AND PROSECUTION OF WORK All work under this contract shall be completed in one hundred (1001.. consecutive calendar days after the City Council awards the contract. A complete schedule showing the Contractor's proposed plan of construction shall be submitted in writing for the Engineer's approval at the preconstruction meeting. If, during the construction period, modifications of plan or schedule are required, each modification shall be approved by the Engineer prior to altering the previously approved schedule. V. WORK HOURS • SP 2 of 7 City ordinance limits working hours (including equipment maintenance) to Monday through Friday from 7:00 a.m. to 6:30 p.m. and Saturday from 8:00 a.m. to 6:00 p.m. Violators are subject to citation and fine. There shall be no work performed on Sundays or holidays. VI. PAYMENT The unit or lump sum prices bid 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 proposal (e.g., excavation, removal, sawcutting, patchback, protecting property corners, root pruning, utility adjustments, expansion joints, joint sealant, etc.) shall be included in the unit prices bid for other items of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. VII. UTILITY SERVICE The contractor shall provide all water and electricity required for construction. Construction water may be obtained from certain nearby City fire hydrants by making arrangements with the City Utilities Department, (714) 644 -3011. If the Contractor elects to use the City's water, a $500 meter deposit will be required. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor less a quantity charge for water usage. VIII. WORK WITHIN COAST HIGHWAY RIGHT OF WAY The block wall construction is on private property. The Coast Highway right -of -way line is shown on the plans. Construction work within the Coast Highway right of way requires a CalTrans encroachment permit. There shall be no work or deliveries performed within the Coast Highway roadway unless the Contractor obtains a CalTrans encroachment permit. No materials may be stockpiled or stored within the Coast Highway right of way unless a permit is obtained. IX. WORK WITHIN BAYSHORES Bayshores is a fenced and gated private- street community with a 24 -hour gate guard at the Bayshores Drive entrance. The Marino Drive entrance is closed and locked except in emergencies. There are no sidewalks, therefore pedestrians -- including small children - -must walk in the streets. SP 3 of 7 The Contractor shall use the Marino Drive entrance for vehicles. Vehicle traffic shall be limited to the highway alley and the first block of Crestview Drive east of Marino Drive when necessary. Transit mixed concrete trucks are prohibited on the alley adjacent to Coast Highway. All vehicles that will be in Bayshores are required to have a temporary permit displayed in the windshield at all times. Permits are available without charge from the gate guard. Such vehicles are granted entry on condition their drivers follow Bayshores traffic rules, and the general contractor will be held responsible for the actions of his employees, as well as those of his subcontractors and material suppliers. The rules require a speed limit of 15 m.p.h. in the streets, 10 m.p.h. in alleys. Violators will be denied subsequent entry. The storage of materials for the project will be allowed on the alley which parallels West Coast Highway. Storage in the alley will require traffic control signing and delineation in accordance with the Work Area Traffic Control Handbook (W.A.T.C.H.). Those materials stored in the alley shall not block the alley or restrict access to the garages. A minimum of a ten - foot -wide clear area shall be maintained along the alley to provide vehicular access. X. FINAL CLEANUP Upon completion of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment; and all parts of the work and grounds occupied by him shall be left in a neat and presentable condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. XI. PERMITS The City has obtained an encroachment permit from CalTrans for work within the State right of way at the back entrance on Marino Drive. The contractor shall conform to the provisions of this permit which is included in the Appendix of these Special Provisions. The contractor shall obtain an additional encroachment permit from the State to perform the work within the State highway right of way. All costs incurred for inspection and for conforming to the provisions of this permit shall be considered as included in the contract prices paid for the various items of work as shown in the bid schedule. The Contractor shall obtain, at his expense, an Electrical Permit from the City Newport Beach Building Department for construction of the access gates at Bayshores Drive. • • SP 4 of 7 XII. CONSTRUCTION SURVEYS AND STAKING Field staking for control of construction shall be provided by the Contractor. Limits of removal shall be field- identified by orange paint marks by City. Existing property corners and survey ties adjacent to removals shall be replaced by the Contractor. In situations where property corners or survey ties interfere with the work, the Contractor shall survey and reset property corners and survey ties. XIII. INSURANCE A. Liability Insurance The word "agency" in Subsection 7 -3 of the General Provisions of the Standard Specifications shall mean "the City of Newport Beach." Since the majority of work to be performed is within Bayshores property the Bayshores Community Association shall be named as additionally insured. 1. Special Endorsement A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. The form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the Contract. 2. Limits The liability insurance coverage in Section 7 -3 of the General Provisions of the Standard Specifications is hereby amended to provide the following minimum limits: Bodily Injury $500,000 each person $1,000,000 each occurrence $1,000,000 aggregate products and complete operations Property Damage $500,000 $1,000,000 Combined A combined limits in considered limits. B. Workers Compensation Insurance each occurrence aggregate single limit policy with aggregate the amount of $2,000,000 will be equivalent to the required minimum In addition to the requirement specified in Subsection 7 -4 "Workers, Compensation Insurance," of the Standard Specifications, the Contractor shall provide an endorsement of the certificate of insurance on the • SP 5 of 7 forms provided waiving any right of subrogation it may acquire against the City of Newport Beach Agency, Bayshores Community Association, their officers and employees by reason of any payment on account of injury including death resulting therefrom sustained by any employee of the insured. XIV. CONSTRUCTION DETAILS A. Clearing and Grubbing Clearing and grubbing shall be done in accordance with Section 300 -1 of the Standard Specifications and the following special provisions. It is the intent of this contract to construct a block wall approximately along the same alignment as the existing fence and walls while protecting the designated trees as much as possible. The Clear and Grub bid item includes removal of the existing wood and chainlink fences, gate, block wall, stone pier, curb, gutter, sidewalk and AC paving. This item also includes the grading and removals necessary to construct the new block wall. The removal of bushes, vines, shrubs, trees and other plant material is to be included in this item. All trees indicated to be protected shall be protected in place and the Contractor shall exercise caution to avoid damage to root structure as a result of his operation. All trees to be protected in place will be marked with flagging, however, in the course of wall construction it may be necessary to trim roots. Payment for root pruning shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor. A temporary fence is to be provided when the existing fence and gate are removed across the Marino Drive frontage. This gate, and the new gate when constructed, shall be closed and locked except during working hours. In the other areas, a temporary fence shall be provided adjacent to the existing sidewalk. The Contractor may remove fence fabric during working hours to facilitate construction. The contractor may utilize existing chainlink for temporary purposes. The cost of providing fencing is to be included in the clear and grub bid item. B. Portland Cement Concrete All concrete shall conform to Class 560 -C -3250 with a maximum slump of four (4) inches at the time of placement. The Contractor shall submit mix designs and material certifications to the Engineer for approval prior to beginning work. Concrete for curb, gutter, sidewalk and approaches shall conform to the grade, dimension, color and finish of the adjoining P.C.C. improvements. Full compensation for constructing curb, gutter, sidewalk and approaches including aggregate base shall be considered as included in the lump sum prices paid for constructing the main and back entrance improvements. 0 Full compensation for constructing wall and cast -in- drilled -hole piles, shall be unit price paid for linear foot of slump bid schedule. C. Asphalt Concrete Pavement 0 SP 6 of 7 footings including grade beam considered as included in the block walls as shown in the Asphalt concrete shall be Type III -C3 -AR -4000 with a minimum of 6% paving asphalt. Full compensation for asphalt overlays and asphalt pavement including aggregate base shall be considered as included in the lump sum prices paid for main and back entrance improvements. D. Slump Block Walls Concrete masonry units ASTM designation: C90, grade N, slump block. masonry units shall be tan; San Juan, La Paz, shall be submitted to Portland cement mortar shall be hollow, load bearing, conforming to lightweight or medium weight classification, Standard or open end units may be used. The of nominal size and the color shall be light buff or equal. Two samples of concrete block the Engineer for approval of color and finish. shall be colored to match the units. Brick cap shall utilize 2- 3/16" x 3 -1/2" x 11 -1/2" bullnose and 2- 3/16" x 3 -1/2" x 7 -112" brick, flashed red in color. Two samples of each type brick shall be submitted to the Engineer for approval of color and finish. The contract price paid per linear foot for slump block wall shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in constructing slump block walls including excavation, backfill, disposal of surplus material, cast -in- drilled hole concrete pilings, grade beam footings, reinforcement, grouting and brick cap complete in place as shown on the plans and no additional compensation shall be allowed therefor. E. Back Entrance Improvements Back entrance improvements consist of constructing curb, gutter, sidewalk, approach, asphalt concrete paving and wood gate at the Marino Drive entrance. Full compensation for constructing curb, gutter, sidewalk, approach, asphalt concrete paving, wood gate and all other items necessary to construct the entrance complete in place shall be considered as included in the contract lump sum price paid for back entrance improvements, and no additional compensation will be allowed therefor SP 7 of 7 F. Main Entrance Access Gates Access gates for the Bayshores Drive main entrance shall be model BA100 barrier gates as manufactured by Access Controls Co., Anaheim, CA (714) 630 -6120 (Contact: Jeff Szabo) or equal as approved by the Engineer. The Contractor shall submit product description, installation instructions, electrical plan and performance data for all equipment for approval by the Engineer, before starting the work. Before the completion of the project, all operation and maintenance manuals, parts lists, electrical diagrams, manufacturers warranties, and as -built drawings shall be delivered to the Engineer. Full compensation for providing and installing main entrance access gates including excavation, patchback, electric gates, concrete bases, protecting post, detector loops, gate house controls, conduit wiring, and all incidentals necessary to construct access gates complete in place shall be considered as included in the contract lump sum price paid for main entrance access gates and no additional compensation will be allowed therefor. G. Main Entrance Improvements Main entrance improvements consist of constructing curb, gutter, sidewalk, access ramp, AC paving, and stone pier at the Bayshores Drive entrance. Also included in this item are, the relocation and modification of existing chainlink fence, mailbox, lighting fixtures and electrical conduit. Full compensation for constructing main entrance improvements as described above and as shown on the plans complete in place shall be considered as included in the contract lump sum price paid for Main Entrance Improvements and no additional compensation will be allowed therefor. T; Ut 1! 1 TO: 2F Yr 7.- J - 1 ` - 787_. ..._..1046 . L 07-CRA-001 -18.50 And FCD�MIEZ-' ', �3 :v4av : 1 r r 1) !oA m.r s r, S c n, L, T.: 1 F' E F� T 1 E (-'F. E _hl ALL P1 ElY T .'r _E E' I,i I:fl(E, S C(N 7.A 11*117, -,1. f�TF "POR FAIL_ 'F, E RE! F.A` 3L;71E._-, TO S1,4TE I­ F_" 71 OF I: Li !4L 7e L J, IT I-: THAT THE A204E 4F,E IN '!-DLE [T P__t! T'_. FERM! r PEES Afj[.- %r N followira attachnsrits are also included as p?,t o' this r.e,­0 in ai4-i"i2n to ico the per P]ttee wi!.' -able: app I i, 'c"': X Yes VanLal ProviBicre cc t ipN Yes X No Utilitv Maintenance Provisions as f- "D Yes_— -Ifo -pecial przylsionq 1�specticrl Is; 7:E14 Vori: —yes -140 ermit PequirEa Pricr to beqirn4 .,7 L: Yes 1 N..L. ?he lnforMation in the envirc­eRtal docuTe,tAtz­n }zr 'Ez, rs'lii,,,sd _­,s!j2;-5j rric- to arpoo,R! of this De.-31t. This PE.!-T!t is Icid unlers t'le wod is c ieted be;cre Z'!'J11N :'. 17K This Permit is t.- be strictly cons -riicd and no ot''q, work r.fhc. tNa-, is hgEo,, 3vth­izef. No pro7ert k:; j; 5h311 be Cog ^jp%pr Linti i'23, -aces V47-:'. Ik WORK SHALL E,E �tl_!z',FEIJDEL IF PERM IF CO)''; I z r AT j -'E -1 1 "TT. IMMEDIAIELY FOLLF!WING CONFLETION OF THE 1,li-IRK PERFIiIIED FE;-EIII. THE FERMITTLE SHALL FILL OUT 41JE' MAIL THE NOTICE OF COMFLETION ATTACHED TO THIS PERMIT. 1. Permit' , ae and permittee'= confr_�-"z =hall arrange for a Pre-job confFren-E, with State Permit Inspector 11,. Larry 11?l ]erman by calling r-714, 639-6851 between 0700 and 0?00 at least three da.­ pri-D, to start of any work authori;:ed t•ti this permit. Carp s h a l l be e x e r i s o d a t 311 t i i i e s t o p c , , I : e C t e x i s t i n - f a c i l i t i e s . Any damz4 ge r e s u l t i n g from w -: r 1: o.f thie 7, i f st.311 1:E- f r Immediately by Fermiftc_,,: to the of thz =fate Permit [nsFe -A". no cost to the 3'ats, 3. A minimum --,t two days prior to the st=rf "t any aljtherized this permit. Fcrmittee shall notify UNI-ER"IriJUME' SERVICE ALEFT =t 4. It the WQrl: azuth,�rized L.", th;S pe.-,Mjt is to !:c: lcrt,-,rmej 1%; forces for 2, Fut-lic Agcnc the P e r r! i t e e ' s contractor s ha I I fu sh the State with a sig.ned I t r I ? s r 11" i t authotizing the contiactor to perform the woil:'within the Z' !.- HighwEy ri6h* Of way for the Pelmi I. tee. The Perm i t tee , 5 raet r gill he re q u i I e,-, t,:) reimburse the State for the cost i r e�' I :r c n- i rimsr i no inspection of the work within t nc Sta tr' r j r,ht of way a15d other permit re I a te%j t i e I j .4o r performed by Cal trans Maintenance Forces. The Fei m i t t s e' s contractor is required to have thr- signed. criginai 'I:ermit or a cony with all Special Provisions and Flans stamped FLAIJZ datUd July at the job-site at all times while wort: is b-ina :,:,6A,jcted. S. New wall, including founiatior, shall be cz�nEtru-ted outside •-f the 5t is r i ght -c r -wa} IS - Fermittee shall provide temporary fence, r Sts-te Permit Inspect of it dstermind ne,7ess -ry bY the TH A. T THL FEE M TTEE ',I ILL E-E U I LLE_C FI-11% -'A I P COMFLET 1 011 OF ;-.LL I: EEI'l I- Wokt.. FEPHITTEE. HIE AGEIII _F. _-UHTRA.-TOP -7 rI;E E-' C !A:D 1'111VLf WITH L I, PPIDV I S I ON 7: r'F 71HIS FER:,11T AND THE I I p ii r T I OF THE A T I-' E FP, E F. F 11 T A T I V E WHILE- F I--_ F F All'( '.J,-1Fj !_E". T(-i;,- PEFAN17%. Ik WORK SHALL E,E �tl_!z',FEIJDEL IF PERM IF CO)''; I z r AT j -'E -1 1 "TT. IMMEDIAIELY FOLLF!WING CONFLETION OF THE 1,li-IRK PERFIiIIED FE;-EIII. THE FERMITTLE SHALL FILL OUT 41JE' MAIL THE NOTICE OF COMFLETION ATTACHED TO THIS PERMIT. 1. Permit' , ae and permittee'= confr_�-"z =hall arrange for a Pre-job confFren-E, with State Permit Inspector 11,. Larry 11?l ]erman by calling r-714, 639-6851 between 0700 and 0?00 at least three da.­ pri-D, to start of any work authori;:ed t•ti this permit. Carp s h a l l be e x e r i s o d a t 311 t i i i e s t o p c , , I : e C t e x i s t i n - f a c i l i t i e s . Any damz4 ge r e s u l t i n g from w -: r 1: o.f thie 7, i f st.311 1:E- f r Immediately by Fermiftc_,,: to the of thz =fate Permit [nsFe -A". no cost to the 3'ats, 3. A minimum --,t two days prior to the st=rf "t any aljtherized this permit. Fcrmittee shall notify UNI-ER"IriJUME' SERVICE ALEFT =t 4. It the WQrl: azuth,�rized L.", th;S pe.-,Mjt is to !:c: lcrt,-,rmej 1%; forces for 2, Fut-lic Agcnc the P e r r! i t e e ' s contractor s ha I I fu sh the State with a sig.ned I t r I ? s r 11" i t authotizing the contiactor to perform the woil:'within the Z' !.- HighwEy ri6h* Of way for the Pelmi I. tee. The Perm i t tee , 5 raet r gill he re q u i I e,-, t,:) reimburse the State for the cost i r e�' I :r c n- i rimsr i no inspection of the work within t nc Sta tr' r j r,ht of way a15d other permit re I a te%j t i e I j .4o r performed by Cal trans Maintenance Forces. The Fei m i t t s e' s contractor is required to have thr- signed. criginai 'I:ermit or a cony with all Special Provisions and Flans stamped FLAIJZ datUd July at the job-site at all times while wort: is b-ina :,:,6A,jcted. S. New wall, including founiatior, shall be cz�nEtru-ted outside •-f the 5t is r i ght -c r -wa} IS - Fermittee shall provide temporary fence, r Sts-te Permit Inspect of it dstermind ne,7ess -ry bY the City of llewport Beach • 7 !7- 11MC -104E 7. Prior to __nstr,_i2tion of the waIl an:l !rc!. c. I ?tics of !:ite r. Prinit. w- rl'. permittee shall procibc- for a F•rel imir, -r:, and i i.. ! S.'ir": nt waI l I :r -t i .r, b: a Ii -- enc, ?d ssarvevor, as directed bq t:.. S '.a •:,rcii! Inspe ^tc•r. f1_ts_ of suf = -hall be presentpd'tc, the Z- tat Fer«;i'. 11 1 :_ icr c': E.iStIic!. C,Ifi__ im Pit =•Jiat=1. ;.iron _, nip,I tiDn c l - urmit =rl.. 8. Taaffic crrnt.rol shall be prc:ided t.r t Far «;it a!uI maintained it ar_corda.:I with State Standards. ;_!b i.. uct t aC,c: el of :fate Permit Inspector. ?. Fennitte? shall notify the CHF Area omraanc! <_r at least. at. hours priir to imr1ementing any proposed `.raffia mtrcl I''. Clos!!re of travel Lanus is not authcrirel ;_maer this permit. unless spe^-ificall•, authorized by the State Fermit. Ine- r. to 11. Pedestrian traffic shall be rrovijeJ fDr and ,ro! =r. t. =d at all times. 12. All worl: performed under this permit = -h =.lI be Sul:,iect to the authority and approval of State Permit Inspector. N :1 0 w DEPARTMENT OF TRANSPORTATION • • ENCROACHMENT PERMIT GENERAL PROVISIONS DM.M- P-2028 1RE V. 7/871 1. Anthority: Each Encroachment the work and must be shown to Instructlonsto Flaggers pamphlet Permit is Issued In accordance any representative of the Depart- and/or Manual of Traffic Controls with Chapter 3 of Division 1, ment or any law enforcement for Construction and Main- commencing with Section 660, officer on demand WORK SHALT, tenance Work Zones Issued by the et seq., of the Streets and High- BE SUSPENDED IF PERMIT IS Department ways Code (SHC). NOT AT JOB SITE AS PROVIDED. 14. Storage of Equipment and 2. Revocation Except as otherwise 9. Cou acting Permits: If a prior Materials: The permittee shall 'provided for public corpora- encroachment conflicts with the Install temporary railing (Type M dons, franchise holders and proposed work the new permittee between any lane carrying public uttlltles Encroachment Permits must arrange for any necessary traffic and any obstacle material are revocable on five (5) days removal or relocation with the stored or equipment parked notice These General Provisions prior permittee. Any such removal within twelve feet (12) ofthelane. Utility Maintenance Provisions or relocation will be at no expense Utilities are subject to the and any Encroachment Permit to the Department provisions of Section 22512 Issued hereunder are revocable or 10. Permits From Other Agencies of the California Vehicle Code subject to modification or ab- The party or parties to whon aper- (CVC). rogation at any time without pre- mit is issued shall, whe. ever 15. Care of Drainage: If the work con - judlce, however, to prior rights required by law. secure the written templated In any Encroachment including those evidenced byjoint authorization for any work that Permit shall Interfere with the use agreements franchise rights must be approved by the Public established drainage. ample pro- reserved rights or any other Utilities Commission (PUClofthe vfslonshallbe made bythepermit- agreements for operating pur- State of California CAILOSHA or tee to provide for It as may be poses In the State highway right - any other public agency having directed by the Department of -way. jurisdiction. Failure to comply 16. Making Repairs; In every case. the 3. Responsible Party. No party with the law. as noted above, will permittee shall be responsible for other than the named permittee invalidate the Department's restoring to its former condition or their agent is authorized to permit as nearly as may be possible any work under any permit 11. Provisions for Pedestrians: portion of the State highway fa- 4. Acceptance of Provisions: It Where facilities exist a minimum cllltywhich has been excavated or is understood and agreed by the sidewalk and bikepath width otherwise disturbed by permittee. permittee that the doing of any offourfmt(41shalibemaintained The permittee shall maintain the work under this permit shall con- at all times for safe passage surface over facilities placed stttute an acceptance of the pro- through the work area At no time under any permit If the highway is visions of this permit and all shall pedestrians be diverted onto not restored as herein provided attachments a portion of the street used for for, or if the Department elects to '5. Notice Prior to Starting Work: vehicular traffic At locations make repairs permittee agrees by Before starting work under the where adjacent alternate walk- acceptance of permit to bear the Encroachment Permit the per - ways cannot be provided approp- cost thereof mlttee shall notify the designated riatesignsand barricades shall be 17. Permits for Record Only. If Department representative two installed at the limits of construe- occupation of highway right -of- (2) working days prior to Initial tion and in advance of the closure way 1s under joint use agreement start of work When work has been at the nearest crosswalk or Inter- or under prior easement En- Interrupted for more than five (5) section to divert pedestrians croachment Permits will be issued working days an additional 24- across the street to the permittee for the purpose of hour notification Is required 12. Protection of TrafBc Adequate_, providing the Department with before restarting work unless provisions shall be made for the notice and a record of work The a pre - arranged agreement has protection of the traveling public permit will also specify the been made with the Department's Warning signs, lights and safety current terms and conditions representative Unless otherwise devices and other measures re- relating topubllcsafety. No newor specified, all work shall be per- quired for the public safety, shall different rights or obligations are formed on weekdays and during conform to the requirements of intended to be created by the per - normal working hours of the the Manual of Traffic Controls mlt in such cases and all such Department's representative issued by the Department Traffic prior rights shall be fully protec- 6. Standards of Construction: All control for day or nighttime lane ted Encroachment Permits Is- work performed within the high- closures shall be in conformance sued In such cases shall have way shall conform to recognized with Department Standard Plans designated across the face thereof, standards of construction and for Traffic Control Systems Noth- "Notice and Record Purposes the current Department Stan- mgln thepennit is intended as to Only". (District Office of Right dard Specifications Standard third parties to impose on permit- of Way must give approval for Plans and Manual on High and tee any duty, or standard of care this designation) Low Risk Facilities Within greater than or different than the 18. Clean Up Rightrof Way: Upon Highway Rights -of Way and duty or standard of care completion of the work all brush. any Special Provisions relating Imposed by law. timber, scraps material etc. shall thereto. 13. Mfaimam Interference wtth Traf- be entirely removed and the right- 7. Inspection and Approval by the fig All work shall be planned and of -way shall be left in as present- Department- All work shall be carried out so that therewillbe the able a condition as existed before subject to monitoring Inspection, least possible inconvenience to work started and approval by the Department the traveling public The permit- 19. Cost of Work: Unless otherwise The permittee shall request a final tee is authorized to place properly stated on the permit or other Inspection and acceptance of the attired flagger(s) to stop and warn separate written agreement all work conventional highway traffic costs incurred for work within the 8. Keep Permit on the Work She: The Traffic shall not be unreasonably State right -of -way pursuant to Encroachment Permit or a copy delayed Flagging procedures this Encroachment Permit shall thereof shall be kept at the site of shall be in conformance with the be home by the permittee, and I/ 20, 21 22. 23. 24. permittee hereby waives all claims for Indemnification or contribu- tion from the State for such work Actual Cost Billing: When the permittee is to be billed actual costs (as indicated on the face of the permit), such costs will be at the current hourly rate estab- lished by the Department for Encroachment Permits. Submit Plan: For installation of all underground facilities, and all surface work or other activity of consequence, the permittee shall furnish five (5) sets of plans show- ing location and construction or other activity with its application. Thirty (30) days after completion and acceptance of the work one (1) set of as -built plans shall be sub- mitted to the District. Bonding: This permit shall not be effective for any purpose unless, and until the permittee files with the Department a surety bond when required by the Depart- ment in the form and amount required by the Department A bond Is not ordinarily required of any public corporation or pub• licly- or privately -owned utility but will be required of any utility that falls to meet any obligation aris- ing out of the work permitted or done under an Encroachment Permit or fails to maintain Its plant. work or facilities The said bond shall remain in force for a period of one (1) year after accep- tance of the work by the Depart- ment. Maintenance of Highways: The permittee agrees, by acceptance of a permit- to properly maintain any encroachment This will require inspection and repair of any damage to State facilities result- ing from the encroachment Respouafbility for Damages The State of California and all officers and employees thereof, Including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable oraccountable In any manner, for injury to or death of any person, Including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property from any cause The permittee shall be res- ponsible for any liability imposed by law and for injuries to or death of any person. including but not limited to the permlttee persons employed by the permittee. per- sons acting to behalf of the per- mittee or damage to property arising out of work or other ac- tiviry permitted and done by the permittee under a permit or aris- ing out of the failure on the per- mittee s part to perform his olr 0 0 tigations under any permit in res- pect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work or other activity, prat anysubsequent time work or other activity Is bem', per- formed under the obligations pro vided by and contemplated by the permit. The permittee shalt Indemnify and save harmless the State of California and all officers and employees thereof. Including but not limited to the Director of Transportation and the Deputy Director, 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, per- sons acting in behalf of the per- mittee and the public or damage to property resulting from the per- formance of work or other activity under the permit, or arising out of the failure on the perm,tee s part to perform his obligations under any permit in respect to main- tenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work or other activity or at any subsequent time work or other activity is being performed under the obligations provided by and contemplated by the permit. except as otherwise provided by statute The duty of the permittee to indemnify and save harmless Includes the duties to defend as set forth in Section 2778 of the Civil Code The permittee waives any and all rights to any type of expressed or implied indemnity against the State, its officers or employees It is the intent of the parties that the permittee will indemnify and hold harmless the State. Its officers and employees from any and all claims suits or actions as set forth above regard- less of the existence or degree of fault or negligence, whether active or passive, primary or secondary. on the part of the State the per- mittee, persons employed by the permittee, or persons acting In behalf of the permittee. 25. Federal Civil Rights Regnire- ments for Public Accommoda- tion: A The permittee for himself. his personal representatives suc- cessors in interest, and assigns as part of the consideration hereof, does hereby covenant and agree that: 1) no person on the grounds of race, color, or national origin shall be excluded from par- ticipation In. be denied the benefltsof, or be otherwisesubec S Led to discrimination in the use of said facilities. 2) that in connec- tion with the construction of any improvements on said lands and the furnishing of services thereon. no discrimination shall be prac- ticed in the selection of employees and contractors by contractors In the selection and retention of first -tter subcontractors in the selection of second -tier subcon- tractors. 3) that such discrimina- tion shall not be practiced against the public in their access to and use of the facilities and services provided for public accom- modations (such as eating sleep- ing rest. recreation). and operated on. over, or under the space of the right- of -way. and 4) that the per- mittee shall use the premises In compliance with all other re- quirements Imposed pursuant to Title 15, Code of Federal Reg- ulations. Commerce and Foreign Trade Subtitle A Office of the Sec- retary of Commerce Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. B. That in the event of breach of any of the above nondiscrimination covenanm theStateshall havethe right to terminate the perm It and to menter and repossess said land and the facilities thereon and hold the sameas ifsaid permit had never been made or issued. 26. No Precedent Established: This permit is issued with the under- standing that any particular action is not to be considered as establishing any precendent (1) on the question of the er edlency of permitting any certal„ 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 mats as to any other or future situation. 27. Archaeological- The permittee shall cease work In the vicinity of any archaeological resources that are revealed The Permit Engineer shall be notified immediately. A qualified archaeologlst retained by the permittee, will evaluate the situation and make recommen dations to the Permit Engineer concerning the continuation of the work 28. Future Moving of Installations: if the Encroachment Permit was issued at the request of the per mittet It is understood that whenever State construction. reconstruction or maintenance work on the highway requires the Installation to be moved adjusted or relocated the permitter at his sole expense. upon request of the Department shall comply with said request. Department of Transpor • ion(Celtrans) • SPECIAL PROVISION "A" (Attached to all Permits - 2 -82) 1. Permittee shell 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 parsons two (2) working days prior to starting work, to discuss the permit re -quiresents. ). In the event that all or a portion of this work is within the working area of a State highway construction project, not work shall be started u..til all arrange•ents have been made with the State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 0. Unless otherwise authorized by the Permit Inspector, all work within State right of way shall be.in accordance with the current Coltrane Standard Specifications and Standard Plans. The Uniform Building Code may be used as the minimum specifications unless a more stringent specification la required by the local agency, permit or Permit Inspector. Improvements shell be constructed at the location shown on the Permittee'& approved plane if they do not conflict with State :equireaente. S.' Should there be any discrepancy between the terms of this permit and the plane attached hereto, the terms of the permit will prevail. 6. All inspection costa incurred incidental to this work &hall be borne by the Permittee. 7. All work *hell be performed during the working hours regularly assigned to Department of Transportation employees unless otherwise authorized in writing. 8. All costs incurred for work within State right of way pursuant to thin encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for indemnification or contribution from the State for such work. 9. 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. 10. A minimum walkway and /or bike path width of 30 inches must be maintained at all times 'for safe passage through the work area. I1. Any work authorized by this permit which requires traffic diversion •nd /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. 61 bepart.ment of Tranaportst9n (CALTRANS) Special Pravi a Ion "A" (attached to all Permits - 2 -82) Page 2 12. Unless otherwise authorized by the Permit Inapector, the normal traffic control she 11 be limited to the hours of 0900 - 1500 and open for use by public traffic on S a t u r day e, Sundays, de a i g n a t a d legal hoIidaya and of t e•r 3i00 P.M. on Fr idaya and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. 13. Designated legal holidays aret, January let, and third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11, Thanksgiving Day, and December 25th. When ■ designated legal holiday falls on Saturday, the preceding Friday shall be a designated legal holiday. 14. The Permittes shell provide adequate protection of traffic in accordance with the current traffic control requirements of the Department of Transportation (Coltrane), the Standard Specifications Section 7 =1.08 (Public Convenience), Section 7 -1.09 (Public Safety) and Section 12, (Construcion Area Traffic Control Devices), and spacial provisions -f the permit. The condition and location of other traffic control devices shall be approved by the Permit Inspector and installed and maintained by the Permittse in accordance with the permit. All cones shall be 28 inch minimum height. Portable delineators used in lieu of cones shalll be placed at one half the spacing for cones. All advance warning signs shell be 48 inch x 48 inch minimum for approach speed$ of 45 MPH or more on two lane highways witl traversable control and for approach speeds over 50 MPH on multiple lane directional' half roadway and lane closures. At all other speeds all warning sigma shall be 36 inch by 36 inch minimum except that "Road Work Ahead" (23) shell be 30 inch by 30 inch minimum. During the hours of darkness all necessary cones used for lane delineation shall be illuminated or refiectorized for approach speeds through 50 MPH. All flegperaons shall be trained and their sole duty will be to control traffic. They shell wear white hard hate, orange veste or jackets, and have an approved slow /stop paddle. They shall be intervisable or be in communication via 2 -way radio. During the hours of darkness the v a a t or j a a k a t shall b raf19ctorI%ad, flagman a t a t i o n a eha 11 be Illuminated ouch that the flagman will be clearly visible to approaching traffic and all necessary cones used for lane delineation shall be illuminated or reflectoriz.ed for approach speeds through 50 MPH. 15. The signs used for traffic control shall either be covered, removed from the right of way, or turned to face away from traffic when not actually in use. 16. A11 lane c 1 o a u r a a on mu ItIl a n a highways a h a 11 be made u ing an approved fleshing arrow sign. The State Inspector shall close down any project found to have Such a lane cIoaure without the required flashing arrow Signs. G Department of Tr anapor tat ion (CAI TRANS) 5pocIal Pr ovi a ton "A" (attached to ell Permits - 2 -62) Page 3 17. The Permittee a h a 1 1 notify the Division of Highwaya Signal i t a b a r atory at 213- 620 -2030, at le a et 72 hours in advance of any excavation within 500' of the aigna l iced into r sec t on or in the vic_i n i t y of S t a t a lighting fact lit le a. The Permittee end /or hie contractor a a a u m a the raaponaIb111ty far the payment of all coats Incurred by the State in repairing facilities damaged during canatructIon. R a q u a a t a for relocation of foci IItIaa for the c o n t r actor I cony r,c I n c a must be made In writing with the contractor assuming costa. 18. Existing utilities shall be protected from damage by Permittee. 19. ;xieting highway facilities damaged by reason of the Permittee's operations shall be repaired by the Permittee at his expense. 20. Permittee shall be responsible for notifying his contractor and all sub - contractora of the provi a i a n a of this permit. No work will be star tad until a copy of this permit is given to the contractor end each of his sub-contractors, 21. The Permittee end /or the contractor shall submit a copy of all required Cal-Oshe permits to the Permit Inspector prior to start Ing work. 22. Thia permit shall be kept at the site of the work and must be shown to any representative of the grantor or law enforcement of f scar on demand, failure to comply may require stoppage of all work within State right of we for a minimum of the remainder of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air bleating. 24. Placement of pavement and lane marking- ohell be done by the Permittee under the direct supervision f the State representative In the field. 25. A survey "at no coat to the State" of the Permlttem'a property may b r q I ad to verify camp Ii a n c a to approved p ana. 26. Should work take place between 0 c t a b a r 15' and April 15, Permittee shall obtain a long -range clear weather forecast before breaking into a me In line storm drain. f. o n a t r c ion of faci l it lee connecting to the main line w 11 be permitted only during a c I a a weather for a c a et that ie acceptable to the Ca I t r ens r e p r e a e n t e t l y e. Once operations under this permit ere Initiated, the work shell be conducted in a continuous manner until completed. I 6 I Department of Transportation (CALTRANS) Special Provision "A" (attached to all Permits - 2 -82) Page 4 27. Abandoned connector pipes shall be sealed at both ends with 8 -inch brick and mortar or six inches of concrete. When facilities are allowed to be abandoned in place, backfilling with sand, or other measures, any be required to protect the highway. This Is mandatory for metal pipes 12" in diameter or larger and all other pipes 24" in diameter or larger. 28. All inlet openings shall be provided with protection bare spaced to provide on opening that d ^es not exceed six inches. 29. Pormittes shall not use Coltrane property for the temporary or .permanent storage of excavated materials, rock, send, cement or other material or any equipment, except as specifically noted. 9 Department of Tr a n a p a r t a t I a n (Caltrana) STANDARD SPECIAL PROVISION "C" - (EXCAVATION AND BACKF ILL) 1 -82 I This Special Provision s'ieet "C" and its attachments are to be used as a a I n I m u m a p a c I f I c a t I a n for excavating and backfilling within State right .of way. II Excavation Crossing Roadways 1. Pipes shell normally be jacked or otherwise forced underneath pavement without disturbing came. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes will not be permitted ins.ie 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 ml'1 State and local safety codes relative to safety measures for protection of workmen in trenches and excavations (State of California Adminietrative Code, Title 6) 4. All excavation shall be shared and /or tight sheeted in accordance with CAL OSHA requirements. y 5, work shall not be permitted in confined spaces until all possible hazardous gases and vapors have been purged. Workmen shall be equipped with adequate blowers, safety harnesses , hard hats, rope e, ladders and any other equipment necessary. When working in confined spaces, CAL OSHA requirements shall be adhered to. 6. Service connections must be installed at an angle of 90 degrees from the center line of the State highway which the main traverses. F 7. When the permit authorizes installation by the open -cut method not more than one lane of the highway pavement shall be open -cut at any one time. Any exceptions shall be in writing by the State representative. After the pipe 1e placed in the open section, the trench is to be backfilled in accordance with specifications, temporary repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. S. Hazardous pipeline potholing clauses (petroleum dietilates, gas, electricity, chlorine, etc.)s The Parmittee shall furnish Coltrane with the results of this exploration, 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 minimum depth of 1 -1/2 Inches by means of a concrete mew to provide a neat and a t r a I g h t pavement break along both aides of trench; also, provide en u n f r actured pavement j I n t and rigid bonding of pavement 10 0 -2- Department of TreneportatIon (Celt tons) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND OA�KF Lt) 1 -82 !I Excavation C r a a a I n Roadway (continued) 10. A.C. pavement shall be •cored ea required above for P.C.C. Pavement except w h 0 r a In the opinIan of the Strata I n a p a c I a r the p ave a ant has b en cut neat tend a t r a I C h t along both aidae of trench to provide an u n l r a c t u r a d. a n d I a v a 1 pavement j I n t for bonding 11. Where the edge of the trench is within 2 feet of exicting curb and gutter, the ■apha It concrete pavement between the trench and the curb shall be removed and replaced. II. Whora the edge of t h a trench la wlthln 2 feet of a x I a t I n g curb and gutter, the asphalt concrete pavement between the trench and the curb *hall be removed and replaced. 12. A minimum sidewalk and bilepath of 30 inches must be maintained at all times for cafe passage through the work Bros. 13. A minimum lateral clearance of 5' *hall be provided between the edge of excavation and adjacent traffic lanes. A minloum lateral clearance of 2' shall be provided between the edge of surface 0 b a t r u a t I a n and the adjacent traffic lane. Whora 5' of clearance Is not provided, the excavation shall be shared and tight sheeted. In no case shall the clearance be love than 21. 1A. 6 a n k a of open - cut trenchaa shall be kept as nearly vertical a possible. Trenches shall not be more than 24" widar than the a v t a i d a di a aster of t h a pipe to be I a I d therein, OIua the naceoaary width to eccomodate sheeting. 15. All open trenchaa within t h a t r a v a I a d way shall be backfIIIad, compacted and temporary repair* made to the surfacing before leaving t h a job aita at the end of the working day. 16. Tight ahastIng and properly placed and a a I n t a I n a d steel plates a a y b a u b a t I t u t a d for b a c k f i I I I n g a a u t h a r I z a d by the Permit Inspector. 17. If no &poll bank is placed between the open excavation and the traveled way, all open trench shall be backfilled and compacted Prior to leaving the jab alto at the and of the working day. 18. T h a 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 tharaaf. Resurfacing of any given portion of the trench a h a I I b completed wlthln one week following laying of pipe In that a a0tIaM. 19. All vegetation shall be removed from the area of the trench befara coma a n c I n 9 with the a x c a v a t I o n a p a r atIone. 20. No ttaa raota over 2" In diameter a h a I I be cut. The m eta over 2" in dismat a eha 11 be taro fuIly tunneled under end u a p 9 a d In burlap and kept a l at until the trench ham been b a c k f l l led. .ranching m a c h I n e a eha 11 not be tined iii der thn trees I the trunk ^r llmhn wll! h• .! "nt�.en h. .1•! e.. J • -3- • Dap a to ant of Tranapor t at Son (Ca I t r an a) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND OACKFILL) 1 -62 11 Excavation C r o a a I n g Roadway (cant hued) 21. If the t r a a a i n v a I v a d a r a c I o a a t a 9 a t h a r or of a u c h .it le 1 a p r a c t I c a I to protect all roots over 2 1 n c h a a in further that cutting of r o o t a under 2 A n c h a a In diameter permanently d mega the tree a, apecial a r a n g a ma n t a a h a 11 the P a r m I t t a a to prune the tree tope in order to balance T hie work aha 11 be performed under the cIoae super v a Ion State I r a a Maintenance S u p a r vi aor. size that dl a a a t a r or may be made by root lose. of the 22. No manh le aft 11 be con 3 t r u c t a d within 20' of any parkway tree. 23. Temporary pavement patches shall be placed and maintained in a smooth riding plane free of humps or dap r e a e Iona. II( Backfill 1. Structural backfill within the existing or proposed roadbed area a h a 11 be compacted In horizontal layara not exceeding 8" in t h I c k n a a a using a p p r o v a d hand, pneumatic or mechanical type tempers to obtain a "relative compaction" of 95 percent using California Teat Method 216F. Structural backfill a u t a I d a of elope lines and not beneath the roadbed ahall be compacted to a relative compaction of 90 %. Backfill material sha11 have s "Sand Equivalent" value of not lose than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. Cnna,jlIdotIan by ponding and jetting will be permitted when, as determined by the inspector, the backfill material is of such character that it will be self - draining when compacted, and the foundation materials will not be softened or be otherwise damaged by the a p p 1 1 a J water and no damage from hydrostatic pressure will result, Pondlnq_ and _1eitinq_of_the_upper_4!_below flniahed_grjde_ Se_not_ permitted. When ponding and jetting Is permitted, material for uea as structural b a c k f 1 1 1 a h a 11 be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain t h a required compaction. 2. Backfill material may consist of @and- cement slurry using 2 sacks of cement per cubic yard of send and water with 2% of calcium chloride as determined and authorized by the Permit Inspector. 3. Where It I neceaaary to tunnel under a x 1 9 t I n g curb and gutter, sidewalk, or underground facilities, the void.ahall be backfilled with 2 sack send- cement slurry. 4. By accepting this permit, the Permittes agrees to pay all laboratory co eta in connection with the neceaaary to eta which a a y be required by the 0 a p a r t m a n of T r a n a p o r t at ion engineer to determine the Band equivalent value of the backf 111 material or the trench backfill compaction. It Is further understood that the frequency of a u c h testa a h a 11 be a minimum of one to eta per maximum of 1500' of c o n t 1 n u 0 u 9 trench at a 1 a Y a t I o n a of not 1 a a a than ovary 2' of backfill depth. Z .a- Department of T r a n a p o r t a t I a n ( C a 1 t r a n a ) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILL) 1 -82 S. Prior to a t a r tang t h a trench b a c k f l l 1, t h a Para ittaa a h a ll nsk t h a n a c a a a a r y a r r a n g a a 9 n t a with a a t a r I a I a t a a t I n g laboratory to conduct t h a a a t a a t a with c a r t I f I c a t I a n from a p r a f a a a 1 0 n a I angInaer (civil). IV Pavement Repairs 1. R a p 4 1 r a to P.C.C. paveaant a h a I I b a a d a within S working days c coop Iation of back fIII and a h a 1 1 be made of Portland Cement Concrete containing a minimum of 7 sacks of camant per cubic yard R a p I a c a a a n t of P.C.C, paveaant aha11 equal a x I a t I n g pavement thIcknaaa. The c c n c r a t a a h a I I be a a t I a f a c t o r I I y cur ad and protected f r a a d I a t u r b a n a a for not la ea than 48 haura. Nigh early ceaant ■ay be required at t h a d I a c r a t I o n of t h a Permit Inapector. 2. C a n c r a t a a I d 9 w a I k a or curba shall be cut to t h a nesr0at acorn marks and replaced equal in dimensions to that removed with scare marks matching existing adjacent sidewalk or curb. ). Repairs to A.C. pavements shall be made within S working days of completion of backfill and shall be made with asphaltic concrete meeting State specifications, with every effort made to match the existing pavement as to color and surface texture. A. Replacement of the roadway structural section (pavement, base, aubbaaa, etc.) a h a I I b equal or hitter in ail r a a p a c t a to Rhe thickness and materials in the beat portions of the existing structursl.secticn. Minimum thicknesses shall be 4" asphaltic concrete on 8" class II aggregate base. V REQUIRED MARKERS E a a a p t as hereinafter provided in paragraph ) of thia aubaactIcn, all underground installations of pipes, cables, and conduits in a highway right of way shall be marked and designated as follower 1. All Now Installations of Underground Crossovers, Except Service Laterals$ A timer or other suitable marker shall be installed and maintained by Parmittes 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 o b a t r u a t I o n and the name or I d a n t I f y I n q a y m b o I of t h a ParaIttaa. Nhara c u r b a axiat, t h a c r o a a a v a r a h a I I b Identified by description and name of owner's stenciled an curb in black letters an white background In a compact and legible manner. /3 -s- Department of IranaportatIan ( C a I t r a n a ) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILL) 1 -8 2 V REQUIRED MARKERS 2 2. A11 New L a g I t u d I n a I In et a I I a t I a n a of Underground Pipaa, Cob lsa or Condultst W h a r a no curbs exist, timber a other suitable a a r k a r a shall be placed adjacant to t h a conduit a a f f e a t to ouch d I a t a n c a :y may b a p a c I f I a d and at I n t a r v a 1 a not in axceee of 1,0D0 f,ot, at each angle point, or where n a c a n c a n t r I a with t h a highway Improvement, at least every 300 feat. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch 11na at 1 c c a t I o n a au itabla to t h a District Director wIt? an o f f a a t distance given. Where curbs exist, t h a information shall be stenciled on the curb near each intersection. 1. M a r k a r a a h a u I d b placed a as not to I n t a r f a r a with vehicle r a c a v a r y araaa. 4. ExcaptIana, In count lea and incorporatad citiaa where t h a Parmlttee has filed a map or maps with the County Surveyor, City Engineer, D I a t r I c t Dlractor of Caltrans showing the ownership and description of the underground facilities mentioned in subsections (1) and (2) above in accordance with ordinances, other regulations or established practice, it will not be necessary to mark or designate said facilities an required above. VI CATHODIC PROTECTION The Peraittoa ■hall p a r f a r a a t r a y current interference taste on underground utilities under cathodic protection. The Peraittoa shall notify Caltrans prior to the t a a t a end perform any necessary corrective measures recommended by Caltrans. VII HIGHWAY STRUCTURES The Parmlttee will pay for any damage to highway structures c a u amd by gas maina or other pipe lines carrying flammablse. This includes, but to not limited to, explosion or fire resulting from such installations regardless of causation. If repairs are not feasible, complete replacement of structure may be necessary. The Persittes will 1ndentlfy 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 a x c a v a t I o n la to be made c I o a a r than 10 feet from the edge of t h a p a v a a a n t except a a a y b a p a c I f I c a 1 1 y oat forth by t h a p9raIt. Iy Department of Transportation (Coltrane) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILL) iX TUNNEt4ING Except in effecting emergency repair@ on utilItIaa no tunnelling will be permitted, except on major installations as may be specifically sat forth by the permit. X UNDERGROUND FACILITIES Shall be in accordance with CaltranIa "Policy on high and low risk underground facilities within highway rights of way." Unless otherwise authorized, pipes and conduits *hall be installed in a manner to provide a minimum clearance of 42 inches between the top of pipe and surface. The attached Form 07 Rev. 4 -01 Is part of this permit. I i �a m i u C t. •• 1J N N J U •V C 0 H H O E O .i L) 7a C4C4 > u m m 7 ttl p. ro U O � H •O > C W N H U U ri > > O ro w C 4 0.' L O O N h. > b O. > a u v r G a N W P 3 W H H O W N L r0 U v .c a w° 0 C 0 o x > N b O L > 3 N L H > ✓ a O ✓ 3 I AJ ul -rs.----I- -- 4C)$ GCCf.J❑ ;J UHCJ 'SD+iv.l;{ +1(y O IV >fk: t'A.+CV o0 UC:C .uoCoHa)v r+.+u mou-mro •c roH> c>oroH» +- +CX+irp N NHO w C M4KNi Gy GC ryH b U S10"'1AnJ-�`NO ;1,..J -i H(/H i�r4tJVLi U)--uJ r- IGON -u++l G^,1 "v':O tCC � >CC10 CS CS-� +- �C >+.ApiG'000r1CL-.+ OCl -rr1 OCHG HOOCH NC HONI J�OOGNV •u00H U EE >CR� •H 1H>H H L - 'ro>HCUJH> H9 >l�'irHOVVA. -iu W HHOGUVO -i .� aJUro 3N6uuuro� J > > D >V) wvuro>H3 I Iwo W= >♦1H >NAIt-I s.040 H C .- 101CUUNN tD NrL oQtl Nu >a-)aC P.10. V> XC<tl+- vuCXC<W -� E »> 0.ro •HO ro E HH>c »EC EH> H RU1ro C>U E •HSUro E •H vc.•m>m •vroHmc •moo � .>oo O >O - UlOH +. Cry H =1_C I-IVOCE201I »ri GOH1/H 7GG1.:.� C +13> +�wal: ]p U cucc HUU aC Fr H »7 3 >Zo E> >+)> E CHN •H EEUO rl >N E> o »cnE >EE ccn aeHO >Er'im� CEo >u)H �i 2. > tC>HIC»HCOHHHH H>C mx7C »Cro RUOUE•w�CxwE+n •o HO Cwu »HC4 H a.. HO o U o w c cK = G L J E � r > U G H AnoCE nnv >x c �_-'CU>U `acuc,:rou C H HG CONt1'1ri00 Q1GW� ..-I ENHC Q>M > 7. »r VV O •N H o L G aH ,�iCHO o I.rH O -ia4iN >HC HC ou CY cro><� MOH O tCO H O'.aG H »QIO 1' C H �O •HCa -+E wm •HV H>H U>NUGWrJ C CH^i�H�p -i>v- W rocOHE'.>ca- N m C H E N ti 1 W L H G W7 -� +_. > __ E - ro > w I > 'H H N tl G ro a C > 0. co c c C CL G N H .-r 'H > H JJH •O O .H H > O I rr nuul O E - N t CO > O Ql__ V OD �- z .9 > R LH H C1 O EN 7 tJ G 111W�; ON C ✓ C C vro u o c W O WY lJ N E o0 o E n a, v - C 'n - • C7 v H N o a N z 7HtJ uCv q > G O > U1 •r1 Lr) cro r i x O C H H rr U ro E Cl+'1 f I v 'O H N Q E u G > u) 0.a > G al cc I ' U H u � ' CL ( O 'H 1 I v CG) p] c Eu> =H= CID U ~ H3 f 4 1 H W t0 N U >N I O I 4 W H cn ro 1 fl. U I u a •`i > H ro L-7 > > OD 1 I > 9 > L N C QH I I C E 0 m.ci Z c~n u fH, OH CK ¢ > ro cN ,� we> u> rj tX n F n O 1 1 o I I Y rQ I I v E a.. HO o U o w c cK = G L J E � r > U G H AnoCE nnv >x c �_-'CU>U `acuc,:rou C H HG CONt1'1ri00 Q1GW� ..-I ENHC Q>M > 7. »r VV O •N H o L G aH ,�iCHO o I.rH O -ia4iN >HC HC ou CY cro><� MOH O tCO H O'.aG H »QIO 1' C H �O •HCa -+E wm •HV H>H U>NUGWrJ C CH^i�H�p -i>v- W rocOHE'.>ca- N m C H E N ti 1 W L H G W7 -� +_. > __ E - r > w I > 'H H N tl G ro a H > 0. co c c C CL G N H .-r 'H > H JJH •O O w H > O I rr nuul O E - N CO > O Ql__ V OD �- z .9 > R LH H C1 O EN u U G 111W�; ON ro vro u a.. HO o U o w c cK = G L J E � r > U G H AnoCE nnv >x c �_-'CU>U `acuc,:rou C H HG CONt1'1ri00 Q1GW� ..-I ENHC Q>M > 7. »r VV O •N H o L G aH ,�iCHO o I.rH O -ia4iN >HC HC ou CY cro><� MOH O tCO H O'.aG H »QIO 1' C H �O •HCa -+E wm •HV H>H U>NUGWrJ C CH^i�H�p -i>v- W rocOHE'.>ca- N m C H E N ti is H z a O H H C7 z O El 7n 1 W H F,• W7 -� +_. may. __ H I N U H t i .-r H w I rr a O U ^ - z .9 III O EN u U G 111W�; ON ro vro u o c W O WY lJ N ca rti0 c o , u n a, v ^ GH oZl 1 • C7 v H J /r iri G z 7HtJ uCv q > G O CO U1 •r1 cro r C x > H aJ v\ rr ¢ E ¢ v 'O H N Q E u u 0.a ¢ X U H u � ' F W N CG) p] c Eu> =H= CID U H3 rN - 4 (0 Ho DU vo " o W cn z ro x H H 2 u U OD x O U O •H C U E C c~n u fH, W CK E > ro cN ,� we> u> rj >.H u C4 H u > H q cz C c0 q 14=1 a N Y1 C 'rl >H cOGU o a E > >P > . n ror o > b U O U f0 . > C LK 3 O >H RI 0 \ N >H (1. g6 ��J V(6i: WHCC H is H z a O H H C7 z O El 7n 1 W 11 F,• W7 -� +_. may. __ I4 I > G U it ZI t i H I rr a u 0 cC U N ^ - z .9 III U EN f G 111W�; I�!t1 M vro u o c ro O WY v N ca rti0 c o , u n H c ^ GH oZl 1 W C7 •00 ..J ... J /r iri O z 7HtJ uCv H G C cro r C x > H aJ v\ rr 'O C U d. >HO �ONv o c ro o u � ' CG) p] c Eu> =H= CID U H3 rN can EN r (0 Ho DU vo " O W _ CIO v'H N „R: WEN Eu) H N T oc -H coc ror G E HH ,� c c roov a» H00 aH `.U>H H > ro cN ,� we> u> rj z E u 4 r+a.i C v (=v NCC) .X > _:a -:R cz 14=1 a N Y1 >O 'rl >H cOGU > C: a 4 > >P > . u» POca ror o > U O U f0 . cu LK 3 E> >H HCJH >u> a) H> >H> \ c1 >H H > g6 ��J V(6i: WHCC is H z a O H H C7 z O El 7n 1 W 11 F,• W7 -� +_. may. __ I U U RP0 • 4 UwC > Q a u 0 cC U N ^ - ¢ G U EN f U >O c 0.. H> HU vro u o c ro > WY ca rti0 c o , u •HU f H riG ro H GH oZl 1 W C7 •00 ..J ... J /r iri z 7HtJ uCv cro r OUC rr Q;= - is H z a O H H C7 z O El 7n r- a>c3;¢7 W W I U I r , F F-I I li W x, G W H U ;y f� I t0 > H I K CL a I n O z E H O W I > > O ca U H H❑ c 4 0 ro > H > >L roP h. > W H H C4 U H 0 O 0 W roL ov + N u H C.ro > N H O _ZT 7 U C1N c .c HL L � JJ GU 'C > O N Ctr H > H AL O 0 H O O7 > C CJO •H W HO wo >u mi Department of Transportation (Caltrans) STANDARD PROVISION SHEET M (Fence Sheet) 4/81 It is a condition of this permit that at locations where the existing freeway fence is to be removed for construction purposes a temporary barrier type fence shall be erected between the traveled wiy of the freeway and the construction area to prevent pedestrians and animals from entering the freeway area. The type of material used for the temporary fence shall be approved by the permit Inspector. The permittee shall place and maintain the fences. The fence shall be connected to the ends of the temporary opening in the existing fence so that the entire fencing, both permanent and temporary, is continuous. The minimum height of the temporary fence shall be the same as the existing fence. All of the Permittee's activities shall be confined to the area enclosed by this temporary fence and at-no time shall equipment or workmen en- croach on the freeway side of the fence. No ingress or egress shall be allowed from the freeway. Upon completion of work, the fence shall be replaced to its original location. Freeway R/W Fence to be Temporarily remove enter or exit work area from here " "WORK AREA T"? Temporary Fence No equipment or persons allowed in this area "FREEWAY" No access or parking 17 Z/ .| | � �6 >�� � ��• � E- , %)7!!�$|!• \| \ � \ ° 15^ • I �! } || �. ■ � § - �� � • / §• ail ` ] # I n s. §i { ■ ./ . - (m ! G V2 '§ §t{} ~ - f , ! !�! 22 w z |5 Z/ .| �6 >�� � ��• � E- , %)7!!�$|!• Z/ .| DEPARTMENT OF TRANSPORTATION c envl ;a,xe SPECIAL my mw m' «z, u az e, • ay. ,az This Special Provision sheet w'• its attachments are to be used ..Mina= specif we e_ fore,!_ closures we ate,_ right away on conventional highways and freeways. .) � ;& \ A- ■!!!! ,!!§ (n ■ �'`��" ��� � | q § Cr w � � s , .• : & : (1 ' • �] § § §|2` § \ if I | ■\v m (� \ /\ \ \ § § \§§ pp Bt§ His 11 P,4Gf 2 6 O F t It }Fa r t' Ri L � r• a 15 , j? it �6 I I �T ZG I I I I as - I i f.j GlR ejlli�._, •�z II F9RRJP W a 0 N u. �s E 1 T = •2 2C ¢ y! I �I, SOU ` V it I j yey i .l. i aE9 c a'a RR x�a E g a o i e¢ T f jR MPO a- E;<sbs- BLL `za9 n a N ,P a . a.��` v� �isgby�•a �GaR �ec "V �a= x f ali ..i 1 6 O F t It }Fa r t' Ri L � r• a 15 , j? it �6 I I �T ZG I I I I as - I i f.j GlR ejlli�._, •�z II F9RRJP W a 0 N u. �s E 1 T = •2 2C ¢ y! I �I, SOU ` V it I j yey i .l. i aE9 c a'a RR x�a E g a o i e¢ T f jR MPO a- E;<sbs- BLL `za9 n a N ,P a . a.��` v� �isgby�•a �GaR �ec "V �a= x j . PAGE 3 i i I 1 F i� pI - !t p _J � 11 Yr yJ Y 3 =FE`III nP_td !Ull ppt�j��o�&Q T asi� i`i#et Ml lk l ! 6 g `g q 7ea!la 31 PB Y ' i tom. � ie�Yiii c6 21 ZJZ O 4p Y o N d) 1 d R! �1 si =FE`III nP_td !Ull ppt�j��o�&Q T asi� i`i#et Ml lk l ! 6 g `g q 7ea!la 31 PB Y ' i tom. � ie�Yiii c6 21 PAGE 4 0 YI' ; ✓. ®� I Q S O W 2 J V {, F w t 3 a ; z W IC Eli ,a d lit t! g a 2 4 I I I � I I { S I$ o I } { a N LLJ ° I y W' O �I j • • 0 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BAYSHORES SCREEN WALL - CONTRACT NO. 2574 RECOMMENDATION: gtober 24, 1988 CITY COUNCIL AGENDA ITEM NO. F -3(b) OCT 2 4 1988 __-APP1f4 -WO - -- Award Contract No. 2574 to Devcon Enterprises, Inc. for the total price of $307,337.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on October 13, 1988, the City Clerk opened and read the following bids for the project: Bidder Total Price Low Devcon Enterprises, Inc. $307,337.00 2 Neff Contracting Corporation 320,000.00 The low bid is 2% higher than the Engineer's construction estimate of $300,000.00. Devcon Enterprises, Inc., the low bidder, has not performed previous contract work for the City. However, a check with their experience references, and the State Contractor's License Board has indicated that Devcon Enterprises, Inc. has successfully completed wall projects for other Southern California agencies and has sustained no actions detrimental to their State Contractor's licenses. The second bidder, Neff Contracting Corporation, has filed a letter of protest with the Public Works Department against consideration of Devcon Enterprises, Inc. as low bidder for the following reasons: 1) They maintain that Devcon Enterprises does not hold the proper licenses to do the work involved with the contract; 2) they question Devcon Enterprises, Inc. abilities to perform contract work amounting to at least 50% of the total contract price as required by Section 2.32 of the Standard Specifications for Public Works construction. After consulting with the State Contractor's License Board and Devcon Enterprises, Inc., City staff is satisfied that the low bidder, Devcon Enterprises, Inc., does hold the proper licenses and can successfully fulfill the above mentioned subcontracting requirements. .11V I • Subject: Bayshores CreEen Wall (C -2574) • October 24, 1988 Page 2 The cooperative project with the Bayshores Community Association will provide for approximately 1500 feet of 8 foot high masonry block wall and entrance improvements along Coast Highway adjacent to the Bayshores Community. The Bayshores Community Association in accordance with the agreement dated September 15, 1988, has deposited funds in the amount of $245,000 with the City's Finance Department. Those funds together with $100,000 of City funds are available in the Bayshores Screen Wall Account No. 02- 3397 -376. Plans and Specifications the Bayshores Community Association February 1, 1989. • Benjamin B. Nolan Public Works Director SB:so • were prepared by Pacific Building Concepts for . The estimated date of completion is r 3 h PJ90P05£D ENTRANCE 4i� ZMPRaVEMENTS r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAK5RORES SCREEN WALL G - ZS7Y PROPOSED 6 ATE PROPOSED SCREEN WALL O G s I� DRAWN- APPROVED IL S P DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. E.X,91B/7' �4' I%-�m Autnonzed to Pubush Advervsemenls of all k0mcluding public notices by Decree of the Superior Court of Orange County. California. Number A -6214, dated 29 September. 1961, and A- 24831. dated 11 June. 1963 STATE OF CALIFORNIA County of Orange p pw wonu ♦p.�n,rp cm. sa or iwr �Ta�m n f�l .n > pan, .vn 10 W. cpwmn aq,n I am a Citizen of the United States and a resident of the County aforesaid, I am over the age of eighteen years. and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS. a newspaper of generat circulation, printed and published in the City of Costa Mesa, County of Orange. State of California, and that a Notice of Inviting Bids of which copy attached hereto Is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for two (2 ) consecutive weeks to wit the issue(s) of September 15 8 , 198— September 22 198 8 198— 198— 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 23 8 ,198_ at Co Mesa, Calif or a. Signature PROOF OF PUBLICATION 0 PUBLIC NOTICE NOTICE INVITING BIDS Settled bids may be re- ceived at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 1768. (Newport Beach. CA 92658 -8915 until 11:00 a.m. on the 13th day of October, :1988, at which time such bldg shall be opened and read for Title of Project: BAYSHORES SCREEN WALL Contract No.: 2574 Engineer's Estimate: $345,000 Approved by the City Council this 15th day of Oc- tober, 1968. 1 WANDA E. RAGGIO, City Clerk Prospective bidders may obtain one set of bid dopu- menu at no cost at the office of the Public Works Depart- ment, 3300 Newport I Boulevard, P. O. Box 1768, ,Newport Beach, CA j92658 -8915. For further Information, call Steve Badum, Project Manager at 644 -3311. Published Orange Coast Deily Pilot September 15, 22, 1988 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR f . _ FROM: CITY CLERK DATE: September 19, 1988 SUBJECT: Contract No. C -2574 Description of Contract Agreement for Sound Wall and Entrance Improvements Adjacent to Bayshores Community Effective date of Contract September 15, 1988 Authorized by Minute Action, approved on September 12, 1988 Contract with Bayshores Community Association Address c/o Villageway Mgmt. Co. P.O. Box 4708 Irvine, CA 92716 Amount of Contract (See Agreement) ,�6" ee ' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach r i� i • C • 0 TO: CITY COUNCIL FROM: Public Works Department 0 September 12, 1988 SUBJECT: BAYSHORES COMMUNITY SOUNDWALL (C -2574) RECOMMENDATIONS: CITY COUNCIL AGENDA ITEM NO. F -13 BY THE CITY COUNCIL CITY OF NEWPORT BEACI S E P 121988 APPROVER 1. Authorize the Mayor and City Clerk to execute a cooperative agreement with Bayshores Community Association. 2. Approve a budget amendment (022) for additional funds in the amount of $270,000.00. 3. Approve the plans and specifications. 4. Authorize the -i y =£3- fsuerLise #o:.,,bids- ia..be. �{teaed at: =. -. DISCUSSION: On July 25, 1988, the City Council approved Bayshores Community Association's request for increased City financial participation and directed City staff to implement the project to construct a soundwall adjacent to Coast Highway along the length of their community, approximately 1500 feet. A cooperative agreement with Bayshores Community Association which will provide for funding, construction and maintenance of the soundwall has been prepared. In summary, the agreement provides for the following distribution of responsibility: Bayshores Responsibilities: 1. Provide plans. 2. Provide right of entry for construction. 3. Provide total cost of project less City contribution of $100,000 ($245,000 estimated cost). 4. At the time the City advertises project for bid, deposit funds in the amount of $245,000 with the City. 5. Assume maintenance of wall and entrance improvement when construction is completed. 6. Assume responsibility for landscape irrigation on both sides of wall and landscape on Bayshore side of wall. 7. Not remove any portion of the wall without written permission from the City. ( �O Subject: Bayshores Community Soundwall (C -2574) • September 12, 1988 Page 2 • City Responsibilities: 1. Review and approve plans, and prepare contract documents necessary for construction contract. 2. Administer construction contract. 3. Obtain all permits. 4. Provide City's portion of funding for wall improvements, not to exceed $100,000. 5. Provide and maintain landscaping on the Coast Highway side of the wall. In order to implement the project, a budget amendment in the amount of $270,000 will be needed. Cost estimate for the work is $345,000 for construction of the soundwall, including $37,000 for construction of improvements to the main entrance at Bayshores Drive. The current Capital Project Budget Account No. 02 -3397 -376 contains funds in the amount of $75,000 to construct this project. The City was to contribute 50% or $37,500, and Bayshores Community Association was to contribute the remaining $37,500 and any costs incurred above the original estimated cost of $75,000. Per the terms of the cooperative agreement for this project, Bayshores will provide an additional $207,500 and the City will provide an additional $62,500. This would bring the • City's contribution to a fixed amount of $100,000 and Bayshores Community Association's contribution to $245,000, plus any costs incurred above the $345,000 project cost estimate. If the actual construction costs are lower than estimated, the Bayshores Community Association would realize the cost savings. The plans for this project were prepared by Pacific Building Concepts for the Bayshores Community Association. The specifications were prepared by the Public Works Department. Copies of the plans, specifications and cooperative agreement are available for review at the Public Works Department. Permits from the California Coastal Commission and CalTrans have been obtained for this project. If acceptable bids are received a contract can be awarded on October 24,771988 with anticipated completion by February 1, 1989. IT'� , t ) Ben'amin B. Nolan J Public Works Director SGB:dw • i AGREEMENT SOUND WALL AND ENTRANCE IMPROVEMENTS ADJACENT TO BAYSHORES COMMUNITY THIS AGREEMENT, is made and entered into this ��oay of _, 1988, between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and BAYSHORES COMMUNITY ASSOCIATION, a California Corporation, hereinafter referred to as "BAYSHORES "; W I T N E S S E T H: WHEREAS, in August 1984 BAYSHORES requested CITY to construct a sound wall adjacent to Coast Highway along the length of their community; and WHEREAS, CITY adopted the Capital Improvement Budget for 1985 -86, which included $75,000 ($37,500 CITY and $37,500 BAYSHORES) to construct the sound wall; and WHEREAS, BAYSHORES has prepared plans for the sound wall and entrance modifications with an estimated cost of $345,000 which exceeds the original estimated cost; and WHEREAS, BAYSHORES has requested the CITY to construct the sound wall and entrance improvements with $100,000 from CITY and $245,000 from BAYSHORES; and WHEREAS, CITY has approved that request and has directed staff to implement the project; and WHEREAS, both CITY and BAYSHORES desire to set forth responsibilities for maintenance and construction of the improvements; NOW, THEREFORE, be it resolved that for and in consideration of mutual promises and agreements contained herein, the parties do agree as follows: 1. BAYSHORES SHALL: a. Provide plans for the wall and entrance improvements prepared by a properly licensed engineer. 1 of 4 i b. Be responsible for the total cost for construction of the sound wall and entrance improvements; including construction engineering, inspection, and administration, less $100,000 contribution from the CITY. The total estimated cost for the improvements is $345,000 as detailed in Exhibit "A" attached. BAYSHORES' estimated share of the cost is $245,000. c. By executing this agreement, grant CITY temporary right -of -entry to construct the wall and entrance improvements on BAYSHORES' property. Work on the wall will be restricted to the 20 foot wide utility easement which is parallel to and adjacent to Coast Highway. Work on the rear entrance gate will be restricted to a 30 foot wide area parallel to the Coast Highway at the gate to allow for ramp paving. Work on the main entrance will be restricted to a 20 foot wide area along the existing curb on the west side of the main entrance. d. Assume maintenance responsibility for wall and entrance improvements when construction has been completed. e. Assume responsibility for replacement and maintenance of landscape irrigation on both sides of wall, and landscape on the Bayshores side of wall after the wall improvement project is completed. f. Not remove any portions of sound wall without written permission of CITY. 2. CITY SHALL: improvements. a. Administer construction of the wall and entrance improvements. b. Review and approve Plans for the wall and for the entrance c. Prepare specifications and contract documents necessary to advertise for bids, and award a construction contract to construct the wall and the entrance improvements. d. Obtain all the permits necessary to construct the wall and the entrance improvements. e. Provide CITY's portion of funding for the wall improvements, not to exceed $100,000. f. Provide and maintain landscaping on the roadway side of the wall after irrigation system is constructed by BAYSHORES. 3. It is mutually understood and agreed that: a. BAYSHORES' deposit to CITY, in the amount of $245,000, shall be made at the time the CITY advertises for bids to construct the improvements. 2 of 4 b. When bids have been received, CITY will provide BAYSHORES with 1 a summary of the bid results. c. If the low bid is acceptable to the CITY and the actual bid price does not exceed the estimated cost, the CITY will award the contract. d. If the low bid exceeds the available funds for the project, all bids will be rejected unless, within 30 days of notice of bid results, BAYSHORES can reduce the scope of work to the satisfaction of the CITY and /or provide additional funds necessary to allow award of the contract. e. Change orders significantly increasing the cost of the work and /or materially revising the scope of work will require written approval from BAYSHORES. However, in case of emergency, verbal approval by the authorized representative of BAYSHORES shall be provided with written approval to follow. f. CITY will provide a final accounting report when the contract for the wall and the entrance improvements is completed. If the final actual cost is less than the estimate, BAYSHORES will receive the difference. If the final actual cost is greater than BAYSHORES' deposit plus CITY's $100,000 contribution, BAYSHORES will make final payment of difference to CITY within 30 days of billing. g. Neither BAYSHORES, nor any officer or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority, or jurisdiction delegated to CITY under this Agreement. h. CITY shall, fully indemnify, defend, and hold BAYSHORES harmless from any liability imposed for injury occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority, or jurisdiction delegated to CITY under this Agreement. i. Neither CITY, nor any official or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by BAYSHORES under or in connection with any work, authority, or jurisdiction delegated to BAYSHORES under this Agreement. j. BAYSHORES shall, fully indemnify, defend, and hold CITY harmless from any liability imposed for injury occurring by reason of anything done or omitted to be done by BAYSHORES under or in connection with any work, authority or jurisdiction delegated to BAYSHORES under this Agreement. 3 o 4 M 0 k. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all prelimi- nary negotiations and agreements of whatsoever kind or nature are merged herein No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and BAYSHORES. 1. Where any legal action is necessary to enforce any provision hereof for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable costs of litigation. g. All notices which may be given hereunder shall be in writing and, if given to CITY, may be given personally to the Mayor, City Manager or City Clerk of CITY, or may be mailed by first class mail with postage prepaid to 3300 West Newport Boulevard, Newport Beach, CA 92663 -3884, and, if given to BAYSHORES, may be given personally to an officer of BAYSHORES or may be mailed by first class mail with postage prepaid to Bayshores Community Association, c/o Villageway Mgmt. Co., P.O. Box 4708, Irvine, CA 92716. Either party may give written notice to the other of a different address to which notice by mail should be sent. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates set forth opposite their respective signatures. DATED:�If / /t�L�Z / :J DATED: /APPROVED AS TO FOR M Carol Korade, AssistaTrt City Attorney 4 o 4 BAYSHORES COMMUNITY ASSOCIATION /President By. Secretary (V 11 natal Mananamn —'` 7� 7"' Cl T' Ju ATTI