Loading...
HomeMy WebLinkAboutC-2585 - San Joaquin Hills Road Drains & Corona del Mar Beach Parking StallsCIT OF NEWPORT BtACH April 3, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Nobest Incorporated P.O. Box 874 Westminster, CA 92684 (714) 644 -3005 Subject: Surety: The Continental Insurance Company Bonds No.: 159 22 14 Contract No.: C -2585 Project: San Joaquin Hills Road Subdrain and Surface Drain Reconstruction: Corona del Mar State Beach Additional Parking Stalls The City Council of Newport Beach on March 12, 1990 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on March 19, 1990, Reference No. 90- 143445. Sincerely, Wanda E. Raggio City Clerk WER:pm m �r cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: EXEMPT RECORDING REQUEST PER � / -x. , GOVERNMENT CODE 6103 REC�pINOWCALRECOADs City Clerk �� OF ORANGE OOUNIV,CALWORNYI City Newport Newport leva EXEwii' 90^ 1 43445 2 :30 3300 Newport Boulevard C15 P.M. MAR 19 1990 Newport Beach, CA 92663 NOTICF. OF COMPLETION a4 a,c'�RECWDM PUBLIC WORKS '1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 17, 1990 the Public Works project consisting of SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS (C -2585) on which Nobest Incorporated, P.O. Box 874, Westminster, CA 92684 was the contractor, and The Continental Insurance Company, P.O. Box 5700, Brea, CA _ was the surety, was completed. 92622 -5700 C Y OF NEWPORT BEACH - r Public Works Director VERIFICATION �t c� I, the undersigned, say: *%G'cL \�QOew 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 March 14, 1990 at Newport Beach, California. Public W rks 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 March 12, 1990 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 March 14, 1990 at Newport Beach, California. City Clerk I I I • • E TO: City Council FROM: Public Works E THECi -N�'L March 12 1990 T NEWPORT BEACH CITY COUNCIL AGENDA 2I ITEM NO. F -13 SUBJECT: ACCEPTANCE OF SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS (C -2585) 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 subject project has been completed to the satisfaction of the Public Works Department. The bid price was Amount of unit price items Amount of change orders Total Contract Cost $81,322.00 constructed 81,988.90 2.900.50 $84,899.40 One Change Order in the amount of $2,900.50 was issued. It provided for the modification of a catch basin and adjustment of the pipe grade to accommodate the existing water main. Funds for the project were budgeted in the General Fund, Account No. 02- 3397 -183 and 02- 3497 -492, and in the Tide and Submerged Lands Fund, Account No. 23- 2897 -054. The Contractor is Nobest, Inc. of Westminster. The latest possible contract date of completion was June 1, 1990. The work was completed on January 17, 1990. Benjamin B" Public Works Director PD: so 03 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 14, 1989 SUBJECT: Contract No. C -2585 Description of Contract San Joaquin Hills Road Subdrain and Surface Drain Reconstruction: Corona del Mar State Beach Additional Parking Stalls Effective date of Contract December 14, 1989 Authorized by Minute Action, approved on December 11, 1989 Contract with Nobest Incorporated Address P.O. Box 874 Westminster, CA 92684 Amount of Contract cf 4e 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 92659 -1768. until 11:00 A.M. on the 1st day of December , 1989. at which time such bids sha1T be opened and read for SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS Title of Project own V 2585 Contract No. $84,000 Engineer's Estimate V !Zn Approved by the City Council this 13th day of November , 1989. Wan a E. Ra��io 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 92659 -1768. For further information, call Lloyd R. Dalton at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS CONTRACT NO. 2585 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Sox 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. 2585 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 2. 3. Lump Sum Lump Sum Lump Sum Mobilization @ ONE THOUSAND -------------- - - - - -- Dollars and ZERO------- --- -- ------------ - - - --- Cents er Lump um Traffic Control @ SEVEN HUNDRED - - -- ZERO---- - - - - -- ' LUMD SUM Junction Box ------- - - - - -- Dollars and -------- - - - - -- Cents @ FOUR THOUSAND-------------- - - - - -- Dollars and ZERO- -------- ------------- -- - - -- -- Cents Per Lump Sum $ 1,000.00 $ 700.00 $ 4,000.00 PR 1.2 Q AN N AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 762 Construct subdrain and surface drain Linear Feet @ SIXTY - FIVE ----------- - - - - -- -'-'-- Dollars and ZERO ---------- ------ -------- - - --- - Cents $ 65.00 $ 49,530.00 er Linear oot 5. 387 Construct Type A curb Linear Feet and gutter @ SIXTEEN ------- ------ --- ----- -"'- Dollars and ZERO---------- ----- ----------- - - -- Cents $ 16.00 $ 6,192.00 er Linear oot 6. Lump Sum Construct local depression into surface drain @ SIX HUNDRED------------- --- -- - --- Dollars and ZERO------ ------------------ - - - - -- Cents $ 600.00 er Lump um 7, 150 Construct electrical conduit with Linear Feet conductors along San Joaquin Hills Road 8. 2 Each @ TEN----------------------- - - - ---- Dollars and ZERO- ----- ------ --- ----- ---- - - - - -- Cents er Linear oot Construct lighting standard foundations @ SIX HUNDRED------------ --- --- -"' Dollars and ZERO Cents Per Each 9. 35 Construct Type C curb and gutter Linear Feet 10.00 $ 1,500:00 600.00 $ 1,200.00 @ SIXTEEN ------------- -- ----- - - - -- Dollars and 560.00 ZERO ----------------------- - - - - -- Cents' $ 16.00 $ Per Linear Foot PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,366 Construct 6" thick vee slab Square Feet @ FOUR-------------------- -- - - - --- Dollars and NINETY-------------- --- --- ------- Cents $ 4.90 $ 6 693.40 er quare oot 11. 179 Construct Type B curb and gutter Linear Feet @ TWENTY -FIVE -------------- - -- - -- Dollars and FORTY------------------ ---- - - - - -- Cents. $ 95-4D $ 4--�� Fn er Linear oot 12. Lump Sum connections, etc. at Corona rde P del Mar State Beach @ FOUR TH U�EIGHT HUNDRED - - - - -- Dollars and _________________ Cents ZERO------ - - - --- —. e Lump um EIGHT -ONE THOUSAND THREE HUNDRED TWENTY - TWO--- - - -- -- Dollars and ZERO--------------------- ------------------- --- - - - - -- -Cents $ 08AL32I.00R F UR ) OTAL I P I W R December 1, 1989 NOBEST INCORPORATED Date i er (714) 892 -5583 Bidd er s e ep one Num er 359622 A ontractor's License No. & assi ication S /Larry Nodland, Treasurer Au orize igna ure it e P.O. Box 874, Westminster, CA er's A ress i 0 INSTRUCTIONS TO BIDDER'S • Page 2 The following 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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. 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. All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 359622 A ontr's Lic. No. & lassi ication December 1, 1989 NOBEST INCORPORATED Bidder S /Larry Nodland, Treasurer Authorized Signature /Title 0 i Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1. Electrical Stieny & Comp, Inc. Anaheim, CA 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. NOBEST INCORPORATED idder S /Larry Nodland, Treasurer Authorized Signature Title r i " Premium Charged for this Bond is included that shown on the Annual Bid Bond." Page 4 BIDDER'S BONO KNOW ALL MEN BY THESE PRESENTS, That we, NOBEST INCORPORATED as bidder, and THE CONTINENTAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS 2585 Title o Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 20 day of November , 19 Bg. (Attach acknowledgment of Attorney -in -Fact) Notary Public Commission Expires: NOBEST INCORPORATED. r der S /Larry Nodland, Treasurer Authorized Signature /Title THE CONTINENTAL INSURANCE COMPANY Surety By: S /Linda D. Coats Title:Linda D. Coats. Attorney -in -Fact . 1, tn g 0 om # o \777§2 n X20 )k\ % \ En { Et3 \ 0 vi , � \/ f .& �% �\ 0 \:Po 7 G -7 r The 4tinental Insurance Company 180 Maiden Lan-,,,New York, New York 10038 r GENERAL POWER OF ATTORNEY Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Linda D. Coats of Pasadena, California its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Ten Million ($10,000,000) Dollars This PowerofAttorney is granted and is signed and sealed by facsimile underand by the authority of the following Resolutionadopted by the Board of Directors of the Company on the Ist day of November, 1977: .^RESOLVED, that the Chairman of the Board, the Vice Chairnuuno( the Board, the Comparry, be. and "each or anyof them is, authorized to execute Powers of Moms Company. bads, undertakings and at contram of suretysWp:and that anAssisunt Vio - authorized toattest the execution of any such Powerof Attorney. and to attach thereto FURTHER RESOLVED. that the siputures of such officers and the seal of the Con knt; an Executive Vice President or a Senior Vine President as vux President of the lifying the attorney nurxd in she given Power of Attorney to execute in behalf of the dent, a Secretary or an Amount Secwury be. and that each aanyof them heueb,a. .at of the Contra".- may be affixed to any such Power of Attorney or to any certificate eelalhhg thereto by with respect toatry bond, undertaking or contract of shnelysldp to which it is attached.^ In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this Ist day of May, 1985. Attest: Robert W. Adler, Sr. AssnuntYhc , President SfATE_OF Nf.W YORK ) COUNTY OF NEW YORK 7? THE CONTINENTAL INSURANCE COMPANY By i` '•• Miguel l• Beemaert vice President On this Ist day of May, 1985, before me personally came Michael 1. Beematert, tome known, who being by me duly swam, did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was Ao affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. r ter• +. ETHEL TARANTO NOTARY R18LIC, Sate of New Yark No. 214661117 QuaL in Kohl County Cammisswrh Expies March So. 1986 -. CE IT IF 1, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Powe; of Attorney, is now in force. b Signed and sealed at the City of New York, in the State of New -York. Dated the 20 day of November ,1989 �G '''.-;. lames M. Keane. A+hnLM VKe Preshderhl 0 NON- COLLUSION AFFIDAVIT 11 Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement 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 considering 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 suggested, 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 whomsoever 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. NOBEST INCORPORATED Bidder S/ Larry Nodland, Treasurer Authorized Signature /Title Subscribed and sworn to before me this 1st day of December , 1989 . My commission expires: 5 -14 -1993 S/ David E. Poole Notary Public (Seal) OFFICIAL SEAL DAVID E. POOLE NOTARY PUBLIC, CALIFORNIA ORANGE COUNTY My Comm. Expires May 14, 1993 0 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. See Attached Sheet NOBEST INCORPORATED S/ Larry Nodland, Treasurer Authorized Signature Title PROJECT BUS DECELERATION PADS WESTHAVEN PARK PARKING BOLSA AVENUE IMP. SANTA ANA STREET IMP. LINCOLN AVENUE BOND AVENUE MILE SQUARE PARK ROYAL OAK ROAD GALLATIN ROAD ALLEYS P.C.C. SLAUSON & MULBERRY SIDE TNALKS UNION HIGH SCHOOL CORP. YARD PARKING LOT SIDEWALKS ALLEYS P.C.C. WESTERN AVENUE ALLEYS P.C.C. SPRINGDALE AVENUE SIDEWALKS FRIENDS AVE. SIDEWALKS ALLEYS P.C.C. VARIOUS PARKS HELIOTROPE CIRCLE ALLEYS P.C.C. CORONA DEL MAR UNION HIGH SCHOOLS SIDEWALKS CHAI4NEL LINING CARBON CANYON PARK ALLEYS P.C.C. YUKON AVENUE CIVIC CENTER SIDEWALKS HANDICAP RAMPS MISSION BLVD. VARIS. LOC. SIDEWALKS HANDICAP RAMPS CONCRETE PARKING LOT GRAND AVE. SIDEWALKS SUNSET AVE. SIDEWALKS SIDEWALKS ANAHEIM AREA BEST INCORPORATED • LICENSE #359622 P.O. BOX 874 WESTMINSTER, CA 92684 PH. 714 - 892 -5583 CLIENT CITY OF GLENDALE CITY OF GARDEN GROVE CITY OF WESTMINSTER CITY OF ANAHEIM CITY OF ANAHEIM COUNTY OF ORANGE COUNTY OF ORANGE CITY OF ANAHEIM CITY OF DOWNEY CITY OF ANAHEIM CITY OF WHITTIER CITY OF BELL GARDENS CENTINELLA- U.Ii.S.D. CITY OF MONTEBELLO L.A.C.R.D. CITY OF SANTA ANA CITY OF BUENA PARK CITY OF SEAL BEACH CITY OF WESTMINSTER COUNTY OF ORANGE CITY OF WHITTIER CITY OF SANTA ANA AKA -TANI LANDSCAPE CITY OF MAYWOOD CITY OF GLENDALE CITY OF NEWPORT BEACH CENTINELLA U.H.S.D. CITY OF WHITTIER COUNTY OF ORANGE COUNTY OF ORANGE CITY OF SANTA ANA L.A.C.R.D. CITY OF SOUTH PASADENA CITY OF FOUNTAIN VALLEY CITY OF POMONA CITY OF STANTON BAXTER GRIFFIN INC. CIT`_' OF WESTMINSTER MT. SAC COLLEGE L.A. CO. DEPT P. WORKS COUNTY OF ORANGE COMPLETION DATE AMOUNT 328,262.00 33,920.00 57,130.00 6,853.00 108,000.00 9,748.00 34,200.00 71,134.00 45,787.00 136,094.00 205,957.00 18,364,00 31,822.00 83,257.00 30,840.00 243,945.00 49,213.00 111,006.00 188,663.00 40,620.00 11,836.00 198,198.00 16,160.00 50,412.00 381,000.00 125,251,00 17,930.00 18,752.00 57,834.00 9,185.00 235,898.00 57,733.00 56,421.00 13,863.00 51,.731.00 58,794.00 10,500.00 59,347,00 21,250.00 67,800.00 110,450.00 0 NOTICE 0 Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: 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. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner :o transact business of insurance in the State of 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: Property- Casualty. Coverages shall be provided d as spe ie in the Standard peci ications for Public Works Construction, except as modified by the Special Provisions. 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 y for Public Works Construction, except as mo if% the Special Provisions. • "The Pre4k 41 ed for this Bond is ir, :rtl.d in that shown on the Performance Bond." Page 8 PAYMENT BOND Executed in triplicate Bond No. 159 22 14 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 11, 1989 has awarded to NOBEST INCORPORATED hereinafter designated as the "Principal ", a contract for San Joaquin Hills Corona del Mar State Beach Road Subdrain and Surface Drain Reconstruction; Additional Parking Stalls ;Contract 2585 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 Nobest Incorporated as Principal, and The Continental Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 00/100 Eighty One Thousand Three Hundred Twenty Two and/ Dollars ($ 81,322.00 ) 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 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 tob be done, or for any other work or labor thereon of any kind or for amounts due under the. Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 0 Page 9 Payment Bond (Continued) 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 to them or their assigns in any suit brought upon 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 6 day of pece,,,h,-r , 19 gL. Nobest Inco rated (Seal) Name o Contractor (Principal Authorized r�itle Authorized Signati re'and Tifle The Continental Insurance ccupan (Seal) Name o Surety P.O. Box 5700 Brea, CA 92622 -5700 Addr ss of Surety _ - Signature and Title ot Authorized gent Linda D. Coats, Attorney in Fact 70 S. Lake Avenue, Suite 1100, Pasa& -nn,CA Address of Agent 818- 796 -3888 Telephone No. of Agent fl n _N s ,3 s a o' d n d N Z � O %C KD04 o,m 6z> �r r r y Azr Z ti m < O O T o Z � O %C KD04 o,m 6z> �r r r y Azr lk , a - _� o a 3 3 d ° m cb - d O a v V N N J - ?' D N N N d O Ell O ryY C O = Y Y Q d n m _ <o N d m n ° m � v o O O N y N Q d O [D Y O = N N fD JC d_ Y d O (p N 3 a $ 0 y c n a 11 �o MM "'OaOOO,, P- po cy M [� O €•e Q {U H r 2 '0 ft H pyuwm,e mmnnmm N N a N r• N N z O �. Ort r N 01 MN 71 En c� r• O O rt O N P. N O N N N M C W f�D ¢ lfl �• 5� o m � N k a rt k The&pntinental Insurance CoVany 180 t alden Lane, New York, New York 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Linda D. Coats of Pasadena, California its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Ten Million ($10,000,000) Dollars This Power ofAttomey 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 Company on the 1st day of November, 1977: "RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, m Executive Vice President w a Senior Vice President or a Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President. a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to mach thereto the seal of the Company. RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by vsuch Power of Attorney or certificate bearmasuch facsimile signatures orfacsimile seal shall be valid and binding upon the Company when so affixed and in the Mure with respect to any bond, undertaking w contract of suretyship to which it is anadwd:' In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1st day of May, 1985. Attest: Robert W. Adler, Sr. Assistant Vice President STATE OF NEW YORK COUNTY OF NEW YORK .� THE CONTINENTAL INSURANCE COMPANY By `�•�:i' Mxf+ael I. Beerraerl. Yice Resident On this tst day of May, 1985, before me personally came Michael I. Beemaen, to me known, who being by me duly sworn, did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. AV r,...j %'•. eusuc,r i NOTARY PUBLIC. State of New York No. 344663117 Qual. in Kings County CERTIFICATE Commission Expires March lo' 1986 I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO H E REBY CERTI FY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of New York, in the State of New York. Dated the 6 day of December 19 89 2 lames M. Keane, Assistant Vice President 11 BOND 4315L �" Pnnt c.t in t n c FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 Executed in triplicate Premium $1,220.00 Bond No. 159 22 14 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 11, 1 has awarded to NOBEST INCORPORATED hereinafter designated as the "Principal ", a contract for San Joaquin Hills Road Subdrain and Surface Drain Reconstruction; Corona del Mar State Beach Additional Parking Stalls - Contract 2585 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 Nobest Incorporated as Principal, and 'The Continental Insurance Campany as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 00 /100 Eighty one Thousand Three Rmdred Twenty Two and/ Dollars ($81,322.00 ). 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 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 keep truly and perform the covenants, conditions, 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 1 6 6 Page 11 Faithful Performance Bond (Continued) 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that the 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 6 day of Decenbar , 19a—. Nobest Incorporated (Seal) Name of ontractor Prtnctpa i Autho" rized Signature land itle �.A;!.na� � Authors z� St gnatr�/he 'and Title lie The Continental Insurance Company( Sea i ) Name of Surety P.O. Box 5700 Brea, CA 92622 -5700 Address Surety Signature and Title of Authorized Agent Linda D. Coats, Attorney in Fact 70 S. Lake Avenue, Shiite 1100, Pasadena, CA Address of Agent 818 - 796 -3888 _ Telephone No. of Agent n r Z Ini m � m T n D _ Z+ O vmIza u �Z n N N (O N w I v n a m 3 o f c n n N N (O N w w o v o � O O C A ijYR n N O N N O R �p w 0 w N O J F >• o w N N {p JC � J O w _ C 3 oN m c n §® ROR / ° \\E $ [\ . , \ §( / }(: °[ _R E \(�( ]2& \\ \[\ ¥q[eEn mow, » En 8T \ ° ca A § , }(D ( �( i U) § \p/ } /P) [ E ) In n ao cu �, % (D m it \ \ )&S7 § . Lo ,\ #� 2 The&ontinental Insurance Company 180 NITiden Lane, New York, New YorT 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Linda D. Coats of Pasadena, California its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Ten Million ($10,000,000) Dollars 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 Company on the 1st day of November, 1977: "RESOLVED, that the Chairman of the Board, the Vitt Chairman of the Board, the President, an Executive Vice President or a Senior Vine President or a Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant V¢e Resident, a Secretary or an Assistant Secretary be, and that each or any of them hereby i4 authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney orcer ificatebearingsuch facsimile signatum or facsimile seal stall be valid and binding upon the Company when soaffixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is ana hed:' In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1st day of May, 1985. Attest: Robert W. Adler, St" Assistant Vice President •'� -_%' STATE OF NEW YORK >` COUNTY OF NEW YORK THE CONTINENTAL INSURANCE COMPANY By Michael I. Beenuert, Vitt President On this 1st day of May, 1985, before me personally came Michael J. Beemaert, to me known, who being by me duly sworn, did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ETHELTA LTA RANoO ... _ NOTARY PUBLIC, rune of New York ,y ' • ", No. 244663117 Qual. in Kings County CERTIFICATE Commission, Exp1fes March 3o, t9B6 I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of New York, in the State of New York. Dated the 6 day of Decen ber ,19 89 lames M. Keane. Assistant vice Resident 11 BOND 43151. '" Printwl in t I C a 0 i STATE P.O. BOX 807, SAN FRANCISCO, CA 94101 -0807 COMPt NSATION I N S U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE DECEMBER 7. 1989 POLICY NUMBER: 440 -89 UNIT 0004564 CERTIFICATE EXPIRES: r CITY OF NEWPORT BEACH oUILDING 9 SAFETY DEPARTMENT P.O. BOX 1768 NEWPORT BEACH JOB: ALL OPERATIONS CALIFORNIA 92663 I L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California — Insurance Commissioner to the employer named below for the policy period indicated, This policy is not subject to cancellation by the Fund except upon tenxvs' advance written notice to the employer. We will also give you TENXckys' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate 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. y PRESIDENT ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFF °CTIVE 10/01/89 IS ATTACHED TO AND FORMS A PART OF THIS FOLICY. { i I F- L EMPLOYER NOBEST/ INC. 7600 ACACIA GARDEN GROVE CALIFORNIA 92641 I SCIF 10262 (REV. 10 -86) OLD 262A A (n z m n o � z (.. o D z c, C C � H H H z (D o = Z H o, �• r � r C-) N C) O A o o ° o n �•r z p z n a (n n ° c 0 � n A Z I N n a o -1 M cn O CO c A rt M m � o ('> C) C) O o° °�7 � on H Z O Co • n r N 00 00 n s A T1 vH a r r N 1� ^afff 3 0 z � rh j (D N (D F =Na O c, O (D CO -0 (D O h (D n o m mod (D s rt o m N �. 0 0 ° _ Z o 3 r 0,0 Y 0.y rto _N rt O (D O to n c N rt O O CL N (D (D ° ° z o- rD W m �.(D o am 3 rr N 0 3 N c o °0° :z • -n n (D to o o � N w CD N rD > H O F (D (D 'I S O P r a Q O N n A c 0 rt � � � C) O 3 O a N O 0 (D (D E O A m A 0 3 v M z N n --i O z H z ti c n z n M C-� m -i m C) a CD z CORROON & BLACK INSURANCE SERVICES P.O. BOX 90190 PASADENA, CA. 91109 -0190 NOBEST INCORPORATED P. 0. Box 874 Westminster, CA 92684 I; / 1 v- COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B LETTER COMPANY C LETTER WORKERS' COMPENSATION I STATUTORY i i= iv'SAI4 KG' AND $ EACH ACCIDENT EMPLOYERS' LIABILITY $ DISEASE - POLICY LIMIT $ DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STAMORY DESCRIPTION OF OpERAT1pNS/ IOCgTIpNS�yE ♦gOLES/RESTRICTIONS/SPECIAL ITEMS: ALL OPEMTIONS PERFORMED FOR THE CITY OF NEWI BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS - Contract No. 2585 PROJECT TITLE AND CONTRACT NUMBER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON RENEWED, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN, ADVANCE 3300 NEWPORT BLVD, NOTICE TO THE CRY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92658 -8915 �ATf€NT]ON: Lloyd Dalto , Pro 'ect Manager 1Qr�'��CL IIlYS�70n� 12 -11 -89 INDICATED NONOTWITHSTANDING IDNOTWITHSTANDING NDINNOTWITHSTANDING AN-N A - °•- -• •w .w � m rwvc nttn ISSUED TO THE INSURED NAMED ABOVE FOR"T}IE RdL1C1'°FERi'OD CERnFICATE . Y f1EOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INSURANCE HEREIN IS DESCRIBED SUBJECT TO ALL THE TERMS, EX US �' AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. WENDED ALTERED BY THIS CERTI ICATE NSURANCE EFFECTNE EXPIRATION POLICY NUMBER �.� ALL LIMBS IN THOUSANDS LIABILITY VGENERAL E BASIS ONLY) GENERAL AGGREGATE $ 83005726523 8 -3 -89 8 -3 -90 2 , 000 , �- L SNE /SAGGLREGATE $ OPPERMOT 2 , 000 , CONTRACTORS P� ❑ CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ 1,000, © PRODUCTS /COMPL OPER. ® XCU HAZARDS EACH OCCURANCE $ 1,000, ® BROAD FORM PROP. DAMAGE FIE DAMAGE $ 50, ® SEVERABILITY OF INTEREST CLAUSE WNY ONE FIRE) ® PERSONAL INJURY WITH EMPLOYEE EXCLUSION REMOVED MEDICAL EXPENSES $ MARINE (ANY ONE PERSON) 5, A AUTOMOBILE LIABILITY COMBINED COMPREHENSIVE 83FJ820411CCA 8 -3 -89 8 -3 -90 SINGLE LIMIT $1,000, BODILY INJURY (PER PERSON) $ X OWNED a X HIRED BODILYINJURY $ (PER ACCIDENT xONON-0WNED PROPERTY EXCESS LIABILITY DAMAGE $ UMBRELLA FORM EACH OCCURRENCE AGGREGATE OTHER THAN UMBRELLA FORM $ S WORKERS' COMPENSATION I STATUTORY i i= iv'SAI4 KG' AND $ EACH ACCIDENT EMPLOYERS' LIABILITY $ DISEASE - POLICY LIMIT $ DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STAMORY DESCRIPTION OF OpERAT1pNS/ IOCgTIpNS�yE ♦gOLES/RESTRICTIONS/SPECIAL ITEMS: ALL OPEMTIONS PERFORMED FOR THE CITY OF NEWI BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS - Contract No. 2585 PROJECT TITLE AND CONTRACT NUMBER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON RENEWED, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN, ADVANCE 3300 NEWPORT BLVD, NOTICE TO THE CRY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92658 -8915 �ATf€NT]ON: Lloyd Dalto , Pro 'ect Manager 1Qr�'��CL IIlYS�70n� 12 -11 -89 0 Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability (x) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ per person $ per accident $ 1,000,000 C.S.L. The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: 5. Designated Contract: CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS- Contract 2585 Project Title and Contract No. This endorsement is effective 11 -13 -89 at 12:01 A.M. and forms a part of Policy No. 83FJ- 820411CCA Of The Aetna Casualty & Surety Company ompany A or ing overage Insured Nobest, Incorporated Endorsement No. 1 Producer CORROON & BLACK INSURANCE SERVICES Authoriepd Represent ve 0 0 0 Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x) Commercial ( ) Comprehensive General Liability $ 1,000,000 C.S.L. each occurrence $ 2,000,000 C.S.L. aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: 7. Designated Contract: —CORONA _ 5 Project it a an Contract No. This endorsement is effective 11 -13 -89 at 12:01 A.M. and forms a part of Policy No. 83CO- 5726523 Of The Aetna Casualt & Suret Com an ompany A or ing an Insured Nobest, Inc. Endorsement No. 1 Producer A CORROON & BLACK INSURANCE SERVICES By u�xXi� AUthorlzqy Represent ve • i Page 15 CONTRACT THIS AGREEMENT, entered into this Z&Aay of , 19&. by and between the CITY OF NEWPORT BEACH, 'reinafter "City," and NOBEST INCORPORATED hereinafteimi Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids public work: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS Title o Project for the following described 2585 Contract No. (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS 2585 Title of Project Contract No. which project is more fully described in the contract documnts. 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 EIGHT -ONE THOUSAND THREE HUNDRED TWENTY -TWO DOLLARS AND ZERO CENTS ------ ($ 81.322.00— 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 obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and documents referenced therein Endorsement(s) . `1 0 Page 16 SAN JOAQUIN HILLS ROAD SUBDRAIN (f) Plans and Special Provisions for AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnity 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. CITY OF NEWPORT BEACH By d=*Y— ?19-owv� Mayor ATTEST: Authorized Signature and 'Title X4A--)( / Authorized Signat r eland Title c. tr 2< ID O > 00> LD. PL SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN JOAQUIN PARKINGE UCTION; STALLS CONTRACT NO. 2585 I. SCOPE OF WORK The work to be done under this contract consists of (1) constructing a subdrain and reconstructing a surface drain along San Joaquin Hill Road, (2) removing sidewalk and constructing additional parking stalls in the Corona del Mar State Beach parking lot, (3) relocating street light facilities at the above locations, and (4) performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. D- 5195 -S, and M- 5286 -L (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, ( 988 E ition); an 4) the Stan ar Specifications for Public Wor s Construction, (1988 Edition, including Supplements . Copies o the tan ar Special Provisions and Standard Drawings may be purchased at t e u is Works epartment for Five Dollars 5.00). Copies of the Standard Specifications may be purchased from Building News, nc., 0 5 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license, a Specialty Earthwork and Paving Contractor C -12 license, or a Specialty Concrete Contractor C -8 license. III. COMPLETION, SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a schedule of work to the Engineer for approval a minimum of five (5) working days prior to commencing any construction. The following requirements shall be incorporated into the schedule: A. All work under this contract shall be completed by March 30, 1990. B. All work, including clean -up, at the San Joaquin Hills Road jobsite shall be completed within 40 consecutive calendar days. C. All work, including clean -up, at the Corona el Mar State Beach jobsite shall be completed within 20 consecutive calendar days. 0 E SP 2 of 5 D. The Contractor shall construct lighting standard foundations and electrical conduit with conductors as the first item of work at the San Joaquin Hills Road site. The two lighting standards which interfere with construction of drains will then be removed and relocated by others. E. The Contractor shall construct electrical conduit with conductors and install pull boxes as the first items of work at the Corona del Mar State Beach site. The new lighting circuit will then be energized by the Contractor prior to sidewalk and curb demolition. F. The Contractor shall be assessed $250 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the consecutive days allowed above for 100% completion of work at each site. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the contract by March 30, 1990. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for 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, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for related items of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND SAFETY The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications, except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook, (WATCH), published by Building News, Inc. A. Traffic Control Plans The Contractor shall submit a written traffic control plan for each construction site to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any construction. VII. VIII 0 0 SP 3 of 5 The traffic control plans shall incorporate the following: The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to bicyclists, motorists or pedestrians. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. 3. Reopening all traffic lanes materials at the Engineer's each days' work. B. "NO PARKIN&, TOW- AWAY" Signs and consolidating equipment and approved location upon completion of Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimen- sions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days 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. CONSTRUCTION SURVEYING STAKING Field staking for control of construction will be provided by the Engineer Limits of removal are field - identified by orange paint marks. Existing survey ties adjacent to removals shall be protected and maintained. In situations where survey ties interfere with the work, the Contractor shall notify the engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset survey ties. CONSTRUCTION DETAILS A. Existing Barbed Wire Fence The existing barbed wire fence located behind the existing surface drain will be removed by others prior to construction. The Contractor shall provide one (1) week minimum prior notice to the Engineer to effect fence removal. Reinstallation of fence shall be by others, if they desire. • 0 SP 4 of 5 B. Clearing, Grubbing and Excavation 1. The Contractor shall clear and grub to 10 -feet minimum behind the curb face of San Joaquin Hills Road within the limits of construction in strict conformance with Section 300 -1 of the Standard Specifications. The Contractor is advised that this 10 -foot area is very wet, and that water from the adjacent undeveloped parcel drains both above grade and below grade to this area. 2. The Contractor shall remove the San Joaquin Hills Road AC curb at full thickness sawcuts. AC sawcuts shall be located to permit at least a 12 -inch width of 8 -inch thick AC patchback adjacent to new gutter construction. 3. The Contractor shall remove Corona del Mar State Beach sidewalk to expansion joints or to full depth sawcuts along score lines (where they exist). C. Drainage Fabric Drainage fabric shall be 41; oz. /yd. minimum weight nonwoven polypropylene such as Supac 41 NP by Philips Fibers Corporation, (800) 437 -6600; Drainage 4545 by Amoco Construction Fabrics, (404) 956 -9025; Terra Tex SO by Webtec, Inc., (800) 525 -6525; Mirafi 140 NS by Mirafi, Inc., (714) 859 -8984 or Trevira Spunbond 1115 by Hoechst Fibers Industries, (800) 845 -7597. Fabric shall be installed and gravel shall be backfilled in strict conformance with the fabric manufacturer's written instructions. The Contractor shall submit at least 2 copies of such instructions to the Engineer at least 2 weeks prior to placement of fabric. D. Subdrain Pipe Subdrain pipe materials shall be 1) perforated SDR 35 PVC or 2) perforated corrugated HOPE with minimum stiffness of 35 psi at 5% deflection. Perforations shall be 3 at 1200 configuration, slotted or circular, with 1.75 sq. in. minimum inlet area per foot of pipe. Pipe shall be installed and gravel shall be backfilled in strict conformance with pipe manufacturer's written instructions. The Contractor shall submit at least 2 copies of such instructions to the Engineer at least 2 weeks prior to placement of pipe. E. Gravel Backfill Gravelbackfill shall be No. 2 Concrete Aggregate gradation per § 200 -1.4 of the Standard Specifications. SP 5 of 5 F. Existing 24" CMP The existing 24" CMP to be removed for junction box construction usually contains a continuous volume of drainage flow from The Irvine Company property. The Contractor shall divert this flow during junction box construction and cure of the box invert. The Contractor's method of diversion shall be approved by the Engineer prior to the diversion. If the 24" CMP invert is at least 5' -0" below adjacent top of curb at its intersection with the 12" subdrain pipe, the Contractor may eliminate the diversion as follows: 1. Sawcut or torch off the top 18" of the 24" CMP within the interior limits of the junction box. 2. Construct the junction box around the remaining portion of the 24" CMP, including a curved channel leading from the 12" subdrain pipe to the remainder of the 24" CMP. 3. Torch off the remainder of the 24" CMP at the 12" channel upon cure of junction box concrete. G. Surface Drain The Contractor shall construct the PCC surface drain from Station 13 +99 toward Station 6 +35.52. Control joints shall be installed at 15 -foot maximum spacing along the surface drain in accordance with Section 303 -5.4.3 of the Standard Specifications. Concrete shall be placed and finished in accordance with Sections 302 -6.3 and 302 -6.4 of the Standard Specifications, except that wetted burlap shall not be dragged upon the concrete. Air placed concrete may not be substituted for PCC. H. Junction Box Grates and Frames Junction box grates and frames shall be hot - dipped galvanized after fabrication in accordance with Section 210 -3 of the Standard Specifications. The angles spanning the center of the junction box shall be cut away and the cuts shall be coated with Galvalloy or Galvicon prior to installation in the junction box. Grates and frames shall be heavy traffic type X -322B by Long Beach Iron Works, Inc. or A -1552 by Alhambra Foundry Company, Ltd. EX BLUFF / 12 1'- 4- 7 10" W-072 I .A BEGIN CURB a \ W1 ICE VEE SLAB yrIEX ELC 4 GRASS 12.30 FL i ! - - - - -- - - - -- - -� -- EX P 4 EX. ELC 2 4" A.C. PVMT. DSENS. TO �y PATCHBACK BE DETERM. BY ENGINEER .5 w SECTION A A = N.T.S. Z6 Ya .F I aM� pal CL s I w X W IIX ELC Ix 6 W CONDUIT TO (8.42 F LJ Y • ICKET BOOTH AqC �F+ JOIN EX CBG I EX CSG COAST Iffy in AT EXp. JOINT EX EC OCEAN BLVD PLANTER W/2 PALM TREES \— /� ADDITIONAL CORONA DEL MAR STATE PARKING BEACH PLAN STALLS LOCATION MAP N.T.S. N.T.S. OSAWCUT EX SIDEWALK AT SOORE LW.J= REMOVE 7 FOOT WIDTH OF 80EWAIX PLUS CURB 8 GUTTERAlLC BOXES AND CONDUIT. mICAVATE AND BARE lIDYRA04 8 CONSTRUCT TYPE B CURB PER ST0.-ISt -L WITH B- CF. !k 4 CONSTRUCT S- THICK VEE SLAB TO STRAIGHT GRADE BETWEEN S CONSTRUCT Ps S i -1 /4" CONDUIT W/ 4 -012 AND CONNECT BITO EX ANEL" G CONSTRUCT PS S CONNECT 14/4- CONDUIT W/ 4 - • 12 INTO CO ,TO ITICKET Doom 7 INTERCEPT AND CONNECT EX ELC INTO EX. PANEL -2585 CITY OF NEWPORT BEACH. DRAWN JW DATE 9/5/89 PURLIC WORKS OFPORTUFNT I APPROVED X7 0 CORONA DEL MAR STATE BEACH R.E. NO PUBLIC WORKS DIRECTOR ADDITIONAL PARKING STALLLS DRAWING NO. M - 5286 -L At ".''•J',ZG-0 to Pubi::h AOvV%,t: -rWnt% d ry kk+ ..e51"/ puJ:.e VIGIKVI try poCt" dl IM Sw"1101 COWI of anDs Milt. CAhforn,b. Number A -6214 dil 29 SapfOembar. 1061. and L24631 d1lad 11 Juno. 1063 STATE OF CALIFORNIA County of Orange even .,e,o 4e...�o tenrse w, w trx+ ceu.v rserr. I am a Citizen of the United States and a resident of the County aforesaid. I aim 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 to 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 2 consecutive weeks to wit the issue(s) of November 16 , 198 9 November 22 t98 9 198_ 198_ 19E_ I declare. under penalty of perjury, that the foregoing is true and correct. Executed on November 22 198 9 at Costa Mesa, Californian, Signature I L PUBLIC NOiId PUBLIC NOTICE NOTICE INVITINGBIDS Newport Beach. Sealed bitls may be re- 92659 -1768. calved at the office of the For further Inform City Clerk, 3300 Newport cell Lloyd R. Dalton, P Boulevard, P. O. Box 1768,1 Manager at 644 -3311. Newport Beach, CA Published 'Orange 92658 -8915 until. 11:00 a.m. Daily Pilot November 1 on the 1st day of December, 1989 1989, at which time such TI bids shall be opened and read for Title of Project: SAN JOAQUIN HILLS ROAD STALLS mtrect No.: 2585 19111ssr's Estinrl oproved by the Cfty lcil this 13th day of No- �er. 1989. 1NDA E. RAGGIO, City it ospective bidders may In one set of bid dccu. a at no cost at the office a Public Works Depart - 1, 3300 Newport :vard, P. O. Box 1768. PROOF OF PUBLICATION • • i TO: CITY COUNCIL FROM: Public Works Department •December 11, 1989 ,IUiC;;CITY COUNCIL AGENDA 'VEM NO. F -3(a) DEC 111989 SUBJECT: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION: CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS (C -2585) RECOMMENDATIONS: Award Contract No. 2585 to Nobest, Incorporated for the total bid price of $81,322.00, and authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on December 1, 1989, the City Clerk opened and read the following bids for this project: iCI.(g Low Nobest, Incorporated 2 Clayton Engineering, Inc. 3 Gillespie Construction, Inc. 4 Clarke Contracting Corporation 5 Ruiz Engineering Co. 6 Wakeham- Baker, Inc. 7 R & L Sewers, Inc. 8 Excel Paving Company * Corrected total bid price is $104,546.00. Total Bid Price $ 81,322.00 86,319.00 92,257.85 93,248.00 94,266.83 99,952.00 103,793.00 104,486.00 The low total bid price is 3% below the Engineer's estimate of $84,000. The low bidder, Nobest, Incorporated, is a well - qualified general engineering contractor who has satisfactorily completed previous contract work for the City. This project provides for 1) construction of a 5 -foot deep by 760 foot long subdrain and 2) reconstruction of 760 linear feet of 5 -foot wide concrete surface drain along the southerly side of San Joaquin Hills Road adjacent to the undeveloped Newporter North parcel (see attached Exhibit "A "). A substantial quantity of above- and below - ground water flows off of the adjacent land into the existing surface drain and under San Jaoquin Hills Road, leading to slime build -up and accelerated deterioration of the roadway, and to silting and root growth in the existing asphalt surface drain. The proposed subdrain should intercept the below - ground water, thereby assuring the longevity and the strength of the roadbed. The proposed concrete surface drain is needed to replace the broken asphalt surface drain, thereby providing a channel for the above - ground water which flows off of the adjacent property. The proposed drains will discharge into an existing storm drain pipe. • Subject: San Joaquin Hills Road Subdrain and Surface Drain Reconstruction; Corona del Mar State Beach Additional Parking Stalls (C -2585) December 11, 1989 Page 2 The contract also provides for the conversion of a wide sidewalk area into a revenue - producing parking area in Corona del Mar State Beach parking lot (see attached Exhibit "B "). Approximately 4J feet of sidewalk width will remain. Incidental street lighting conduit and pole relocation work will be performed at both sites. Funds for award are proposed from the following accounts: Account Description Account No. Amount San Joaquin Hills Road Drains 02- 3497 -492 $52,000 CdM Main Beach Parking Lot Sps 23- 2897 -054 12,000 Sidewalk, Curb & Gutter Repl. Prog. 02 -3397 -183 17,322 Plans and specifications were prepared by the Public Works Department. The latest possible date of completion is June 1, 1990. • Benjamin B. Nolan Public Works Director LD:so Attachment r I ' LJ 0 • I I I I I 1 - __-- _- - - -_ -- - - -_ -J i L I --- - -� _. - -- - - -- i rJ Raw � �s r R I0 ✓J_ I 1, "L "r*/EVAN Aly � .srearwsr�aew \ aeor�x s — 3 Poo E fvoo : o' 0 I1 N7s CITY OF NEWPORT BEACH PMuc WORKS KPARTU r SANAVOWAIets~ Ap)wwjwxnmL. SAM xvmwm pumut ILL No. onAwme No. , ti ME • 4 EX KJJFF BEEN CURB 6 \ ` ICE PtANT,,- / VEE !k� EX ELC X PAEarL 1 0-.%: O A i 5 �. J I M a I 3 W •� W � EX ELC I 1'- 4' 74r 4 1 EX GRASS 3 5 - EX ELC 2 EX. S A.C. DIIEW TO BE OETERM SECTION A BY ENOINEF� N.T.S. I6 I COMM TO i Tcw pom p COAST I) I% C" JOIN EX. C" in AT w. Jow I O1 ,�, OCE EX AN eLw Ec PLANTER W/2 PAW Tabu ADDITIONAL CORONA DEL MAR STATE PARIOiB BEACN PLAN STALLS LOCATION MAP N.T.S. OSAWCUT- DDEWLK AT >ICORB LW AND REMOVE 7 POOT WOM CF aDBMNUIpWff alrrs 6, surTeum Sam AND comm. Q>ATR pTaT PImPARa susaaos, 8 COtMTi w tYPB B CINIA PINI sTD. n.L WIM r cF. 4' OONa11KKT. W TNCK VEE RM TO 3" WNT GRADE OETWEEN JOW s COMMIUCT PO s 14/4' COMM W/ 4`-u 12 AND Co1s1ECr NTo EK PANEL. s CONSTRUCT PO s oONNECT 1 414' CONDW W/ 4 - s It INTO CONDUIT-TO iICIM 1500M 7 WMWI PT AND CONNECT EX ELC WM IM PANEL CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLLS C -2565. DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. — DRAN1INO NIX I; II TO: CITY COUNCIL FROM: Public Works Department NovemblP l3, 1989 CITY COUNCIL AGENDA ITEM CI F -12 NOV 13 1989 SUBJECT: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS (C -2585) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for 1 =ta be opened at fr:#:- ar-December }; � §89. DISCUSSION: This project provides for 1) construction of a 5 -foot deep by 760 foot long . subdrain and 21 reconstruction of 760 linear feet of 5 -foot wide concrete surface drain along the southerly side of San Joaquin Hills Road adjacent to the undeveloped Newporter North parcel (see attached Exhibit "A "). A substantial quantity of above- and below - ground water flows off of the adjacent land into the existing surface drain and under San Joaquin Hills Road, leading to slime build -up and accelerated deterioration of the roadway, and to silting and root growth in the existing asphalt surface drain. The proposed subdrain should intercept the below - ground water, thereby assuring the longevity and the strength of the roadbed. The proposed concrete surface drain is needed to replace the broken asphalt surface drain, thereby providing a channel for the above - ground water which flows off of the adjacent property. The proposed drains will discharge into an existing storm drain pipe. The Irvine Company (TIC) has been requested to r during construction so that the City's contractor may of vegetation prior to surface drain reconstruction. requested, pursuant to Chapter 10.48 of the Municipal a 5 -foot width adjacent to the proposed surface drain Their efforts will result in continuing effectiveness proposed improvements. ?move its barbed wire fence clear a 10 -foot wide swath TIC has also been Code, to maintain at least clear of all vegetation. and longevity of the • The contract also provides for the conversion of a wide sidewalk area into a revenue - producing parking area in Corona del Mar State Beach parking lot (see attached Exhibit "B "). Approximately 1,200 square feet of sidewalk at the right of the parking lot entry will be removed to provide approximately 9 additional parking stalls. Approximately 4J feet of sidewalk width will remain. (3J 0 0 Subject: SAN JOAQUIN HILLS ROAD SUBDRAIN AND SURFACE DRAIN RECONSTRUCTION; CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLS (c -2585) November 13, 1989 Page 2 • Incidental street lighting conduit and pole relocation work will also be performed at both sites. The estimated costs are $66,000 and $18,000 at the San Joaquin and the parking lot sites, respectively. Sufficient funds to award these amounts are available in the appropriations for San Joaquin Hills Road subdrain, Corona del Mar Main Beach Parking Spaces, Storm Drain Improvement Program, and the Sidewalk, Curb and Gutter Replacement Program. Plans and specifications were prepared by the Public Works Department. The latest possible date of completion is June 1, 1990. Benjamin B. Nolan Public Works Director • LRD:Ijp Attachments CC- 11- 13.1 &2 • i 3 ,QpgrSr7,igy15 I I I I I , I r I i _-- L I i /.I y ' /' /�•JI r p' MAE ca ry "iMMAWAt4of CITY ar .o � ! d/-"' pol shrmv MAO- WO N75 MN"OWfibLSRICO SZ4%%q4hVAAn &WACEMAN s . AW OM AML SL Fume won" ONAMM IM 00. oMMN. ow I Li I II 1 ' - - -- - - - -- LJ i L_I r- �I p,4r9t' AE'11FWr ,QpgrSr7,igy15 I I I I I , I r I i _-- L I i /.I y ' /' /�•JI r p' MAE ca ry "iMMAWAt4of CITY ar .o � ! d/-"' pol shrmv MAO- WO N75 MN"OWfibLSRICO SZ4%%q4hVAAn &WACEMAN s . AW OM AML SL Fume won" ONAMM IM 00. oMMN. ow r WGN Clp VEE SLAB CI 0 J L9 Z a X W • • 4 3� I,- v I 41— . 41-O"t A 4 I EX GRASS 3 EXS'AC DLELC 2 Ik DSEIIS, TO SE OEM BY ENGINEER SECTION A N.T.S,. CONDUIT TO TICKET BDDTN - E%. CSG L.'L11 PLANTER W/2 PALM TREft / T � CORONA DEN. MAR STATE PARIONS BEACH PLAN STMAS LOCATION MAP N N.T.S. T.S. ONR�rNCI1T�xsoewALNC AT sooRe LRIIe.IIlD IREIGIIE z roGT' 1NncITN aF soEyyALN�r�us a1RS a ; OH ERALC 90IMS AND COMO. O AWE AND PRIP le SUI INAK 8 Cgwm= Type B Cm ra sTm4wL W" Ir ar. CONSTRUCT or T"m VEe am TO STRAW" MIX BETWEEN ima S CGNSTAI)f.T PB 61 -I/4' COMM W/ 4-012 AND CONNECT INTO EX PANEL. G CMTR L06T PO S CORRECT 1*4/4' CONDUIT W / 4 - • It INTO CONDUIT TD CET -SWI t 7 INTERCEPT AND CONNECT 17L ELC INTO Ex PANEL C CORONA DEL MAR STATE BEACH ADDITIONAL PARKING STALLLS C -2585. 1 DRAWN dW DATE 9/5 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NM