Loading...
HomeMy WebLinkAboutC-2584 - Amethyst Avenue Storm Drain & Opal Avenue Storm DrainCITY OF NEWPORT BEACH OFFICE OF THE CITY C ERK P.O. BOX 1768, NEWPORT BEACH; CA 92658 -8915 May 3, 1988 (714) 644 -3005 Wilson Equipment Rentals, Inc. 11056 So. Benson Ave. Ontario, CA 91762 Subject: Surety: Balboa Insurance Company Bonds No.: NAA 004189 Contract No.: C -2584 Project: Amethyst Avenue Storm Drain and Opal Avenue Storm Drain The City Council of Newport Beach on April 11, 1988 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 April 14, 1988, Reference No. 88- 170396. Sincerely, 7 Irene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach �ECORDING QVESTEDBy eND PLEASE RETURN TO: City 'Clerk�e 88- �� ?'L 6 �xEMPr rcoROU+c REQUEST PERK I T039 City of Newport s ach GOVERNMFNTCODE 6103 3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICF, OF COMPLETION EXEMPT NO CONSIDEMPON C10 PUBLIC WORKS 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 11, 1988 the Public Works project consisting of Amethyst Avenue Storm Drain and opal Avenue.-- Storm Drain (C -2584) on which Wilson's Equipment Rentals, Inc., 11056 So. Benson Ave., Ontario, CA 91762 was the contractor, and Balboa Insurance Company, 3349 Michelson Dr., Irvine, CA 92715 was the surety, was completed. "APR 2 9' 1988 VERIFICATION �'r,—the undersigned, say: CITY OF NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on I April 12, 1988 at Newport Beach, California. J!4oCssY. - zd x Public' Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 11, 1988 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 April 12, 1988 at Newport Beach, California. Ih - i► City Clerk RECORDED IN OFNCIAL RECORDS OF ORANGE COUNTY CALIFORNIA -115 PM APR 14'88 G �3�•0, c.�i RECOR ECOA DEfl April 11, 1988 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM NO. F -13 • APR 111988 TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: ACCEPTANCE OF AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been recorded in accordance with applicable sec- tions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. • The bid price was $356,870.00 Amount of unit price items constructed 379,830.50 Amount of change orders None Total contract cost $379,830.50 Funds were budgeted in the General Fund, Account No. 02- 3497 -429. The increase in the amount of the unit price items constructed was due to an error in the original estimate for the quantity of sidewalk to be constructed and the need for a greater area of pavement replacement to correct existing drainage problems. The contractor is Wilson's Equipment Rentals, Inc. of Ontario, California. The contract date of completion was January 21, 1988, however the contractor was delayed until March 24 due to slow delivery of the tidal gates and electric operators, both of which are essentially "sole source" items. Benjamin B. Nolan Public Works Director BBN:pd CITY0OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: September 4, 1987 SUBJECT: Contract No. C -2584 911 -17 Description of Contract Amethyst Avenue Storm Drain and Opal Avenue Storm Drain Effective date of Contract September 4, 1987 Authorized by Minute Action, approved on August 24, 1987 Contract with Wilson's Equipment Rentals, Inc. Address 11056 So. Benson Ave. Ontario, CA 91762 Amount of Contract $356,870,00 t�-q ' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY CLERK NOTICE INVITING BIDS 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 the 12th day of August _, 1987, at which time such bids sh'aTT be opened and read for AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN Tit e o roject V 2584 Contract No. $345,000 Engineer's stimate • Approved by the City Council this 13th day of July 1987. an a E. Raggio oror 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 Lloyd R. Dalton at 644 -3311. Project Manager . August 5, 1987 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN CONTRACT NO. 2584 Bidders shall propose to complete Contract No. 2584 in accordance with the Proposal as modified by this ADDENDUM: PLAN D- 5176 -S (Opal Avenue Storm Drain Improvements) 1. All sheets: Change CONSTRUCTION NOTE 10 to read "Remove existing 6" PCC paving and reconstruct per CNB STD. 105 -L." 2. Sheet 2 of 4: 7' dimension near Station 2 +10 shall be measured from the existing curb face. 3. Sheet 2 of 4: Existing 8" ACP shown through the proposed catch basin at Station 4 +98.77 will be relocated by City forces, if necessary. 4. Sheet 2 of 4: Proposed concrete anchors (detailed on Sheet 4 of 4) for 24" x 86 LF ACP outlet may be precast. PLAN D- 5177 -S (Amethyst Avenue Storm Drain Improvements) 1. All sheets: Change CONSTRUCTION NOTE 11 to read "Remove existing 6" PCC paving and reconstruct per CNB STD. 105 -L." 2. Sheet 3 of 5 12" CIP water shown in PROFILE LAT "A3" shall be relo- cated by Contractor. 3. Sheet 3 of 5: Existing 12" ACP shown through the proposed catch basin in plan near LAT "A3" shall be relocated behind or below the proposed catch basin by Contractor. 4. Sheet 4 of 5: Proposed PVC or ACP between Stations 6 +60.00 and 7 +76.27 shall be 21" diameter. 5. Sheet 2 of 5: Proposed concete anchors (detailed on Sheet 5 of 5) for 24" x 70 LF ACP outlet may be precast. Please sign and date this ADDENDUM, and attach it to your bid Proposal. No bid will be c nsiderjed unless this ADDENDUM is attached. Dalton ject Engineer Signature Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Ui11011A AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN CONTRACT NO. 2584 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. 2584 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 Mobilization @ Thirty Two Thousand Dollars and No Cents 2. Lump Sum Traffic control @ One Thousand Five Hundred Dollars and No Cents 3. Lump Sum Relocate and bypass water mains @ Fourteen Thousand Five Hundred Dollars and No Cents Per Lump Sum 4. 4 Modify existing catch basin Each @ One Thousand Five Hundred Dollars and No Cents Per Each $ 32,000.00 $ 1,500.00 14,500.00 $ 1,500.00 $ 6,000.00 0 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 12 Construct catch basin Type OL -A Each L = 3.5' @ Three Thousand Two Hundred Dollars and No Cents $ 3,200.00 $ 38,400.00 Ter Each 6. 2 Construct modified catch basin Each and slide gate vault with cover @ Three Thousand Eight Hundred Dollars and No Cents $ 3,800.00 $ 7,600.00 Per Each 7. 2 Furnish and install 24" slide gate, Each actuator, conduit, meter panel, and control station @ Sixteen Thousand Five Hundred Dollars and No Cents $ 16,500.00 $ 33.000.00 Per Each 8. 10 Construct area drain Each @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 1,500.00 Per Each 9. 880 Construct 15" PVC /ACP Lineal Feet @ Fifty Dollars and No Cents $ 50.00 $ 44.000.00 Per Lineal Foot 10. 570 Construct 18" PVC /ACP Each @ Forty Nine Dollars and No Cents $ 49.00 $ 27.930.00 11. 200 Construct 21" PVC /ACP Lineal Feet @ Fifty -Four Dollars and No Cents $ 54.00 $10.800.00 Per Lineal Foot • • PR 1.3 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 12. 620 Construct 24" PVC /ACP Lineal Feet @ Fifty Nine Dollars and No Cents $ 59.00 $ 36,580.00 Per Lineal Foot 13. 150 Construct 24" ACP (3750 -D) Lineal Feet @ Sixty Dollars and No Cents $ 60.00 $ 9,000.00 Per Lineal Foot 14. 7 Construct reinforced concrete pipe Each anchor @ One Thousand Five Hundred Dollars and No Cents $ 1,500.00 $10,500.00 Per Each 15. 7 Construct shallow manhole Each @ Two Thousand Five Hundred Fifty Dollars and No Cents $ 2,550.00 $17,850.00 Per Each 16. 580 Construct 6" curb "Type B" Lineal Feet @ Nineteen Dollars and Fifty Cents $ 19.50 $11,310.00 Per Lineal Foot 17. 10,800 Construct 6" PCC pavement Square Feet @ Three Dollars and Forty Cents $ 3.40 $36,720.00 Per Square Foot 18. 130 Construct 4" bomanite sidewalk Square Feet @ Sixteen Dollars and No Cents $ 16.00 $ 2,080.00 Per Square Foot 0 0 PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 4,800 Construct 4" PCC sidewalk Square Feet @ Three Dollars and Twenty -Five Cents $ 3.25 $ 15,600.00 Pe r Square Foot TOTAL PRICE WRITTEN IN WORDS Three Hundred Fifty -Six Thousand fight Hundred Seventy Dollars and No Cents August 12, 1987 Date L7 L4 983 -2859 Bidder's a ephone Number 436733 A Contractor's License No. K Classification - $ 356,870.00 WILS' S EQUIPMENT RENTALS, INC. Bidder S /Linda M. Wilson President Authorized Signature 1t I e 11056 So. Benson Ave., Ontario, CA 91762 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 SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For part- nerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 436733A Contr's Lic. No. & Classification August 12, 1987 Date WILSON'S EQUIPMENT RENTALS, INC. Bidder S /Linda M. Wilson, President Authorized Signature /Title Page 2 • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Subcontract Work Subcontractor Address I. Electrical Gilbert & Stearns Santa Ana 2. Minor Structures Carney Construction Baldwin Park 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. WILSON'S EQUIPMENT RENTALS, INC. Bidder S /Linda M. Wilson, President Authorized Signature /Title • FOR ORIGINAL SEE CI_LY CLERK'S FILE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, WILSON'S EQUIPMENT RENTALS, INC. , as bidder, and BALBOA INSURANCE COMPANY and firmly bound unto the City of Newport TEN PER CENT OF AMOUNT BID --- - - - - -- lawful money of the United States for the be made, we bind ourselves, jointly and si THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, Calfornia, in the sum of ------- - - - - -- Dollars ($ 10% ), payment of which sum well and truly to >verally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of AMETHYST AVE. AND OPAL AVE. STORM DRAIN C -2584 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 10th day of August , 1987 . (Attach acknowledgement of Attorney -in -Fact) B. J. Thiel Notary Public Commission Expires: Nov. 30. 1 WILSON'S EQUIPMENT RENTALS, INC. Bidder S /Linda M. Wilson, President Authorized Signature /Title BALBOA INSURANCE COMPANY Surety By S /R. L. Thiel Title Attorney -in -Fact • • NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 11th day of August 1987 . My commission expires: December 25, 1989 WILSON'S EQUIPMENT RENTALS, INC. Bidder S/ Linda M, Wilson, President Authorized Signature /Title S/ Theresa Jean Wilson Notary Public Page 5 0 • 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. PLEASE SEE ATTACHED WILSON'S EQUIPMENT RENTALS, INC. Bidder S/ Linda M. Wilson, President �t orized Signature /Title Ll NOTICE • Page 7 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 ley Ratin Guide: Pro ert - Casualty. Coverages shall be prove ed or a 1 TYPES OF IN URANCE 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 adopte or use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. EXECUTED IN TRIPLICATE • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That B NO. NAA 004189 Page 8 p IUM: INCLUDE -:IN PERFORMANCE BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 12, 1987 has awarded to WILSON'S EQUIPMENT RENTALS, INC. hereinafter designated as the "Principal ", a contract for AMEYTHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) 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 WILSON'S EQUIPMENT RENTALS, INC. u as Principal, and BALBOA INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED FIFTY SIX THOUSAND EIGHT HUNDRED SEVFNfY — — Dollars ($ 15e,B7n.nn ). 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 f 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 :, • 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 27TH day of AUGUST , 19 87 WILSON'S EQUIPMENT RENTALS, INC. (Seal) Name of Contractor Principal Authorized BALBOA INSURANCE COMPANY (Seal) Name of Surety 3349 MICHELSON DR., IRVINE, CA 92715 Address of Surety atio�' Signature and Title of Authorized gent , BARBARA THIEL, ATTORNEY —IN —FACT 1850 E. 17TH ST. #206, SANTA ANA, CA 92701 dress of Agent (714) 834 -9339 Telephone No, of Agent \ % § \ \ m � {j § 2 \ I � \ \\ {! {7 \ \ {) ` \ \\ \)� � ®} } *} \+) E/ ( \� eon � ~] / fa | |( \f; } §/ ((} 2 §Q � \ \(} \ \( } Q / 9 \ \ « o � . \ j \ | VALBOA INSURANCE COWAN)& MICHELSON DRIVE. IRVINE. CALIFORNIA 92715- GENERAL POWER OF ATTORNEY KnowXl Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Irvine, Orange County, California, does by these presents make, constitute and appoint R L Thiel Barbara 'Thiel _ Of Santa Ana and State of California its true and lawful Atiomey(s) -in -Fact. with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Belt Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint anyone or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attomey -in -Fact may be given full power and authority for and in the name of and on behalf of the Company. to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory under- takings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "In Witness Whereof, Balboa Insurance Company has caused these presents to be signed by its Vice President _ and its corporate seal to be hereto affixed this 6th day of b19V , A.D.. 19 86 \\\5w• °�� BALBOA INSURANCE COMPANY �O 0� By - - - -- K. R. Huckabay State of California � � ss.: Fek 6. IM County of Orange at On this?th day of �iliNM� May , in the year 86 before me K. A. Gallaway , a notary public, personally appeared K. R, HuckabaV , personally known to me to be the person who executed the within instrument as Vice President , on behalf of the corporation therein named and acknowledged to me that the corporation executed it. OFFICIAL SEAJ K A GALLAWAY NOTARY PUBLIC • CALIFO K. A. Ga a Notary Public ORANGE C"Ty y My eomin. aphis VAR 2 I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorn ey is still in force and effect. And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 241h of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, thatthe signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, at Irvine, California, this AIJUST , l9 s . 27TH � I L203RI86 Secretary day of EXECUTED IN TRIPLICATE 0 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That BOND. NAA 004189 Page 10 PREMIUM: $6353.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 12, 1987 has awarded to WILSON'S EQUIPMENT RENTALS, INC. hereinafter designated as the "Principal ", a contract for AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, WILSON'S EQUIPMENT RENTALS, INC. as Principal, and BALBOA INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED FIFTY SIX THOUSAND EIGHT HUNDRED SEVENTY - Dollars ($ 356,870.00 )9 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 Faithful Performance Bond (Continued) • Page 11 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 27TH day of AUGUST , 19-21— WILSON'S EQUIPMENT RENTALS INC. (Seal) Name of Contractor (Principal) Authorized Signature a`nd Title BALBOA INSURANCE COMPANY (Seal) Name of Surety 3349 MICHELSON DR., IRVINE. CA 92715 Address of Surety Signature and Title of Authorized -Agent BARBARA THIEL, ATTORNEY -IN -FACT 1850 E. 17TH ST. #206. SANTA ANA. CA 92701 Address of Agent (714) 834 -9339 Telephone No. of Agent •BALBOA INSURANCE COMPANAh 49 MICHELSON DRIVE. IRVINE. CALIFORNIA 92715- GENERAL POWER OF ATTORNEY KnowAll Men by There Presenls, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Irvine, Orange County, California, does by these presents make, constitute and appoint R L Thiel Barbara Thiel Of Santa Arta and Stale of California its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver 111 111 / :• I/_ and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in- Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Belt Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attomey -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory under- takings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "In Witness {thereof. Balboa Insurance Company has caused these presents to be signed by its Viee_hm9ident and its corporate seal to be hereto affixed this 8th day of May . A.D.. 19 State of California ss.: County of Orange i On this Rth day of BALBOA INSURANCE COMPANY By —' K. R. Huckabay hb,6, iM in the year 86, before me K. A. Gallaway , a notary public, personally appeared K. R Hnckabay , personally known to me to be the person who executed the within instrument as Vice President , on behalf of the corporation therein named and acknowledged to me that the corporation executed it. 0 OFFICIAL SEAL K A GALLAWAY NOTARY PUBLIC - CALIFORNIA ORANGE COUNTY K. A. Ga at ay Notary Public my Comm. expfrm INN 26, 1988 I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And 1 do hereby furthercertify, that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, at Irvine, California, this AUGUST tg 87 . 27TH L2wai86 Secretary day of City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED WILSON'S EQUIPMENT RENTALS, INC. CERTIFICATE OF INSURANCE _ Page 12 Company A Ohio Casualty Insurance Company Letter company 8 Fremont Compensation Ins. Co. Letter L.ompany C Letter 11056 So. Benson Avenue company D Letter �,mpany E Ontario; CA 91762 1PttPr This is to certify that policies of insurance listed below have been issued to the insured named 'above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by x' mail, attention: Public Works Department., By:! // Agency: McElvany Insurance, Inc. .,,1A'- utthor z d Reoresenta-fty IDate: August 26, 1987 Telephone: (714)983 -2623 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ea r finis certificate or verification of insurance is not an insurance policy ano noes not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. /lam Policy LIMITS OF LIABILITY IN TH US NDS 000 Ag.Proa COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each Complet Occurrence Operati GENERAL LIABILITY Bodily Injury $ $ A x) Comprehensive Form BLO8800 /2/88 x Premises - Operations 203769 Property Damage $ $ Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1,000 $ 1,00( x Broad Form Property Damage and aggregate x Independent Contractors X Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY ❑ Comprehensive Form Bodily Injury Q ❑x Owned (Each Person Bodily Injury A XA088203 /2/88 $ 769 (Each Occurrence) a ❑x Hired 7me o y nu an ❑x Non -owned Property Damage Combined $ 1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor / and WP873783 ac B EMPLOYER'S LIABILITY 10 02 2/18/88 500 Acciden NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by x' mail, attention: Public Works Department., By:! // Agency: McElvany Insurance, Inc. .,,1A'- utthor z d Reoresenta-fty IDate: August 26, 1987 Telephone: (714)983 -2623 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ea r finis certificate or verification of insurance is not an insurance policy ano noes not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. /lam • 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined S each occurrence each occurrence $ 1,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by rxq& i*% mail, Attention: Public Works Department. 5. Designated Contract: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRA Project Title and Contract No.). This endorsement is effective B /q9 /g7 at 12:01 A.M. and forms a part of Policy No. BM8800203769 Named Insured Wilson's Eauioment Rentals, Inc. Endorsement No. L9451 Name of Insurance Company Ohio Casualty Ins. Co, utho zed Representat :\ • CITY OF NEWPORT BEACH 0 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT Page It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. .The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or nold harmless provision con - tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by mail, Attention: Public Works Department 7. Designated Contract: AND OPAL AVENUE STORM DRAIN C -2584 Project Title and Contract No. This endorsement is effective 8/19/87 at 12:01 A.M. and forms a part of Policy No. BL08800203769 Named Insured Wilson's Equipment Rentals, Inc. Name of Insurance Company Ohio Casualty Ins. Co: Endorsement No. L9451 T res . Page 15 CONTRACT THIS AGREEMENT, entered into this day of �e -�-° by and between the CITY OF NEWPORT BEACH, hereinafter "City,' nd WILSON'S EQUIPMENT RENTALS. INC. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) Title 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 Fifty -Six Thousand Eight Hundred Seventy Dollars and No Cents ($ 356.870.00 ) 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 avid 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) • • Page 16 (f) Plans and Special Provisions for AMETHYST AVENLIF STORM DRAIN AND OPAI AVFNIIF STORM nRAI[� fC-25841 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CIT in ATTEST: 0571 x FIA City Clerk n APPROVED AS TO FORM: 6"'t k !'�' - — Cityf Attorney WILSON'S EQUIPMENT RENTALS, INC. Name of Contractor (Principal) %Authorized Signature and Title Authorized Signature and Title CITY 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN CONTRACT NO. 2584 SPECIAL PROVISIONS 109*1 I f,,T/ ., PAGE I . SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BEGINNING OF WORK AND TIME OF COMPLETION . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . 2 A. General. . . . . . . . . . . . . . . . . . . . . 2 B. TRAFFIC CONTROL ACCESS . . . . . . . . . . . . . . . . . . 2 C. "NO PARKING, TOW- AWAY" Signs: . . . . . . . . . . . . . . . . . 2 D. Street Sweeping Signs . . . . . . . . . . . . . . . . . . . . . 3 E. Notice to Residences . . . . . . . . . . . . . . . . . . . . . 3 F. Plate Bridging . . . . . . . . . . . . . . . . . . . . . . . . 3 G. Flagmen . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 V. PROTECTION OF UTILITIES . . . . . . . . . . . . . . . . . . . . . . 4 VI. EMERGENCY VEHICLES AND TRASH COLLECTION . . . . . . . . . . . . . . 4 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 VIII. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . . 4 . IX. SURFACE WATER CONTROL . . . . . . . . . . . . . . . . . . . . . . . 5 X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 5 A. General. . . . . . . . . . . . . . . . . . . . . . . . 5 B. Portland Cement . . . . . . . . . . . . . . . . . . . . . . . . 5 C. Storm Drain. . . . . . . . . . . . . . . . . . . . . . . . . 6 D. Pipe Alternatives. . . . . . . . . . . . . . . . . . 6 + E. Slide Gate and Automatic Actuator . . . . . . . . . . . . . . . 7 F. Tidal Effects. 8 G. Water Main Relocations and Bypasses . . . . . . . . . . . . . . 8 • • SPIof8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN CONTRACT NO. 2584 I. SCOPE OF WORK The work to be done under this contract consists of installation of drainage pipe, construction of catch basins, installation of slide gates with automatic actuators, and incidental work, including PCC pavement removal and replacement. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. D- 5176 -S and D- 5177 -S), (3) the City's Standard Special Provisions and Standard Drawin s for Public Works Construction (1985 Edition) an the Standard Specifications for Public Works Construction (1985 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, (213) 870 -9871. II. BEGINNING OF WORK AND TIME OF COMPLETION The Contractor shall complete all work at each of two storm drain systems by December 1, 1987 or within forty -five (45) consecutive calendar days after the start of construction at each system, whichever occurs first. III. PAYMENT The unit or lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the price bid for other related items of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pur- suant to Government Code Sections 4590 and 14402 -5. 0 IV. TRAFFIC CONTROL AND ACCESS • SP2of8 A. General: Traffic and access shall comply with Section 7 -10 of the Standard Specifications for Public Works Construction and the requirements set forth herein, and shall apply to all phases in the construction of this project, including the placing of plate bridging and the restoration of permanent resurfacing. B. Traffic Control Plan: The Contractor shall submit written traffic control plans to the Engineer for approval in accordance with Section 2 -5.3 of the Standard Specification. The Contractor shall be fully responsible for the adequacy of his traffic plan utilized for conformance with his intended construction schedule and staging, and to provide for its proper implementation and main- tenance. The traffic control plan shall conform to the following requirements: 1. Traffic control shall be implemented according to the guide- lines established in the "Work Area Traffic Control Handbook" (WATCH) published by Building News, Inc., and made a part of these Specifications except as modified herein. 2. Streets, alleys and sidewalks shall remain open to traffic at all times unless otherwise approved by the Engineer. 3. All detours and transitions, including those required along the North and South Bay Fronts, shall be installed by the Contractor and field approved by the Engineer before any construction begins within the roadway or sidewalk. 4. Delineators shall be used to protect the work area, and shall be spaced at a maximum of 15 feet. 5. Type III barricades shall be used across all street, alley, and North and South Bay Front closures. 6. Park Avenue shall not be closed to vehicular traffic con- current with a closure of Balboa Avenue. 7. North or South Bay Fronts shall not be closed to pedestrian traffic concurrent with a closure of the adjacent alley to pedestrian traffic. 8. All street and alley intersections shall be open to two -way vehicular traffic during Contractor's non -work hours. C. "NO PARKING, TOW- AWAY" Signs: The Contractor shall furnish and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING, TOW- AWAY" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, the Contractors shall notify the City's Police Department E • SP3of8 Traffic Division, at (714) 644 -3742, for verification of posting at least forty (40) hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans' Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. D. Street Sweeping Signs: The Contractor shall bag or cover street sweeping signs along Apolena and Onyx Avenues in a manner approved by the Engineer prior to posting "NO PARKING" signs along Amethyst Avenue. Likewise, the Contractor shall cover street sweeping signs along Agate and Collins Avenues prior to posting Opal Avenue. Immediately upon removal of the "NO PARKING" signs, all street sweeping signs shall be uncovered immediately along the adja- cent streets. E. Notice to Residences: Between forty -eight (48) and fifty -five 55 hours before closing a section of street and alley or restricting vehicular access to and from garages of driveway approaches, the Contractor shall distribute to each affected residence a written notice stating when the construction clo- sure or restriction will occur and approximately when vehicu- lar accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotification by the Contractor. F. Plate Bridging: During Contractor's non -work hours, Contractor shall bridge trench excavations using steel to maintain access through street and alley intersections. The Engineer may provide, free of charge, a limited quantity of 1- inch- thick, 5 -foot x 10 -foot steel plates for use on this project. The Contractor may obtain the plates from and shall return them to the Utilities Department Yard at 949 West 16th Street. The Contractor shall verify availabilty and request plates from the Utilities Superintendent, at (714) 644 -3011. G. Flagmen: If it becomes necessary, the Contractor shall pro- vide uniformed flagmen to slow down and re -route traffic through the construction area. H. Payment: All costs for providing traffic control and access, including all requirements as detailed in this Section and as required for this construction project, shall be included in the lump sum price bid for "Traffic Control ". 0 V. PROTECTION OF UTILITIES • SP4of8 Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the storm drain will cause work to be performed over, under and very near existing sewer, gas, electric, cable T.V., telephone, and water lines. The Contractor shall protect in place and be responsible for, at no additional cost, any damage to utilities encountered during construction of the items shown on the plans. Property lines abutting the proposed improvements are indicated on the plans. Prior to construction, the Contractor shall verify the loca- tion of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. VI. EMERGENCY VEHICLES AND TRASH COLLECTION The Contractor shall make every effort to provide access through the work area for emergency vehicles, mail deliveries, etc., and for weekly trash collections. If the Contractor's work will interfere with normal trash collection procedures in any manner, the Contractor shall effect alternative trash collection procedures to satisfy the City's Field Operation Superintendent, Mr.Merle Milne, at (714) 644 -3060. In addition, if the Contractor's work will interfere with normal mail delivery, the Contractor shall notify and effect alter- native mail delivery procedures with the post office at (714) 673 -5250. VII. WATER If the Contractor desires to use City's water, the Contractor shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to Contractor, less a quantity charge for water usage. VIII. CONSTRUCTION SURVEY Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California registered civil engineer or licensed surveyor. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construc- tion survey staking shall be considered as included in the various items of work and no additional allowance will be made therefore. If the Contractor disturbs a property corner, the Contractor shall reinstall the property corner, and no additional allowance will be made therefore. 0 • SP 5 of 8 IX. SURFACE WATER CONTROL The Contractor shall treat by filtration or retention in settling basin(s) surface runoff water containing mud, silt, or other dele- terious material from the project sufficient to prevent such waters from directly entering storm drains or the bay/ Prior to commencing construction, the Contractor shall submit a plan for implementing siltation control concurrently to the Engineer and to the California Regional Water Quality Control Board, Santa Ana Region (6809 Indiana Avenue, Suite 200, Riverside, California 92506, (714) 684 -9330. Upon approval of the plan by the Engineer and the Board, the Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -8 of the Standard Specifications with regards to project site maintenance. The Contractor shall also provide for drainage at the ends of Ruby, Collins, Agate, Onyx, Apolena and Amethyst Avenues during construc- tion. All costs for providing surface water control, for obtaining permits therefor, and for complying with the provisions of the permits shall be included in the lump sum price bid for "Mobilization ". X. CONSTRUCTION DETAIL A. General The prices bid for each item of work shall include sawcutting and removal of PCC pavement, curb and sidewalk, removal of existing drainage valves and the interfering portions of the existing drainage systems, removal of the remaining drainage system on the bay side of the bulkhead, plugging the holes (from the storm drain) in the concrete bulkhead along South Bay Front, removal of excess pipe excavation material and other objects necessary for the construction of the project while protecting all other im- provements, utilities and features and all private property Relocation of existing gas lines shall be performed by the Gas Company before or during construction. Shutdown and reopening water mains shall be performed only by the Utilities Superintendent with advance notice to (714) 644 -3011. The Contractor shall be careful while excavating along North or South Bay Front to avoid damaging the tie back rods for the concrete bulkhead. B. Portland Cement Concrete for replacing pavement in Amethyst, Park, Balboa, Agate, Opal and Collins Avenues shall be Class 520 -A -2500. Additional portland cement and /or calcium chloride may be added to pavement concrete, subject to the Engineer's prior approval, in order to attain higher early strength concrete so that roadways may be reopened sooner. n U Concrete for curbs and sidewalk shall be Class 520 -C -2500. SP6of8 The existing bomanite at the end of Amethyst, Onyx, and Apolena Avenues shall be replaced with bomanite to match the existing embossing and color as closely as possible. Payment for pavement, curbs and sidewalk shall include removal of existing concrete, subgrade preparation, and added color, portland cement and calcium chloride, if needed to satisfy the requirements set forth herein. Storm Drain North and South Bay Fronts: In order to avoid conflicts with the anchor piles for the concrete bulkhead, the final location of the catch basins at the ends of Apolena, Onyx, Amethyst, Agate and Ruby Avenues shall be determined by the Engineer during construc- tion. The two laterals along North or South Bay Fronts shall be constructed prior to the junction structure since grade adjust- ments may require a different floor elevation of the junction structure. Existin bulkhead panel penetrations: A hole a minimum of 1 inch greater than t e outsi a diameter oT the outfall pipe shall be made in the bulkhead using a jackhammer or other suitable equip- ment approved by the Engineer. The 1 -inch void shall be back - filled with Class C cement mortar. Care shall be exercised in grouting the annular space to ensue a leakproof connection. Existing storm drain pipe abandonment: Fill existing storm drain pipe with soil cement slurry mixture of 1 sack cement per cubic yard. In addition, the pipe ends shall be sealed with brick and mortar. Existing catch basin modifications: A portion of the wall, a ameter inch greater than the outside diameter of the pipe, shall be removed using a jackhammer or other suitable equipment approved by the Engineer. The 1 -inch annular void around the pipe shall be backfilled with Class C cement mortar. Care shall be exercised in grouting the annular space to ensure a leakproof con- nection. The bottom of the catch basins shall be a minimum 6 inches thick with a minimum 12:1 slope toward the new outlet pipe. The former outlet shall be brick and mortar sealed a minimum 6 inches thick. D. Pipe Alternatives The Contractor, at his option, may use the following alternatives for storm drain pipe: Polyvinyl chloride pipe - -which meets or exceeds material and service test requirements of ASTM D -3034, such as A -2000, manufactured by Johns - Manville Company, or equal approved by the Engineer. 0 Perma -Loc series 46 by Contech, Inc. 0 SP7of8 Polyvinyl Chloride pipe -SDR 35 or thicker. 4. Asbestos Cement Pipe -- 2000 -D or stronger. The section of pipe that runs from the slide gate out to the Bay shall be only Asbestos Cement Pipe 3750 -D or stronger. The pipe shall be joined by rigid couplers located at concrete pipe anchors detailed on the plans. Class 100 -E -100 slurry shall be placed as backfill between pipe spring line and bottom of pavement replacement at locations spe- cified on the plans. A bond breaker, approved by the Engineer, shall be installed between the slurry and the pavement replace- ment. Traffic shall not be permitted upon the pavement replace- ment until the concrete has reached its design strength. Payment for storm drain pipe shall be per the Unit Price Per Lineal foot bid, and shall include pipe, excavation, bedding, backfill (including slurry, where specified), and densification of bedding and backfill to 100% minimum relative compaction. Slide Gate and Automatic Actuator Slide gate shall have circular flat back mounting frame which bolts directly to the concrete vault structure, capable of withstanding a 60 -foot seating (front) pressure and a 10 -foot unseating (back) pressure. Slide gate shall have a non- rising stainless steel stem, stainless steel rails, bronze seat face and all stainless steel hardware, including anchor bolts. Slide gate shall be Waterman Industries Model P -30f, Fresno Model W, or equal approved by the Engineer. Automatic actuator shall be an electrically powered actuator capable of opening and closing the selected slide gate. The enclosure for the electric motor and control box shall be cer- tified for use under salt water. A remote control push button station with a lockable cover shall also be included. The actuator shall include a handwheel for manual operation. Power for the Amethyst Avenue actuator will be 120 /240 -volt single - phase, and will come from an existing pole (P.P. #724579E) located approximately 20 feet due west of the centerline of Amethyst in the alley behind Lot 6. Contractor shall furnish and install a 100 -amp electrical meter panel per Southern California Edison Company requirements on this pole. Power for the Opal Avenue actuator will also be 120 /240 -volt single phase, and will come from an existing pole (P.P. #83553AE) located approximately 50 feet due east of the centerline of Collins Avenue in the alley behind Lot 11. Contractor shall furnish and install a 100 -amp electrical meter cabinet per Southern California Edison Company requirements adjacent to this pole. Contractor shall also supply all necessary labor and materials including cable, trenching or jacking conduit and resurfacing for the installation of power con- duits. • • Automatic actuators shall be manufactured by: E.I.M. Controls; Limitorque; Rotork; or equal approved by the Engineer. Four sets of shop drawings and maintenance manuals for slide gates, automatic actuators, remote control boxes and meter panels shall be submitted to the Engineer for approval in accordance with Section 2 -5.3 of the Standard Specifications. Payment for the slide gates and actuators shall be at the Contract Unit Price and shall include the slide gate, actuator, conduit, push button control station, meter cabinet or panel, and setting and testing the controls for the actuator. F. Tidal Effects Contractor shall schedule work around tidal fluctuations as necessary. In order to keep streets from flooding, the tide gates are closed by City forces whenever tides reach elevation +5.4 feet MLLW. G. Water Main Relocations and Bypasses The Contractor shall relocate water mains prior to storm drain construction. The maximum shut -off time for water mains is four hours. If the water main must be shut off longer than four hours, the Contractor shall provide and install a temporary bypass of the system. Fittings and pipe to be furnished by the Contractor shall be as follows: Ductile Iron Pipe, which shall conform to AWWA Standard C151, shall be Class 52. Forty -five (45)- degree elbows with thrust blocks shall be used to drop the water main beneath the storm drain. The Contractor shall install thrust restraining devices to provide resistance until thrust blocks have cured. Tyton push joints or mechanical joints with tie rods shall be used to connect the pipe to the existing pipe. Any valves that must be adjusted or relocated shall be replaced with a butterfly valve. Finally, the relocated pipe shall be protected with 8 -mil polyethylene encasement. Shop drawings for water main relocations and for temporary bypasses of the system shall be submitted to the Engineer for approval in accordance with Section 2 -5.3 of the Standard Specifications. Prior to the acceptance by Engineer, the water mains shall be flushed, disinfected and chlorinated according to the Standard Special Provisions. • • • p"a) August 24, 1987 TO: CITY COUNCIL FROM: Public Works Department BY THE CRY COUNCIL CRY OF NEWPORT BEACQTY COUNCIL AGENDA EM NO. F -3(b) AUG 2 4198T APPROVED SUBJECT: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) RECOMMENDATION: Award Contract No. 2584 to Wilson's Equipment Rentals, Inc., for the total price of $356,870, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on August 12, 1987, the City Clerk opened and read the following bids for this project: The low bid is 3% above the Engineer's estimate of $345,000. The low bidder, Wilson's Equipment Rentals, Inc., has not performed previous contract work for the City; however, a check with their experience references and the State Contractors License Board has shown that Wilson's has successfully completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respec- tively. Funds for award are proposed from the following accounts: Description Account No. Amount • Amethyst Avenue Storm Drain 02- 3497 -429 $215,000 Opal Avenue Storm Drain 02- 3497 -401 62,200 Storm Drain Improvement Program 02- 3487 -053 79,670 All other information concerning the project and included in the ached Agenda t m of July 13, 1987 remains unchanged. BenJ§U n B. Nolan Public Works Director LD:jd Att. Bidder Total Price Low Wilson's Equipment Rentals, Inc. $356,870 2 Peter C. David Co. 359,100 3 Fleming Engineering 364,420* 4 Clayton Engineering 364,560 • 5 Solid Structures Construction, Inc. 391,260 6 Gillespie Construction, Inc. 434,725 7 N.A. Artukovich Construction Co. 449,110 8 George Dakovich and Son, Inc. 461,750 9 Savala Construction Co. 499,105 *Corrected total price is $364,520. The low bid is 3% above the Engineer's estimate of $345,000. The low bidder, Wilson's Equipment Rentals, Inc., has not performed previous contract work for the City; however, a check with their experience references and the State Contractors License Board has shown that Wilson's has successfully completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respec- tively. Funds for award are proposed from the following accounts: Description Account No. Amount • Amethyst Avenue Storm Drain 02- 3497 -429 $215,000 Opal Avenue Storm Drain 02- 3497 -401 62,200 Storm Drain Improvement Program 02- 3487 -053 79,670 All other information concerning the project and included in the ached Agenda t m of July 13, 1987 remains unchanged. BenJ§U n B. Nolan Public Works Director LD:jd Att. • • • a 0 0 July 13, 1987 CITY COUNCIL AGENDA ITEM NO. F -12 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) RECOMMENDATIONS: 1. Approve the plans and specifications 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on August 12, 1987. DISCUSSION: This contract provides for the construction of 2 storm drains on Balboa Island as shown on the attached sketch. The proposed Amethyst Avenue storm drain includes the construction of (1) an 18 -to -24 -inch diameter main pipe in Amethyst Avenue from Balboa Avenue to 55 feet into the South Bay Front beach, (2) an electrically powered tide gate structure located at the the South Bay Front /Amethyst Avenue street end, (3) 15- inch - diameter lateral pipes under the South Bay Front sidewalk from the tide gate structure to the Apolena and Onyx Avenue Street ends, and (4) 14 small catch basins located throughout the system. The proposed Opal Avenue storm drain includes the construction of (1) 18 -to -24 -inch diameter main pipe in Opal and Collins Avenues from a sump at mid -200 block of Opal Avenue to 70 feet into the North Bay Front beach at Collins Avenue, (2) an electrically- powered tide gate structure located at the North Bay Front /Collins Avenue street end, (3) 15 -inch diameter lateral pipes under the North Bay Front sidewalk from the tide gate structure to the Ruby and Agate Avenue street ends, and (4) 5 small catch basins located throughout the system. The project also includes relocating 5 water mains to make room for the proposed storm drains, installing area drains in Bay Front walkways above the 15- inch - diameter laterals, and reconstructing Bay Front walkways, street ends, and roadway pavement above the proposed storm drain construction. The storm drains are needed to relieve the flooding and standing water that occur in sump areas along Amethyst and Opal Avenues, to reduce the amount of time needed to close tide gates during high tide periods by consolidating 6 existing outlets into 2 new outlets, and to reduce the amount of ponded water in Bay Front walkways. 0 0 Page 2 Subject: Amethyst Avenue Storm Drain and Opal Avenue Storm Drain (C -2584) July 13, 1987 The work is to be performed during the time period of September 14 to December 1, 1987, except that work on each system shall take no longer than 45 calendar days. During construction, pedestrian traffic along the Bay Front walkways will rerouted to adjacent alleys; portions of Amethyst, Collins and Opal Avenues will be closed to vehicles. Bay Front alleys, Balboa and Palm Avenues will at times be closed to traffic during work hours (but not concurrently), and all intersections will be re- opened to traffic during non- working hours. Residents adjacent to the work will be provided with advance written notices so that they may plan alternative parking locations. Sweeping will be discontinued on streets adjacent to storm drain construction in order to provide additional parking areas for displaced vehicles. Negative Declarations of Environmental Impact have been prepared by staff and approved by the Environmental Affairs Committee. Notices of Determination have been filed with the County Clerk and published in the local newspaper. The project has been granted waiver from the requirements for a Coastal Development Permit since the project is consistent with the City's certified land use plan and the Coastal Act. Plans and specifications for the work have been prepared by RMG •Engineering, Inc. Their estimates of construction costs total $215,000 for the Amethyst Avenue Storm Drain and $130,000 for the Opal Avenue Storm Drain. Sufficient funds to award these amounts are provided in the Amethyst Avenue Storm Drain account ($225,000), the Opal Avenue Storm Drain account ($62,000) and the Storm Drain Improvement Program account ($100,000). J4V , 1 4 Benjamin B. Nolan Public Works Director 3 LRD /bjm Attachments i n �J y 9 � W N, v O• O c i .' % .0 RI, Ac O C W 4c o J • 0 • r� U • TO: CITY COUNCIL FROM: Public Works Department • • BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 131987 APPROVED July 13, 1987 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN (C -2584) RECOMMENDATIONS: 1. Approve the plans and specifications 2. Authorize the City Clerk to m**%" --f b*ft° -to be opened at i.a s�szA�gul-3= -11&7 DISCUSSION: This contract provides for the construction of 2 storm drains on Balboa Island as shown on the attached sketch. The proposed Amethyst Avenue storm drain includes the construction of (1) an 18 -to -24 -inch diameter main pipe in Amethyst Avenue from Balboa Avenue to 55 feet into the South Bay Front beach, (2) an electrically powered tide gate structure located at the the South Bay Front /Amethyst Avenue street end, (3) 15- inch - diameter lateral pipes under the South Bay Front sidewalk from the tide gate structure to the Apolena and Onyx Avenue Street ends, and (4) 14 small catch basins located throughout the system. The proposed Opal Avenue storm drain includes the construction of (1) 18 -to -24 -inch diameter main pipe in Opal and Collins Avenues from a sump at mid -200 block of Opal Avenue to 70 feet into the North Bay Front beach at Collins Avenue, (2) an electrically - powered tide gate structure located at the North Bay Front /Collins Avenue street end, (3) 15 -inch diameter lateral pipes under the North Bay Front sidewalk from the tide gate structure to the Ruby and Agate Avenue street ends, and (4) 5 small catch basins located throughout the system. The project also includes relocating 5 water mains to make room for the proposed storm drains, installing area drains in Bay Front walkways above the 15- inch - diameter laterals, and reconstructing Bay Front walkways, street ends, and roadway pavement above the proposed storm drain construction. The storm drains are needed to relieve the flooding and standing water that occur in sump areas along Amethyst and Opal Avenues, to reduce the amount of time needed to close tide gates during high tide periods by consolidating 6 existing outlets into 2 new outlets, and to reduce the amount of ponded water in Bay Front walkways. 0 0 * . Page 2 Subject: Amethyst Avenue Storm Drain and Opal Avenue Storm Drain (C -2584) July 13, 1987 i The work is to be performed during the time period of September 14 to December 1, 1987, except that work on each system shall take no longer than 45 calendar days. During construction, pedestrian traffic along the Bay Front walkways will rerouted to adjacent alleys; portions of Amethyst, Collins and Opal Avenues will be closed to vehicles. Bay Front alleys, Balboa and Palm Avenues will at times be closed to traffic during work hours (but not concurrently), and all intersections will be re- opened to traffic during non- working hours. Residents adjacent to the work will be provided with advance written notices so that they may plan alternative parking locations. Sweeping will be discontinued on streets adjacent to storm drain construction in order to provide additional parking areas for displaced vehicles. Negative Declarations of Environmental Impact have been prepared by staff and approved by the Environmental Affairs Committee. Notices of Determination have been filed with the County Clerk and published in the local newspaper. The project has been granted waiver from the requirements for a Coastal Development Permit since the project is consistent with the City's certified land use plan and the Coastal Act. Plans and specifications for the work have been prepared by RMG Engineering, Inc. Their estimates of construction costs total $215,000 for the Amethyst Avenue Storm Drain and $130,000 for the Opal Avenue Storm Drain. Sufficient funds to award these amounts are provided in the Amethyst Avenue Storm Drain account ($225,000), the Opal Avenue Storm Drain account ($62,000) and the Storm Drain Improvement Program account ($100,000). Benjamin B. Nolan Public Works Director LRD /bjm Attachments • • 0 I J f a F W n II N, g� O it rV i 4i 9 �C Q W k tu 3 0 0 0 Authorized to Publish Advertisements of all kinds Including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24631, dated 11 June, 1963 STATE OF CALIFORNIA County of Orange Puolic Nalu Ac..nivN Co. «.a or nn..K.dvn e a -n ) Md ' .rtn W G¢. column w m 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 general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for One Time PUBLIC NOTICE consecutive weeks to wit the issue(s) of NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the 198 7 City Clerk, 3300 Newport Boulevard, P. o. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 12th day of August, 198_ 1987, at which time such bids shall be opened and mad'for Title of Project: 198_ AMETHYST AVENUE STORM DRAIN AND OPAL AVENUE STORM DRAIN Contract No.: 2584 198— Engineer's Estimate: $345,000 Approved by the City . Council this 13th day of July, 198_ 1ae7. ' WetMa E. Reggio, City Clark Prospective bidders may obtain one set of bid docu- I declare, under penalty of perjury, that the ments at no cost at the office of the Public Works Depart- foregoing is true and correct. 9 9 ment, 3308 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further Information, .T Executed on n 1 v 1 6 ] � 98 call Lloyd R. Dalton, Project l — Manager at 644 -3311. at Cos7� esa, California. Published orange Cowl an e C Dally Pilot July —�� oUAi�- ThS?C Signature 'Ys PROOF OF PUBLICATION `