HomeMy WebLinkAboutC-3021 - 1994/95 Sidewalk, Curb & Gutter Replacement Program, Lido Isle Sidewalk Replacement, Phase II0
CITY OF NEWPORT BEACH
November 7, 1995
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Los Angeles Engineering, Inc.
4134 Temple City Boulevard
Rosemead, CA 91770
Subject: Surety: Vigilant Insurance Co.
Bond No.: 8901 1117
Contract No.: C -3021
Project: 1994/95 Sidewalk, Curb and Gutter
Replacement Program, Lido Isle Sidewalk
Replacement, Phase II
The City Council of Newport Beach on September 25, 1995 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 October
11, 1995, Reference No. 19950447808.
Sincerely,
Wanda E. Raggio�
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk -�
City of Newprort Beach
3300 Newport Boulevard
Newport Beach, CA 92663
11
Recorded in the County of Orange, California
Gary L. Granville,
1111111111111 Clerk/Recorder
19950447808 10:29am 10/11/95
005 043196 14 32 MB3
N12 1 7.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Los Angeles Engineering, Inc., 4134 Temple City Boulevard, Rosemead, CA 91770as
Contractor, entered into a Contract on February 27, 1995
Said Contract set forth certain improvements, as follows:
1994/95 Sidewalk, Curb and Gutter Replacement Program, Lido Isle Sidewalk
Replacement, Phase II (C -3021) - located in the City of Newport Beach, County
of Orange
Work on said Contract was completed on June 8, 1995
and was found to be acceptable on September 25, 1995
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Vigilant Insurance Co.,
15 Mountain View Rd., Warren, NJ 070 61- 1615
BY
u ors irec or
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Newport Beach, California.
a
BY
city ClerK
v
�twk. d
, at
IT
i=
rJ i•
•
BY THE CITY (.v:.� .:! 0 September 25, 1995
CITY OF NEWPOFT
i CITY COUNCIL AGENDA
SFP 2 5 ITEM NO. 15
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: ACCEPTANCE OF 94/95 SIDEWALK, CURB & GUTTER REPLACEMENT
PROGRAM, BALBOA ISLAND, CORONA DEL MAR AND LIDO ISLE
SIDEWALK REPLACEMENT PROGRAM (C -3021)
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 replacement of sidewalk and curb & gutter in Corona Del
Mar, on Lido Isle and Balboa Island has been completed to the satisfaction of the Public
Works Department.
The bid price was $350,382.50
The amount of unit items constructed 366,121,47
Amount of change orders 0.00
Total contract cost $366,121,47
Following the award of contract, General Services requested the inclusion of
reconstructing some additional sidewalk and curb and gutter on Balboa Island. This
resulted in an increase in the amount of the unit items constructed.
• Funds for the project were budgeted as follows:
$100,000.75 from General Fund (Lido Sidewalk, Phase II) -
(Account No. 7013- P301267A)
$181,730.00 from General Fund (Coronad del Mar, Sidewalk)
(Account No 7013- P301268A)
$ 84,750.72 from Contribution Fund (Lido Sidewalk, Phase II)
(Account No 7253- P301267A)
SUBJECT: ACCEPTANCE4094 195 SIDEWALK, CURB & GUTTER REPLACEMEIRPROGRAM, LIDO ISLE SIDEWALK
REPLACEMENT PROGRAM (C -3021)
September 25, 1995
Page 2
The contractor is Los Angeles Engineering, Inc. of Rosemead, CA. •
The contract completion date was June 19, 1995. The work was completed
by June 8, 1995
Respectfully submitted,
tXu
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By //0-1 ` / "4 •
Horst Hlawaty
Acting Field Engineer
HH:so
•
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
(714) 644 -3005
DATE: March 16, 1995
SUBJECT: Contract No. C -3021
3 - i7 -9.S
Description of Contract 1994 -95 Sidewalk, Curb and Gutter
Replacement Program Lido Isle Sidewalk Replacement, Phase II
Effective date of Contract February 27 1995
Authorized by Minute Action, approved on February 27 1995
Contract with Los Angeles Engineering Inc
Address 4134 Temple City Boulevard
Rosemead CA 91770
Amount of Contract $350,382.50
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
. V
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915
until 11:00 A.M. on the 15th day of FEBRUARY, 1995.
at which time such bids will be opened and read for :
1994 -95 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM
LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
Title of Project
3021
Contract Number
$400,000
\L� o
Approved by the City Council
this 23rd day /of JANUARY, 1995
�z1iv/�✓7 ')e. Lf /►irn.i
Wanda E. Raggio
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. O. Box
1768, Newport Beach, CA 92658 -8915.
For further information, call GILBERT WONG at (714) 644 -3334.
Project Manager
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT
ADDENDUM NO.1
1994 -95 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM
LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
CONTRACT 3021
January 30, 1995
NOTICE TO BIDDERS
Please be advised that the following wording in the Special
Provisions has been revised as follows:
(a) Add the following to the first paragraph of Section II. A.
on page SP 1 of 10:
In addition, the Contractor shall complete all work at each
address location per P.C.C. REMOVAL AND REPLACEMENT SCHEDULE
within seven (7) consecutive working days after beginning work
at that address location.
(b) Add the following to the first sentence of the first
paragraph of Section II. A. on page SP 2 of 10:
The term "work" shall also include protection /restoration of
existing curb drains.
(c) Add the following to the third paragraph of Section II. A.
on page SP 2 of 10:
....and for each day in excess of the seven (7) consecutive
working days, allowed for 100% completion of work at each
address location.
(d) Add the following holiday to the second sentence of
Section II. C. on page SP 2 of 10:
....and Memorial Day (the last Monday of May).
Please sign and date this addendum and attach it to your bid proposal.
Failure to do so may result in disqualification of your proposal.
Gilbert Wong
Project Manager
I have carefully examined Addendum No.l and included full payment
therefor in our Proposal.
LOS ANGELES ENGINEERING, INC.
4134 TEMPLE CITY BLVD.
ROSEMEAD. CA 91770
a IS Ilt-)
Date
Bidder's Name
Aut rized Signature
ROB 2T A. GOMEZ
ATTORNEY -IN -FACT
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
0
PR 1.1
1994 -95 SIDEWALK AND CURB AND GUTTER REPLACEMENT PROGRAM
LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
CONTRACT NO. 3021
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete this Contract No. 3021 in accordance with
the Plans and Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item
of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Traffic Control and
Mobilization
Three Thousand
@ Five Hundred Dollars
and
Zero Cents
Per Lump Sum
2. 1500 Reconstruct existing P.C.C.
Lin. Ft. Type B curb per schedule
@ Nineteen
Fifty
Per Lineal Foot
Dollars
and
Cents $19.50
$3,500.00
$29.250.00
•
11
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 59,000 Reconstruct existing P.C.C.
Sq. Ft. sidewalk per schedule
@ Three Dollars
and
Thirty -Three Cents $3.33 $196,470.00
Per Square Foot
4. 1,200 Reconstruct existing P.C.C. Type A
Lin. Ft. curb and gutter per schedule
@ Twenty -Three Dollars
and
Fift Cents $23 50 $900.00
Per Lineal Foot
5. 1,300 Reconstruct existing P.C.C.
Sq. Ft. cross gutter per schedule
@ Six Dollars
and
Thirty -Five Cents $6 3S $S 755 00
Per Square Foot
6. 600 Remove existing P.C.C. improvements
Sq. Ft. and construct Case E or Case C
P.C.C. access ramps per schedule
@ Four Dollars
and
Fifty Cents $4 5n $2 Inn on
Per Square Foot
7. 2,900 Remove existing P.C.C. improvements
Sq. Ft. and construct Case LB or LL P.C.C.
access ramps per schedule (including
4" wide variable height curb)
@ Fiva Dollars
and
Fifty Cents $ ti tin $tc� g5o nn
Per Square Foot
0
TEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
8. 750
Sq. Ft
9. 450
Lin. Ft
Reconstruct existing P.C.C. alley
approaches \alley per schedule
PR 1.3
UNIT TOTAL
PRICE PRICE
@ Seven Dollars
and
Thirty -Five Cents $7.35 $5,512.50
Per Square Foot
Provide and install root
barriers for sidewalk
replacement per schedule
@ Fifteen Dollars
and
Zero Cents $ 19-00 $6-750 00
Per Lineal Foot
10. 320 Remove existing P.C.C. improvements
Sq. Ft. in the parkway per schedule
@ One Dollars
and
Twenty -Five Cents $ 1.25
Per Square Foot
11. 90 Reconstruct existing P.C.C.
Sq. Ft. driveway approach per schedule
@ Four Dollars
and
Fiftv Cents $ 4.50
Per Square Foot
12. 35,000 Construct "Diamond" pattern
Sq. Ft. score line on proposed P.C.C.
sidewalk (only on Lido Isle)
$400.00
$ 405.00
@ Zero Dollars
and
Seven`d Cents $ n vn $ 24 500 0a
Per Square Foot
9 0
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
13. 37,000 Provide and mix color additive "Adobe Tan"
Sq. Ft. No.0 -21 of Chromix as manufactured by
Scofield Co. to proposed P.C.C. sidewalk and
curb access ramps (only on Lido Isle)
@ Zero Dollars
and
Seventy -Seven Cents $0.77 $28.490.00
Per Square Foot
Three Hundred Fifty Thousand
Three Hundred Eighty- Two
Fifty
TOTAL BID PRICE (WRITTEN IN WORDS)
2_/15/95
Date
Dollars
and
Cents
Los Angeles Engineering, inc.
Bidder
$ 350,382.50
TOTAL BID PRICE
(FIGURES)
(818) 454 -5222 S/ Robert A. Gomez, Attorney -In -Fact
Bidder's Telephone No. Authorized Signature /Title
4134 Temple City Boulevard
591176 -A Rosemead, CA 91770
Bidder's License Bidder's Address
No. & Classification
INSTRUCTIONS TO BIDDERS
0
Page 2
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
except that cash, certified check or cashier's check (sum not less
than 100 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 responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
0 0
Page 2A
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 -7961 inclusive).
The Contractor shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a co
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
:-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
591176 -A
Contractor's License No. & Classification
Los Angeles Engineering, Inc.
Bidder
2/15/95 S/ Robert A. Gomez, Attorney -In -Fact
Date Authorized Signature /Title
5/91
• •
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. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1 NONE
2.
3.
4.
S.
6.
7.
8.
9.
10.
11.
12.
Los Angeles Engineering, Inc.
4134 Temple City Blvd.
Rosemead, CA 91770 S/ Robert A GomP> Attornay -Tn -Fact
Bidder Authorized Signature /Title
5/91
• •
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we,
bidder, and V
Inc.
Page 4
as
as
Surety, are held and tirmly bound unto the City of Newport Beach,
California, in the sum of Ten Percent of the Amount of the Bid Dollars
($ 10% ) , lawful money of the United States for the payment
of which sum well and truly to be made, we bind ourselves, jointly
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the
construction of 1994/95 Sidewalk Curb,Gutter Replacement Lido Isle Sidewalk Replace -
(Title of Project and Contract No.) in the 'City of Newport Beach, men-, Phase
is accepted by the City Council of said City, and if the above II C -3021
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
15th day of February , 19 95.
Los Angeles Engineering, Inc.
Bidder (Attach Acknowledgment
Of Attorney -In -Fact)
S /Bronwyn Murdock
Notary Public 7-22-96
Commission Expires:
5/91
S /Robert A. Gomez. Attorney -In -Fact
Authorized Signature /Title
SURETY Vigilant Insurance Co.
By: S/ Mark E. Shreckencast
Attorney -In -Fact
POWER OF ATTORNEY
VIGILANT INSURANCE COMPANY •
ATTN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -2000
Fax No.: (908) 9034658
Know an Men by thane Pnwnb. That VIMLANT MWnANCE COMPANY, a Now York Cotpwdlon, has consUluted and appointed, and does hereby
oxwetutearwappolm Howard Siskel, Richard Adair, Joseph E. Cochran, Bronwyn Murdock and
Mark E. Shreckengast of Los Angeles, California ------ ------------------------
each Its true and %whU AUmneyan -Fact to execute under such desoudion N Its name and to alk Its corporate seat to and deliver for and on its behaU as surety
thereon orodlerwise, bonds or obligations given or executed in 1fe course of its business, and consems for ft release of retained percentages anNa final esumates.
bwere. Vrere a... t1vtouANrrrs uRANCErnanANrbu .Pauwebwer++ew.aArMhwpnwrbaet WbrrVlararer +maA0WWsaawyareraaPS .wrbohr
aawaar 15th ftoe September, ra 94
caeaar sea
M
annex d. Maeb if
We pmew"t
RATE OFIRW ATIIaEV l �.
County of Sornereel I
on oft 15th aqa September, ra 94 . berornwP«. augan. wwmc. w« dxbrerr. nraerm. rr .nbbeAeewrwswaryavaiuwrwsuwucE
COWANV.haApaabnd@=ftdb WA«a, ewaAW001 -1 nPaws Aa awy,WWaWNemMC.WMNMbeepbyWaeymm. Wd.PeeeWwyaw MrANd%MSe rVa VORANT
MWRANCECeerPANTWYrlAaehaapaWewhnel; wtheeaaNa /bWbrep«VPewrdAMMWreuahbbipwW eWWeveheft~byaulwaya hay!w eleWCampaq•,Weut
negmdsWPa ofAmrnsyrMegaSUwWyaMtl CovpwgbVMnwjg rK.Wtw IrreoewMeerehdrWa.Mra[Wluew NmbMwVb PweWeaaeeHCageny.Wtlulbr.7r��n
d eW aarM04 Mraa aW«,beb eW ►e ra a Airrey Y b w arAare IrnawY.p a eW Oran 0. eebeltW w ariao ee«uaeeby bapnq a "Id Or' AM W b aepawM•e ae,MrA.
"a"SW @D4tW `AapwNap.a W bMae CEa11PICATM j JANET A. SCAVONN EE P"oi`
aTATE aF NEw+ERaEr Notary Public. State of New jersey
} �'
Cauntq al Sometsat No.2065520 Commission Exn? October���qq4
4hutlaapNe,A.errea Seaerq VNXLAMNISURAIKECU ~.Mherbywnlyhuh'r" raaMemaptbbn M6yt+ewdhaW Ma4ibtM bye eoad d Doai W 1W
ur eyiw r in Y ere W Meet
'ARn=XV
seawz AAbwde.waawAgr.wnnw W ehr beewrrMMw hn s arw tr W anbarl a h Cagrry rAMatr aalnnlea q tw «e ShbW baroae, wr W ehMbea..wre
b W ern ere M berm a h Cagany eaw W h Cnnlw a h Ver Crrelrw a w PweraM «s Vb Piwgea, lobay an h Beorerly a an AeerrrM SaaauX Iel/er arr IwpAaiM
aedairAerr, eApephl anyar «mor abwr «aaanyeb•4d0eeipra n anywebhaon ah 6oaad OYecbr «M EaaWre Calledew, «n any ppwrd aepnry aierAAeO n prtrri/M 1p
n Saarn a b1bK eey enaY any sum b" ueleaelnp «bhreb4dM as ptaNM n ewh ArPINP l apmWd Murry.
s.aen a.Aa PAeaA aaAAwya W w banal a W oarory any W aW be rnaAe/ h h apnra W M OeneE a h tkngrry, alllerM h qubrrAl «h Mw t7laaman «h PrMieaa «.
Moe PeeWw «alA«rIWVa PreWp( ioYOyVMwaeaaq «enAWMSeaauy,aurnwnMpeCWe Oblprpan. 71* 4 eeaeuvhcN *Wbeago.a,pI wMapepMO.
The rpuawa.ed.aMbaoAYVdboaa: Chaftw, Mw ChWMWk PreeWSK any VIM PrW%Wq ANO TAN PRONWA. am SOW". UNAiYWa Sectary Wh Ua 9f 0% cW0vr
eery be aftW by 4rA4W bay paver a amnry «b sW oen N wrwV tomb APPON0 a AAerar SOMMON a Aearry"i Fad a purpow aMy of an'" W eauaV ba W
undW"*W WaaawrWge obepebrybMIlehee hwa, WanyaudiPaws AeenryW0fftM WbeenVeudr e.e.YrW aprwab«reeeWehYbMAaWNniq Upwd cane"
W anya«hgown eo eeeaAa/WPera1.PWwoh rwrW someWrwb Ma WOW MWOM bnarV WwW CWg all= P= bay bbl«unaWaVb«aA b rawaW.'
rblwaAey/n1WWVKRAW RIGURANCE COMPANY I,aMacanMbeanW aeuaY W aMyarYWe beaenah SrW ah Uda $rlee aAmara, ar+aa Cdwria W Pwrb Rico. W r ero
"WWOW b bemlr eW eueq M bale, uWauNnpi. eb. penatW «naiae by h Wn a h UnW &SIM
AnP1ko woowyerehbrp1Np FawnerAWMWrbAaraw Weaea'
arw Ae,rmhjpgRqV1WaeWCwpoyawaw. NJ. a" 15th ftya February Is 95
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF
ANY OTHER MATTER. PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE
Few 15.1W?0(nes. W)00N5EW
Form A205 General of Attorney 90 596220
RECORDING REQUESTED By AND MAIL TO
w .J. o;K I6ob,
F' t -.SIC` GENERAL POWER OF ATTORNEY
(With Durable Provision) FEE
TO ALL PERSONS, be it known, that ANGUS O'BRIEN z
PRESIDENT of
LaS ANGJgS ENGINEE51NG INC. . the undersigned
cantor, o crebym can grant a general power ofavomey to ROBERT GOMEZ
PROJECT MANAGER of
LOS �tNGELFdS ENGINEJRkNG �NC. and do thereupon
cons tuts an appoint sat to vittua as my attorney -in -face
My anomey -in -fact shall have full powers and authority to do and undertake all acts on my behalf
that I could do personally, with full power of substitution and revocation, including but not limited by said
authority die tight to sell, deed, buy, trade, lease, mortgage, assign, rent or dispose of any of my present or
future real or personal property; the right to execute, accept, undertake and perform any and all contracts in
my name; the right to deposit, endorse, or withdraw funds to or from any of my bank accounts, depositories
or safe deposit box; the right to borrow, lend, invest or reinvest funds on any terms; the right to initiate,
defend, commence or setae legal acdons on my behalf; the right to vole (in person or by proxy) any shares
or beneficial interest in any entity, and the right to retain any accountant, auomcy, or other advisor deemed
necessary to protect my interests generally or relative to any foregoing unlimited power.
My attorney -in -fact hereby accepts this appointment subject to its terms and agrees to act and
perform in said fiduciary capacity consistent with my best interests as he in his best discretion deems
advisable, and 1 affirm and ratify all aces so undertaken.
Special durable provisions:
This power of attorney _ shall be revoked upon _ shall not be affected by disability of
the Grantor, and shall otherwise X continue in full force and effect until revoked by subsequent writing
_ become null and void after date of 19 : (initial provisions which
apply)
Other terms:
ATTORNEY IN FACT SHALL HAVE THE RIGHT TO SIGN ANY AND ALL CONTRACTS
ANO 910 Of1CIIMFNT.S ON! -Y.
RECORDED: FILED IN OFFICIAL RECORDS
RECORDER'S OFFICE
LOS ANGELES COUNTY
CALIFORNIA
4 S' T 8
PA A.M. MAR 30 1993
PAS
Signed under seat this 19th dayof MARCH ,1993
Signed in the presence of:
(ITV W, i Aegh. . n iCl
CAROLYN SC MT
_Ap4zi'
FRANK FERRI
Note: Delete powers that do not apply
Stateof CALIFORNIA
County of LOS ANGELES
SS. MARCH 19th .1993
Then personally appeared ANGUS O' BR I EN , the above named.
Grantor who known m me, signed or acknowledged the foregoing executed Power of Attorney as his or her
frec act and coed, before me.
'Z
N eery Public
M o mis, on Expires: NOVEMBE 1996
9I,111!I�IIiIIIIIIIIIIIII, ppp RONI�OLDUK * p
0 53926 20022 Cm+031.1c 500
tqt� vwuccww 9 e E -Z Legal Fomhs
Iry (man rave: W'. 1.
State of California l
County of Los Angeles 1l
0 15. S before me, Bonnie Lane
( ATE) NAV. "tT',E OF GFPOE? c ._ --CE . NO'_R� P'JRLOI
personally appeared Robert A. Gomez _
(N -MEfSi OF SiGNERIsu
V.personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
to me that he /she /they executed the same in
his /her /their authorized capacity(ies), and that by
r r�F BONNIE LANE his /her /their signature(s) on the instrument the
0 . Comm. #969311 person(s), or the entity upon behalf of which the
"awl r NOTARY PUELIC CALIFORNIA person(s) acted, executed the instrument.
145 L03 ANGELES COUNTY
My Comm. Expires July 9, 1996 witness my hand and official seal.
(SEAL) (SIGNATURE OF NOTARY)
ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Bid Documents
Signer(s) Other Than Named Above
�LL
a
CAPACITY CLAIMED BY SIGNER(S)
INDIVICUAL(S)
CORPORATE
OFFICER(S)
PARTNER(S)
XX Ai IORNEY IN FACT
= TRUSTEE(S)
GUARDIAN /CONSERVATOR
C OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITY(IES)1
Los Angeles Engineering,
this certificate to any unauthorized document
Date of Document
NON - COLLUSION AFFIDAVIT
State of California
Count of Los Angeles ss.
Y
0
Page 5
Robert Gomez , being first duly sworn, deposes and
says that he or she is Attorney -In -Fact of Los Angeles Engineering,, Inc.
the party making the foregoing bid; that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true
and correct.
Los Angeles Engineering, Inc. S /Robert A. Gomez, Attorney -In -Fact
Bidder Authorized Signature /Title
Subscribed and sworn to before me this 15th day of February
1995.
[SEAL]
Bonnie Lane
Notary Public 7 -9 -1996
My Commission Expires:
5/91
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 For Whom Person Telephone
Completed Performed (Detail) To Contact Number
SEE ATTACHED
Los Angeles Engineering, Inc.
dder
5/91
S/ Robert A. Gomez, Attorney -In -Fact
Authorized Signature Title
ENGINEERING
LOS ANGELES ENGINEERING, INC.
General Engineering Contractor
License No. 591176 -A
42. City of San 'Dimas
Krishna Patel
RECENTLY COMPLETED
(909) 394 -6200 $219,931 LDLO
Walnut Ave /Teague Drive Imp. 1/94 - r ,O e °
rn i r� I M . J r✓ o-.,1
43.
City of Simi Valley
Improvements of Drainage
$ 59,750
Kamran Panah
Channel at the City's Maint. Yard
3/94
(805) 583 -6895
Spec. No. SV 93 -29
44.
D.O.T.
07- OM1705 (07H602) Rte. 405
$ 52,869
Earl Fukumoto
HOV ingress /egress in Hawthorne
5/94
(310) 516 -4140
and Lawndale
45.
City of Redondo Beach
ADA Compliance Project. Phase 1
$ 90,000
Roger Maurer .- -
Access Ramps Contract 7490
7/94
(310) 372 -1171
46.
D.O.T.
Rpr. Slope and Storm Drain
$105,985
Darrell McKenzie
07- 442404
9/94
(818) 637 -2506
47.
D.O.T.
Rte. 60/83 PCC Cross Gutters
$91,000
Ashraf Mohamed
08- 320004
9/94
(909) 682 -2640
48.
L.A. Co. D.P.W.
Const. of Access Ramps
$59,420
Yag Sarin
CC 7020
10/94
(818) 458 -3123
49.
City of Long Beach
Bus Stop Impprovements
$98,125 t x E lfi liT
Marty Boyd
R -6217
10/94
(310) 490 -9423
4134 Temple City Blvd. . Rosemead, California 91770 . (818) 454 -5222 Fax (818) 454 -5226
0
lNOIN!l gIN0
LOS ANGELES ENGINEERING, INC.
General Engineering Contractor
License No. 591176 -A
RECENTLY COMPLETED
30. City of LA Board of Public Works (213) 847 -5112
Dennis Wong Pico - Midvale Off- Street Parking Lot
$116,000
8/93
31.
City of LA Board of Public Works (818)
989 -8335
$
77,117
Rory Stillson
Access Ramps Valley
Dist. Unit 4
7/93
32.
City of Burbank Parks
& Rec. (818)
953 -9575
$
54,995
Jan Bartolo
Johnny Carson Park
Tot Lot
8/93
33.
County of Orange /EMA
(714)
567 -6253
$
48,855
Robert Witting
Reconst. of Fullerton Creek Channel
7/93
34.
City of Inglewood
(310)
412 -5333
$
47,088
Sal Magbago
Const. of Concrete
Bus Pads
8/93
35.
City of Lomita
(310)
325 - 7110
$179,000
Bill McConnell
252nd St /Hillcrest -
Street Imp.
8/93
36. City of L.A. Board of Public Works (310) 573 -4340 $522,268
Sunset Blvd. @ Will Rogers State 12/93
Steve Willis Park Road - Contract EXX81253
37. City of Pasadena
Jim Callens
38. Co. of Orange /EMA
Stan Vander Mey
39. Caltrans
James Gallegos
(818) 405 -4273 $168,175
Lincoln Ave. Widening - #15,176 12/93
(714) 567 -7832 $333,364
Reconst. Coyote Creek Channel 12/93
(714) 556 -0780 $ 45,612
Rpr. Culvert Laguna Beach 12- 026604 12/93
40. Co. Ventura Flood Control (805) 654 -2021 $ 82,249
Hugh Clabaugh Arroyo Simi 1993 Storm Dmg. Rpr. 12/93
41. Los Angeles CRA (213) 977 -2614 $168,860
Sandra Sunday Lincoln Heights 1 Revitalization 1/94
4134 Temple City Blvd. . Rosemead, California 91770 . (818) 454 -5222 Fax (818) 454 -5226
INOINlIFINO
LOS ANGELES ENGINEERING, INC.
General Engineering Contractor
License No. 591176 -A
RECF=Y COMPLFTM
20.
LA Comm. Redevelopment
Agency (213) 977 -2656
$77,500
Al Nicholson
Link a* Alameda
10/92
21.
LA Dept Public Works
(310) 548 -7691
$290,206
Dave Spangler
"E" St - Alameda to Sanford 10/92
22.
Co. of orange - TNA
(714) 567 -6253
$206,350
Robert Witting
St. drainage imp. 8 parking
lot 10/92
William Mason Regional Park
23.
LA Co. Sanitation Dist
12 (818) 962 - 8605
$103,728
Ron Lalka
Storm Drain Puente Hills
12/92
24.
Co. Orange Integrated
(714) 568 -4852
;131,320
Waste ?Pngrnnt. Dept.
FRB Sanitary Landfill
12/92
Bay Douglass
Desilting Basin Discharge
Channel
25.
City Rancho P. V.
(310) 541 -6500
$38,525
Mona Sta-i-mnetti
Altamira Cyn Culvert Rprs.
12/92
26.
Alhambra Redev. Agency
(818) 570 - 5030
$49,885
Anita Toler
Goudy Honda Expansion Proj
5/93
27.
Chino Basin Mun. Water
Dist. (909) 987 - 1712
$22,148
Anthony Myers
Concrete Cleanout Pads
4/93
28.
City of Simi Valley
(805) 583 -0393
$21,552
Jay Seidemann
Install Handicap Ramps
5/93
29.
City of Inglewood
(310) 412 -5333
$28,762
Sal Magbago
Reconstruct Alleys
5/93
P.O. Box 1606 • Baldwin Park, California 91706 • (818) 969-0456 Fax: (818) 812 -9343
lNOIN!l RIND
LOS ANGELES ENGINEERING, INC.
General Engineering Contractor
License No. 591176 -A
RECENTLY COMPLETED
11.
Regents of Univ. of
Calif. (310) 206 -5938
$35,000
Gary Allen
CDE /CDN Roadway Imp.
1/92
12.
City LA Public Works
(818) 360 -7473
$34,000
Nick Pendorf
Dellvale Place Low Flow
12/91
13.
City 1000 Oaks
(805) 497 - 8611
$100,000
Manuel Alvarez
Handicap ramps
11/91
14.
City Palos Verdes Estates (213) 378 -0383
$10,000
Aron Baker
Const. sidewalks
5/92
15.
City of Industry
(818) 333 - 0336
$24,500
C & C Engineering -
Shawn Malganji Intersection Modifications
John Reed Court & Gale
4/92
16.
C.F.F.A.
(916) °20- 5565
$44,695
Ken Hamilton
Desiiting Basin - O.C. Fair
5/09
17.
LA Dept. Public Works
(818) 458 -3123
$15,344
Robert Swartz
Sidewalks & ramps - Glengray St.
7/92
18.
Caltrans
(213) 724 -0223
$15,6801
Joe Kapono
Repair soundwall - 07G652
7/92
19.
Cii:y of L.A.
(213) 481 -08123
$211,37a
Dept. hater & Power
Const. Sidewalk, Street &
11 /s,2
6:4c -e Morf(5cn
Lightlna Improvements
P.O. Box 1606 • Baldwin Park, California 91706 • (818) 969 -0456 Fax: (818) 812 -9343
lNOIN!lRINO
LOS ANGELES ENGINEERING, INC.
General Engineering Contractor
License No. 591176 -A
RECENTLY COMPLETED
1. City of Downey (213) 869 -7331 $80,000
Bruce Brown Handicap & Ped. Imp. 5/91
2. City of Pasadena (818) 564 -0454 $82,000
Jim Callens Const. Wheelchair ramps 11/91
3. City of Rialto (714) 820 -2500 $350,000
Bruce Cluff Storm drain, street & 7/91
signal improvements
4. LA Public Works (818) 458 - 3104 $149,000
James Cathey San Gabriel River 11/91
Access Ramp
5. City LA Public Works (213) 485 -3871 $68,000
Kit Yee Denny Ave. Ped. Tunnel 3/92
6. Caltrans (818) 441 -1322 $187,000
Wayne Peirce Storm damage repair 9/91
Angeles Crest Hwy.
7. Caltrans (714) 798 -8046 $210,000
Robert Weber Replace Bridge Rail 6/92
Route 259/215
8. City of Costa Mesa (714) 754 -5022 $154,000
Mike Stevens Los Lagos Golf Course 7/92
Cart Paths
9. City of Azusa (818) 334 -5125 $105,000
Nasser St. Improvements Phase 1l1 7/92
10. City of Westminster (714) 898 -3311 $38,000
Dennis Koenig Const. Sidewalks 5/92
P.O. Box 1606 • Baldwin Park, California 91706 • (818) 969 -0456 Fax: (818) 812 -9343
0
Page 7
NOTICE TO SUCCESSFUL BIDDER
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 (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
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 to 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 Rating Guide: Property- Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public
Works Construction, except as modified by the Special Provisions.
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
s /9i
Bond No. 8901 1117
Premium $4,004.00
Page 9
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted February 27. 1995 has awarded
to Los Angeles Engineering, inc. hereinafter
designated as the "Principal ", a contract for 1994 /95 Sidewalk. Curb & Gutter
Replacement Program Lido Isle Sidewalk Replacement Phase II (Contract No. 3021 ) in
M City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. 3021 and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we, Los Angeles Engineering, Inc.
as Principal, and Vigilant Insurance Company
the suety, nerp 1 fin, ooundcudn the City of Newport Beach, in
ire uR 9� } y qusan ffM00th$Dollars ($350,382.50 1
said sum being equal to 1001; of the estimated amount of the
contract, to be paid to the 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, 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 Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, the Lido Isle Community
Association, and their officers, employees and agents, as therein
stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, 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
5/91
• •
Page 9A
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.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of,the Project by
the City.
In the event that the principal 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 6th day of
March , 1995 . A
Los Angeles Engineering. Inc.
Name of Contractor (Principal)
JVigilant Insurance Company Bye
Name of Surety Aut c ized Algen Siggnature
Mark E. Shrecken st,Attorney in Fact
J15 Mountain View Rd.Warren.NJ 07061 -1615 908- 903 -2000
Address of Surety Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY NUST BE ATTACHED
5/91
I
State of California
County of Los Angeles
On mu IC957before me, Bonnie Lane
(DATE) (NAME. TITLE OF OFFICER I.E..'JANE DOE. NOTARY PUBLIC')
personally appeared Angus O'Brien
(NAME(S) OF SIGNER(S))
XXpersonally known to me -OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
BONNIE LANE to me that he /she /they executed the same in
\ his /her /their authorized capacity(ies), and that by
U) Comm. 11969311 � his /her /their signature(s) on the instrument the
t N-TAPY PUBLIC - CALIFORNIA
�\� t LOS ANGELES COUNTY o person(s), or the entity upon behalf of which the
m Comm. Expires July 9.1996 person(s) acted, executed the instrument.
"— y Witness my_ hand and official seal.
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL(S)
K)KCORPORATE PrPCident &
OFFICER(S) Secretary
• PARTNER(S) (TITLE(S))
• ATTORNEY IN FACT
• TRUSTEE(S)
• GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSONS) OR ENTITY(IES))
Los Angeles Engineering
ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Signer(s) Other Than Named Above
Date of Document
0 0
ji'• ► LOW' I 5 1019 Y
STATE OF CALIFORNIA
9.5.
COUNTY OF LOS ANGELES
On
before me,
_, personally appeared
x personally Known to me;
or proved to me on the basis of satisfactory evidence to be
the persona) whose name(&) is /xxr subscribed to the within
instrument and acknowledged to me that he /&lo4Xkr-yx executed the
same in his /kax$%ksix authorized capacity(Axm4, and that by
his1kvx(:gt=ix signature(m) on the instrument the person(X) or the
entity upon behalf of which the person(x) acted, executed the
instrument.
WITNESS my hand and official seal. ... ..................
OORATN .
AWRIG T <I
(SEAL) COMM. #956357
NOTARY NILE S WUfOR7V1A
LOS. bpeas Cb. 13
My Canm. i�p�e.... ...
... o.. �........
Sign ture of Notary Publkb
CAPACITY CLAIMED BY SIGNER:
Though statute does not require the notary to fill in the data
below, doing so may prove invaluable to persons relying on the
document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
_Attorney-in-Fact
Trustee(s)
Guardian /Conservator
Other:
Signer is representing: Surety
and _
and
Limited General
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this
certificate to unauthorized document.
Title or type of document:
Number of pages:
Date of document
Signer(s) other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE
w'k:Ham�+etaarklnr 11M171
wp/.:Ymu4c►rwl,4rr Ii /Yil
E
PAYMENT BOND
Bond No. 8901 1117
Premium included in FP Bond
Page 8
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted February 27. 1995 has awarded
to Los Angeles Enoineerina. Inc. hereinafter
designated as the "Principal ", a contract for1994/95 Sidewalk. Curb & C
Replacement Program /Lido Isle Sidewalk Reolacement Phase II (Contract N0.3021 ) 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, and all of'which are
incorporated herein by this reference;
WHEREAS, 3tafd Principal has executed or is about to execute
Contract No. [ and the terms thereof require the furnishing
of a bond, providing that if Principal or any of Principal's
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, Los Angeles Engineering, Inc.
as Principal, and Vigilant Insurance Company
as Surety are �e�d d F ity -bound ��tto the City of Newport Beach, in
the sum ofrhreee�u�,r�+ �TLIIqusandlitrre� pollars ($350.362.50 )
said sum Being equ to 006 o t e e timated 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 /her 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 Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and 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.
5/91
e. r
r
E
Page SA
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
and in accordance with 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 samd 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
the above named Principal
March , 19 -K.
instrument has been duly executed by
and Surety, on the 6th day of
Los Angeles Engineering, Inc.
Name of Contractor (Principal)
Vigilant Insurance Company
Name of Surety
15 Mountain View Rd.Warren.NJ 07061 -1615
Address of Surety
NOTARY ACKNOWLEDGMENTS OF
5/92
AND SURETY MUST BE ATTACHED
in Fact
California
RIGHT THUMBPRINT (OPTI NAL)
State of
County of Los Angeles }
On ar eft before me, Bonnie Lane
0
o
(DAT ) (NAME. TITLE OFOFFICER I.E.. -JANE DOE. NOTARY PUBLIC -)
CAPACITY CLAIMED BY SIGNER(S)
personally appeared Angus O'Brien
(NAME(S) OF SIGNER(S))
❑ INDIVIDUAL(S)
XX CORPORATE Prpc i d nQ t &
OFFICER(S) Secretary
❑ PARTNER(S) MTLE(s))
%](personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence
❑ ATTORNEY IN FACT
to be the person(s) whose name(s) is /are sub-
u TRUSTEE(S)
scribed to the within instrument and acknowledged
❑ GUARDIAN /CONSERVATOR
to me that he /she /they executed the same in
«.. BONNIE LANE
❑ OTHER:
U ,4his /her /their authorized capacity(ies), and that by
Comm. #969311 his /her /their signature(s) on the instrument the
^'NOTARYFL'eLIC CALIFORNIA
person(s), or the entity upon behalf of which the
LOS ANGELES COU14TY Q
SIGNER IS REPRESENTING:
persons) acted, executed the instrument.
^ i do �� IAY Comm. Expires July 9, t996
(NAME OF PERSONIS) OR ENTITY{IESD
witness yhand and officialseal.
Los Angers Engineering.1
(SEAL) (SIGNATURE OF NOTARY)
ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages Date of Document
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above
F
WOLCOTIS FORM 63240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY IREPAESENTATIONIRNGERPRINT —Rev. 1292 �1992 WOLCOTTS NORMS, INC.
0 0
FA 4 02 Q $13 Z4163 DWIT-44 'A ► 1410AIA 0101 11ti ONFA l 01J24
STATE OF CALIFORNIA
e.g.
COUNTY OF LOS ANGELES
On
before me,
_, personally appeared
X_ personally xnown to me;
or proved to me on the basis of satisfactory evidence to be
the person(a) whose name(s) is /xxr subscribed to the within
instrument and acknowledged to me that heJxinsalt1ugpx executed the
same in his /kaxAlkrfx authorized capacityDaJe*4, and that by
his /hxrjg(ZhvAx* signature(x) on the instrument the person(K) or the
entity upon behalf of which the person(x) acted, executed the
instrument.
WITNESS my hand and official seal.
( SEAL) ........... » .............. ....�
oaaarHa weic�r
/ • COMM. N956357
NOJARY PUBLIC - CALIfORN1A
LOS ARMLES CBUNtY
Signature of Notary Pu c :••••••- ,;,My..." ......4 lW .
.....ob.13 1....
CAPACITY CLAIMED BY SIGNER:
Though statute does not require the notary to fill in the data
below, doing so may prove invaluable to persons relying on the
document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
_Attorney-in-Fact
Trustee(s)
Guardian /Conservator
Other:
Signer is representing: Surety
and
and
Limited General
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this
certificate to unauthorized document.
Title or type of document :_
Number of pages:
Date of document
S gner(sl other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE
r�l.:VwrVcYmrlilm JIM)
wpifnj�%"L�Igtlev Ron)
POWER OF ATTORNEY
VIGILANT INSURANCE COMPANY
ATTN-. SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -20W
Fax No.: (908) 903.3658
Know en Mon by Mew PrweMS, That kIGLLAK INSURANCE COMPANY, a Now Yak Oerperrdon, hu oorotlbr ed end eppokded, and door hereby
ewaMumandappow Howard Siskel, Richard Adair, Joseph E. Cochran, Bronwyn Murdock and
Mark E. Shreckengast of Los Angeles, California --------------- ---- -- ---------- ______
asch Is a~oftmiee�, bonds f bYpat as �� exeaft a aw �d such desitradon In w emu of a biisine�eb amid lorft release d bW ype m� g" Wi earhwettea.
rwrn.. rn .,wb.rMrraerwretnerAYCecowibeT nr.ease.ab• ewwOe,e,M MrrAaserYra. �eMbyrY4l ,saMrtrMAwarewebrywrereewe,rtb rbreb
server 15th dwd September, to 94
COMMON w
aMleaFaewdROeT 1 eL
Cowayasomerear f
VweAen'ONUN =eabraaT
M
onMb 15th asa September, Ib 94 . beY, eMeo« w. MwrK «wnawrwrirrrrewgswro..rawr,we.e wavaaurteswureE
oww". b rlMrMa,d0~ h&dW*A erOWM er beepeYq Va.wdAearp w b esY arerba w•W WV611 me#M Mesa, dddWOr We SWIM to bM@Mbrases -rya MaaAM
INMIICtCO1MIY1TenMMOpMraepaaewll rrk MrMr wweber Y,. oargra. raAw.. yrwae, oe�a. wraw.. w. b. rwerMUMOirraay.t...a.recagr.,�. r�aM,a
n owr. rreaweeoa,wowr a bYullb w Mrerrr•MMaarM reaeya rr erarn w N erowr. Aae,roe
bYreww @DjnsO baMM w mfltrrbcmbtt IANBTA.SCAVOW'
emeaen esper i Natay Pabiic. Snit of Now )meet'
Casty or Sma" f — Na 2066320
r,+ YnaaroraAwrwea«+ awanauwreawuw•• eorniwr. e, iwwrrewern .ab.w�ereMM.ra,orrY..r eyuwan .otec�iw:.eerar�reoraaa:rrY me na
ereytwrYbeboea.ra,
•Anttetexv
erMMLNbrtlr, rMrMY,p.rrxY u,M eMexYAMwYrr Wart mu.bm1wu0 r WhelereY ONFOW~ III K*aM tVNowrYar,Yrie Y.aft Israel"beerebe
heeounerprbea.aveCan I -ewerWeaC1YYe,Mn rMTYe Grbnrn rem Pwep„M reb1r heel I 6Ary"aMeearry 0 ANNI M smere wrere areoabe
a„IeMlar, e,e,r M,a M er r sere OelOra r OeoMYpYYaOM� W q N Mp wgarM a b ebMa OYMOwe r tY �IbYM pYYIFb,r r q ewr a a1aMMy wraMq R paar0la
r eetlb a MMM sep OIYOY aY e,a� OaM. waYrp r MIN Obpabe Y PD AM C r VAN M*AOM r PW a OMW
e4a,LNeeMUSarwryfOrresebaWl aMCriergreeprAOb,bM seesA,MbMe,e,seMMrbaMea MCr,esey, serbyMCbarenrNYq CbOMerr» NOMisaO We
TbhrWMrrArwebYerlMadrahb+ M. enreLLwwyr .MwwreMaaaMaara.blMwO�Y•Mw4aea� nYM�Ibr .rrenaarYMYrw «ow.varMawYrwh"
1Meyrrdetl,aMrYerbeser,e Cerbben TYe Cbarre,eariaMManyvYM PaderawArYwMwr► YMrer .wtMaM.KwArraaMOwwraawwaa.w. wry
M' be setts M 10dele to w POMr aMewYy r a wt' Green mmv erw sAPW&4 AUM MwaMra NOWP ftd br report 0* a resat w Mrree bona w
WANOpwa,rw -, Wenayrbnbw uoser. weryrrbeawrarrry err/ MberrrYerea Pura,eprbwrYOaMbwebbeM WeaalYWiywrMr Omvew
n,/we,MYewarrerrrMU,MarerM4 erbbreM,ee•rrbruMb,osYY w 0068 wMwbrere M/r eY CrrMYMU,bebeebwbapaarMYbireYW bYr,arr
rbMerOrayaarYY6eAr► IIYIIIbWCeCOYMMYYYy10r100eb1lraeaM ,IrwMrybwlwYOMrp W MM YIIYSeI11usAMaMb ►oMMIaCMI�YMM11,Y101iiaM.wiMYo
• Ay. �YeMbMrrarYwMMeMMw. aarWt,�r.ar,OrrrbMr*oaMMtMrwagb W�derra
AOelberreseererae Yweael PewdMeryY r be b"wMOee w .
e►rr.rr.r awaoroadrwawawt eY 6th M,Mra March to 95
crbYrw
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICRY OF THIS BOND OR NOTIPYIA OF
ANY OTHER MATTER. PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE.
♦en woom Pre Meg coraerr
Il if-I i wzl s 1 ?; cl :_l :;104545'226 LOS ;:%I-KnELES ENG P+-. P-1,;E 115
A a Page 10
. ..
--0P':'lNSUQANCE� ... ..
...
PRODUCER
COMPANIES AFFORDING COVERAGE
BOLTON/RGV INSURANCE BROKERS
A NY
LETT COMP r It A TRANSCONTINENTAL INSURANCE
1100 EL CENTRO STREET
P.O. BOX 820
SOUTH PASADENA, CA 91030
COMPANY 8 VALLEY FORGE INSURANCE CO. (PA)
LETTER
INSURED
Ln,s Ang�IC -. II)C.
—
41134 Tienple City Plvcl.
COMPANY C FREMONT COMPENSATION
,Ro,:?rnpad. CA P1 77p
LETTER
S
THIS IS* TO CFJMFY-Tm4T--PIxkIis-c:F IN 'OR&NcE LrTIED BELOVI
HAVE BEEN ISSUED TONNE INSURED NAMED A13r)E FOR THE POLICY PERIOD
UJOICAT17D UOT?4jHaSTANDING ANY REOUIRCUFriT. TERM an CONDITION
OF ANY CoRR CT OR OTHER DOCUMENT WITH RESPECT TO WHICH TIHIS
CERTIFICATE MAY SE ISSUED OR MAY PERTAjtt THCINSURAuCE AFFDPn TO ALL THE rUmS.
. ED BY THE PIUC;ES DESCRIBED HEREIN IS SUBJECT
F(CLUSIONS V40 CONOIT)ONS OF SUCH POLICIES A140 IS NOT AMENDED, Dn`E,40EO CA ALTERED BY THIS CERTIFICATE
c;o
TYPE OF INSURANCE
POUCY NUMBER
EFFECTIVE
DATE
EXNPATiatj
GATE I
ALL U!Arrs IN THOUr."Irs
GENERAL LIABILITY
GENERAL AGGREGATE
I
$2,000
A
(OCCUMNCE BASIS GULY)
DCOMMEFICLNL
1065633
5-7-94
5-7-95
PA6OUCTSiCOMPLETED
-
1,000
ODLIPREHENSrVE
p
OPERATIONS AGGREGATE
COMRACTORS
PAOTECTr;E
PERSONAL ItIJURe
S1,000
CON'TRACTUAL FOR ZPE�iF!C
CnIrrRACT
El PR0CUCT;!COf-IPL OPER,
r-1 xcu HAL%Ros,
EACH CCICURAnci!
S1,000
Ll BROAD FORIA PROP. DAMAGE
SEVIRASIU-Y OF ItITEREST
F(PE DA:AAGE
s50
CIAUSF
Wre ONE FlP.Q
RE NAL lfuurre VIMH
EMPLOYE
M%IOVED
MEOIC;L EXPENSES
(A;re ONE PEA50u)
i s5
AUTOMOWLIZ LIABILITY
COMBINED
LIMIT
I
1000
COMPAEHNSNE
IE
SUIGLE
1
.. ......
BODILY INJURY
s
B
OrrrNED
(PER PERSON)
10220377
5-7-94
5-7-95
r
'JL'4
Kj HIRED
(PER A 10�t�!
101-
1 ' OWNED
Y
PROPERTY
s
CAPAA
EXCESS J IL-Ty-
EACH
AGGREGATE
UMBRELLA FORM
I
..CUrR8ucr.
.
c� -
S
OnItS THAti UMBRELLA FORIA
f
STATUTORY
C
WORYLERS. COMPENSAnou
eTN95922396701
2-1-95
2-1-96
AND
IS1,000.
DISEASE - PCLICY LI?ArT
FMPLOYEFZ7 LIABILITY
jsl,OuO
I DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR'
......... `
WORKERS- COMPENSATION
STATUTORY
-'
DESCRJPT$ON OF OPEPATY-Ifl^ VLO:ATIOtISIVEHICLESIREETPJCTIONS�PECIAL ITEM3 ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH By OR ON BEHALF OF THE N.AxiCo INSURED •l CONNECTION vanj THE FOLLOWING CONTRACT:
Sidewalk, Cure Gutter Reoli je�le
cemr�at Prtcjr�jm Lida
Flha5e H
r 3rT't
-
PROJECT TITLE AND COIfTRACT NUMBER
CERTIFICATE HOLDER
t It E L a T 10 N
SHOULD Air( OF THE ABOVE DESCRIBED POLICIES BE 11011 FIENEWFO,
CITY OF NEWPORT BEACH
CA?JCFl I FD OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PAOVlOE 30 DAY- MIN. ADVANCE
3300 NEWPORT BLVD.
NOTICE TO THE CITY OF NEWPORT BEACH BY AECISTEACO MAIL
NEWPORT BEACH, CA 92659-1768
ATT!�flrlO: Pu�bYicWor
CJI- V-j
31:NrATNF ISSUE OAiE
__i V.+: a___ .. _� ��vv_v -.ccG ""� ^•' -•��L= Lrv'a Leer �..'x ,Ih.
Fage 11
C_ENEP_-.L LIABILITY T.NSG _:kNCE:NDGPSkiMENT
It is a r -;ed that:
1. Wizh __scect t_ such insurance as is a.ff. Orded by to °_ rip1i`;,
for Gane_'a1 Liability, the Ci -y of NeNp• =rt Beach, rho Lid,,
Is1� Ccmmunit•y Association, ar-d their officers and -2mpl:Dyees
are additional insureds, but cnly with r_scecr Co 1iabbility
arising cut of operations perfcrmed by or on behalf cf the
nam °_C in C9rnet:C.7n with rs:_ ccntI•a : ?_
e1ca or acts and omiss_ons cf the additional ins : :zzds in
c: :,nne,.:�z:i-_n wi —h its general supervision of skicC i ocerar L =ns.
The insurance .,_domed sa:: additional insured(si sh.�11 apply
as -rinar;- insurance and no other insurance main!a_-ned the
°_3ch Cr Li dc Isle C= ccn1!n4ry Assccia__cr. s'.-:a11
he Ca_. =d ': 7 t:, cCntri cut_ ':r:'.l insL :cnc _ ,:his
2. -_ - :... edges lie ,,,.`_^r:__= ei_:•: _.,...
= z,'Sl ranee of _girded the cc•licv _;,r.____
each insures against whcm clay.•.
is TaCe cr suit is brcught, excert
____ c-_ the lir..ir_s = liah•ility _!
.....- r an c 2 a °_d r;7° ':7 j.; i-y L•,^.r t_= `n -rac a1 a- _lt
171 _ -a -C� (_ucie_t co y.he ter - cor.dtir_ra ad e> : -1 ions
a.p_= _2*i_° r', : .ns L`_fin :'!?� 1 °C1UG °_5 1`::h_1_:y a.s.-u . °__ h•.
rh_ r-a _- :- 1S1 uncle_ the ° -: -
.lc i-d_..ni= icatia :l %lr ho1_ h__n?es..
r•n .0 ^tract
narred insur_� and -he :.it"+ of
ii-s _5 _y ?.s5;;�id *i�...
n :.t-1 I: °. =t= to such ins::rance as is of f•:1_-d2•2 b•: rhi_
ri 2i:Cl' s_cns, if any. pertaining to the explosicn hazard,
[:32lird and unaergrGllnc properry haz =?' :. 1•_.T .On1y
Y".` = - - =,a _ a_ ._.'J •' ha- -arcs) are deleted.
S. The limits of liability under this endorsem=ent f -.x the
additional insureds? named in Paragraph 1 of ths endorsement
shall be r-he limits indicated below written on an "Occurrence"
basis:
(A Commercial ( ) Comprehensive
General Liability S 1,000,000 each occurrence
5 2,000,000 aygrr -jar.
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(!;) .
5!41
i
Page 11A
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, canceled 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.
11)04/95 SiCe:+alk. Curb L Glitter Replacement PrpgrLa ;.i•),,
7. Designated Contract: file Sidewalk Replacement, Pnase li C -70 "1
Project Title and COnttact 14G.
This endorsement is effective MARCH 6, 1995 _ at 12:01 a.m.
and forns apart of Policy No. 1065633 -94 of Transcontinental Insurance Co.
(Compani, R.ffo ,_-ding G_•verage) .
Insured: Los Angeles Engineering, Inc. Endorsement No,; Special
Issulicr, Crji4 ^A..jY
zi„
ut rized R -nres. ncativ,L/
_ w.. �.. ... �., c.♦ :.y �.. _ c...: "�.. .. ._ti��_ a .. ., r:aat LEi
page 12
AUTOMOSI:,E LIABILITY INS(RANCE ENDORSEMEMT
It is agreed that:
with respect to such insurance as is afforded by the policy
for Automobile Liability, the Cit of I`cwport Beach, the Lido
Isle Community Association, and their officers and employees
are additional insureds, but only with respect to liability
for damages arising out of the ownership, maintenance or use
of auccrt.cLiles (or autos) used by or on behalf of the named
insured in connection with the con_ract designated below. The
insurance extended by this endorsement to sald additional
insured does not apply to bodily injury or p_-oc•erty damage
arising out of autdr„obiles (i) owned by or registered in the
name of ar. add__icnal insured, or (2) leased or ranted by an
additional insured, or (31 coerated by an additional insured.
The _..su :ance a_°fc =dtd said add_ =_oral insured(s) Shall atoly
as L+rlmar :. lnsGrance and no ofer Insurance_ maintained by the
CitV cf C7e7-_Or: egad. ^. or Lido Community Ti55JC _:at 1O: shall
be c_=il?3 Upon tD zcntrl�_ute Y:. .1'i insurance DrdYlaed by cPls
The cclicy includes the folic : :'_n; provision:
"Th;_ i :1SU�'anc_ a`f r: ?d t`.:e co' ic-, a--; E.%-' _ __
o :rater' ca ea• =. ^. 1 ^S =_ :r is 5ne`
coverage or =_cainst whor,r a c1 a.i.m is m;de or
suit is L"_ ":J L' e:S_ept _t.:] respect to the
11a11L5 of liability of :_ cOloanV
covterag_-
The limits cf lladlllty unc__ this end.- +rse.'.ent f-r the
additicn�_l insureds named in Fa=ac_raoh 1. of this endorsement
s - ^ail be the limits indicated t_io :a for either ML11rl_:le Llmi =s
or Si nr.,l_ Limit:
( )9
mulz�iple lim_:s
Bodily Injury Liability
Bodily Injury Liability
5 per person
$ per accident
Property Damage Liability $
Combined Single Limit
Bodily Injury Liability u
Property Damage Liability s 1,000,000
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 ill the
policy as applicable to Automobile Liability Insurance.
s:1t
0
0
Page 12A
9. Should the policy be non - renewed, canceled 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, Attsa7t.on: Public works Department.
19.Oa 5 ti dewalk, Curb 8 Gutter Keplacement Program Lid,) I
5. Designated Contract :Sidewall; Replacement„ Phase It C -3021
Project Title and Contract No.
This endorsement is effective March 6, 1995 at 12:01 a.m.
and forms a part of Policy No. 10220377 of Valley Forge Insurance Co. (PA)
(Company Affording Coverage).
Insured: Los Angeles Engineering, Inc.
ISSUING COMPA14Y
By
du;. prized Reores_nuativ_
s /il
Endorsement LNto.: Special
0
F_7
u
Page 13
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self- insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
March 7, 1995
Date
C -3021
Los Angeles Engineering, Inc.
Name ofpContractor (Princ
Contract Number Author>ja' gicjnature and Tit
Angus O'Brien, President
1994/95 Sidewalk, Curb & Gutter Replacement Program
Lido Isle Sidewalk Replacement, Phase II
5/91
0 6
Page 14
CONTRACT
THIS AGREEMENT, entered into this p_ day of c6opC ,
19 0�12 by and between the CITY OF NEWPORT BEACH, hereinafter "City,'
and I os Anoeles Fnaineerinn_ Inc_ , hereinafter
"Contractor," is made with - reference to the following facts:
A. City has heretofore advertised for bids for the following
described public work:
1994/95 Sidewalk, Curb & Gutter Replacement Program
Lido Isle Sidewalk Replacement, Phase II C -3021
Title of Project Contract No.
B. Contractor has been 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
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:
1994/95 Sidewalk, Curb & Gutter Replacement Program
Lido Isle Sidewalk Replacement, Phase II
Title of Project
C -3021
Contract No.
which project is more fully described in the contract documents.
Contractor shall perform and complete this work in a good and
workmanlike manner, and in accordance with all of the contract
documents.
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of Three Hundred Fifty Thousand Three Hnndrad
Eighty -Two Dollars and Fiftv rants Dollars
t$ 3bu,Jbz.bu ). This compensation inctuaes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) 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.
5/91
0
Page 14A
3. All of the respective rights and obligations of City and
Contractor are set forth in the contract documents. The
contract documents are incorporated herein by reference
as though set out in full and include the following:
Replacement Program,
(a)
(b)
(c)
(d)
(e)
(f)
Lido
(g)
(h)
Notice Inviting Bids
Instructions to Bidders and
therein
Payment Bond
Faithful Performance Bond
Certificate of Insurance and
Plans and Special Provisions
documents referenced
Endorsement(s)
for 1994/95 Sidewalk. Curb & Gutter
Isle Sidewalk Replacement. Phase II C -3021
Title of Project Contract No.
This Contract
Standard Specifications of Public Works
Construction (current Edition) and all supplements
Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City, the Lido Isle
Community Association, and their officers, employees and
representatives from all claims, loss or damage, injury
and liability of every kind, nature and description by
reason of or arising out of the negligent or willful
conduct of the Contractor, his /her employees, agents and
subcontractors in the performance of the Project, except
such loss or damage caused solely by the active
negligence of City, the Lido Isle Community Association
and their officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be executed the day and year first written above.
@4
ATTEST:
CITY OF NEWPORT BEACH
A Municipal Corporation
By: -\A✓ J
Mayor
Los Angeles Engineering, Inc.
Name of Contractor
Authorize g ture and Title
Angus O'Brien, President
State of California
County of Los Angeles
On NlQrzh I 19M5 before me, Bonnie Lane
—(DATE)/ (NAME. TITLE OF OFFICER - I.E..'JANE DOE, NOTARY PUBLIC -)
personally appeared Angus O'Brien
(NAME(S) OF SIGNERS))
%X personally known to me -OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
to me that he /she /they executed the same in
is BONNIE LANE his /her /their authorized capacity(ies), and that by
U Comm. #969311 9 his /her /their signature(s) on the instrument the
"(. NOTARY PUBLIC - CALIFORNIA person(s), or the entity upon behalf of which the
LOS ANGELES COUNTY ii person(s) acted, executed the instrument.
My Comm. Expires July 9, 19;g4 Witness y hand and official seal.
(SEAL) (SIGNATURE OF NOTARY)
ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Signer(s) Other Than Named Above
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL(S)
KkCORPORATE President &
OFFICER(S) Secretary
❑ PARTNER(S) (TITLE(SI)
❑ ATTORNEY IN FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITY(IES))
Los Angeles Engineering,]
this certificate to any unauthorized document.
Date of Document
CITY OF NEWPORT BEACH 0
PUBLIC WORKS DEPARTMENT
PROPOSAL
1994 -95 SIDEWALK AND CURB AND GUTTER REPLACEMENT PROGRAM
AND
LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
CONTRACT NO. 3021
I.
SCOPE OF WORK . . . . . . . . . . . .
. . . . . . .
.
1
II.
COMPLETION, SCHEDULE AND PROSECUTION
OF WORK . 1,2
&
3
III.
CONTRACTOR'S LICENSES . . . . . . . .
. . . . . . .
.
3
IV.
PAYMENT . . . . . . . . . . . . . . .
. . . . . . 3
&
4
V.
WATER . . . . . . . . . . . . . . . .
. . . . . . .
.
4
VI.
PUBLIC CONVENIENCE AND SAFETY. . . .
. . . . . . 4
&
5
A. Traffic Control Plans . . . . . .
. . . . . . .
.
4
B. "NO PARKING, TOW- AWAY" Signs . .
. . . . . . .
.
5
C. Notification to Residents. . . .
. . . . . . .
.
5
VII.
CONSTRUCTION SURVEY STAKING . . . . .
. . . . . . .
.
6
VIII.
CALTRANS ENCROACHMENT PERMIT . . . .
. . . . . . .
.
6
IX.
CONSTRUCTION DETAILS . . . . . . . .
. . 6,7,8,9,
&
10
A. Removal . . . . . . . . . . . . .
. . . . . . 6
&
7
B. P.C.C. Replacements . . . . . . .
. . . . . . 7
&
8
C. Tree Roots Removal . . . . . . .
. . . . . . 8
&
9
D. Subbase Material . . . . . . . .
. . . . . . .
.
9
E. Asphalt Concrete . . . . . . . .
. . . . . . .
.10
X.
SOLID WASTE DIVERSION . . . . . . . .
. . . . . . .
.10
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1994 -95 SIDEWALK AND CURB AND GUTTER REPLACEMENT
V.11ZM
LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
CONTRACT NO. 3021
I. SCOPE OF WORK
SP 1 of 10
The work to be done under this contract consists of
constructing and reconstructing P.C.C. improvements and
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 No. M- 5316 -L
(attached) , (3) the City's Standard Special Provisions
(1994 Edition); and (4) the Standard Specifications for
Public Works Construction, (1994 Edition, including
Supplements) . Copies of the Standard Special Provisions
and Standard Drawings may be purchased at the Public
Works Department for Ten Dollars ($10.00). Copies of the
Standard Specifications may be purchased from Building
News, Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 202 -7775.
II. 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 construction schedule to
the Engineer for approval a minimum of five (5) working
days prior to commencing any work. The following
requirements shall be incorporated into the schedule:
A. All work under this contact shall be completed
before June 30, 1995, or within ninety (90)
consecutive calendar days after the start of work,
whichever occurs first. In addition, the
Contractor shall complete all work at each site
(three work sites; Lido Isle, Balboa Island, and
Corona del Mar) within thirty (30) consecutive
calendar days after beginning work on that site.
• 0 SP 2 of 10
The term "work" as used herein shall include all
removals and replacements; construction of P.C.C.
improvements; construction of A.C. patch back,
backfill, sprinkler repairs (except Lido Isle),
clearing and grubbing, pruning and removal of tree
roots, installation of root barriers, removal of
barricades /delineators /signs, restoring damaged
landscaping and improvements by the Contractor, and
clean up. Also included within the specified
period is curing time for new PCC improvements.
If it becomes apparent during the course of the
work that Contractor will not be able to meet this
schedule, he will be prohibited from starting
additional work in additional work site until he
has exerted extra effort to meet his original
schedule and has demonstrated that he will be able
to maintain his approved schedule in the future.
Such stoppages of work shall in no way relieve the
Contractor from his overall time of completion
requirement, nor shall it be construed as the basis
for payment of extra work because additional men
and equipment were required on the job.
The Contractor will be assessed $350.00 per day
(including Saturdays, Sundays and holidays)
liquidated damages for each day in excess of the
thirty (30) consecutive days allowed for 100%
completion of the work at each site.
B. The Contractor shall provide continuous traffic
access for all streets at all times.
C. Hours of Work: 7:00 A.M. - 6:30 P.M. weekdays.
No work will be permitted on Saturdays, Sundays,
and holidays. "Holiday" shall be defined as
Washington's Birthday (3rd Monday of February).
D. The A.C. patch back shall be constructed upon
completion of P.C.C. curb, curb and gutter, alley
approach, and cross gutter construction.
E. The Contractor shall accommodate City's trash
collection (see attached Collection Schedule) and
City's street sweeping (see attached Lido Isle
Street Sweeping Schedule). If the Contractor
elects to work on a street during its street
sweeping /trash collection days, it shall be his
responsibility to make arrangements by contacting
the City's Field Operations Superintendent, Mr.
Leon Hart, at (714) 644 -3060.
• • SP 3 of 10
F. The Contractor shall notify the Operation Support
Supervisor, George Millikin at (714) 644 -3072
regarding any removal of existing painted curb and
to salvage City's signs which interfere with the
work. Sign reinstallations and painting red curbs
shall then be performed by City forces at no cost
to the Contractor.
G. It shall be the Contractor's responsibility to
coordinate with the Lido Isle Community Association
(LICA) , all promenade sidewalk work on the North
Bay and South Bay of Lido Isle and work in the Via
Genoa Boat Storage Area. Both are owned and
operated by LICA. Five (5) working days prior to
starting work at these locations, the Contractor
shall contact LICA's office at (714) 673 -6170 to
make arrangements for the work to begin.
H. The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots which
interfere with the work. Method of pruning and
removing tree roots and exact location and length
of root barriers shall be determined, approved, and
inspected by contacting the City's Urban Forester,
John Conway, at (714) 644 -3083, a minimum of five
(5) days prior to work (see Section IX.0 Tree Roots
Removal).
The Contractor shall provide covers and shall
cover, maintain, and uncover the City's "NO PARKING
STREET SWEEPING "" signs to allow residential
parking along streets adjacent to streets under
construction during street sweeping days, as
directed by the Engineer.
III. CONTRACTOR'S LICENSES
At the time of award the Contractor shall possess a
General Engineering Contractor A license or Specialty
Concrete Contractor C -8 license.
At the start of work and until completion, the Contractor
shall possess a business license issued by the City of
Newport Beach.
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.
• 0 SP 4 of 10
Payment for incidental items of work not separately
provided for in the proposal (e.g., sprinkler repairs in
Balboa Island and Corona del Mar areas only, clearing
vegetation, grubbing, backfill, aggregate base, A.C.
patch back, excavation, aggregate base, removal,
disposal, sawcutting, protecting landscaping and property
corners, removing and replacing or preparing subgrade,
etc.) shall be included in the unit prices bid for items
of work. The 4" wide variable height P.C.C. curb shall
be included in the bid item for Case LB and LL curb
access ramps. The Bid item for alley approaches \alley
shall include the curb returns, sidewalk transitions, and
aggregate base. The Bid item for P.C.C. cross gutter
replacement shall include curb return, curb and gutter
transitions, and aggregate base.
Partial payments for traffic control and 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 $750 meter deposit with
the City. Upon return of the meter in good condition to
the City, the deposit will be returned to Contractor,
less a quantity charge for water usage.
VI. PUBLIC CONVENIENCE AND SAFETY
The Contractor shall submit a written traffic control
plan for each street to the Engineer and obtain his
approval a minimum of five (5) working days prior to
commencing any work.
A. The traffic control plans shall incorporate the
following:
1. 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 the motorists.
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 of all traffic lanes upon completion
of each day's work (see Section II.) . In
addition, emergency vehicle access shall be
maintained at all times.
ff
• 0 SP 5 of 10
"NO PARKING, TOW- AWAY" Signs
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 dimensions of 12 inches wide and
18 inches high; and (3) be similar in design and
color to Sign No. 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. The Contractor
shall post streets with the time and dates that
disrupt parking and access.
Errors in posting "NO PARKING, TOW - AWAY" signs,
false starts, acts of God, strikes, or other
alterations of the schedule will require that the
Contractor repost the "NO PARKING, TOW - AWAY" signs.
C. Notification to Residents
Between 48 and 55 hours before closing a section of
street, the Contractor shall distribute to each
affected address a written notice stating when
construction operations will start and
approximately when vehicular accessibility will be
restored. The written notices will be prepared by
the Engineer. The Contractor shall insert the
applicable dates and times at the time he
distributes the notices. Errors in distribution of
notices, false starts, acts of God, strikes or
other alterations of the schedule will require that
the Contractor redistribute notices to residents.
• • SP 6 of 10
VII. CONSTRUCTION SURVEYING STARING
Field staking for control of construction will be
provided by the Engineer. Limits of removal are field -
identified by white, blue (additional P.C.C. sidewalk
replacement request by LICA), and orange paint (private
tree damaged sidewalk on Lido Isle) markings. Existing
property corners and survey ties adjacent to removals
shall be protected and maintained. In situations where
property corners or 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 property corners and survey ties.
VIII. CALTRANS ENCROACHMENT PERMIT
The City has obtained an Encroachment Permit from the
State of California (Caltrans) for work within the State
right -of -way. The Contractor shall conform to the
provisions of the permit, which is included in the
Appendix of these Special Provisions. The Contractor
shall obtain "riders" for the permits from the State to
perform the work within the State highway right -of -way.
All costs incurred for inspection and for conforming to
the provisions of the permit shall be considered as
included in the contract prices paid for the related
items of work.
IX. CONSTRUCTION DETAILS
A. Removals
1. Existing P.C.C. and A.C. improvements shall be
sawcut a minimum of two (2) inches deep prior
to removal. P.C.C. replacement and parkway
paving removal quantities and locations are
indicated in the attached schedule. Final
removal at the sawcut lines using equipment
such as hard -blow pavement breakers and /or
stompers shall be approved by the Engineer.
Should the Contractor damage the sawcut edge
during or after removal, the damaged edge
shall be removed by additional sawcutting and
replaced at the Contractor's sole expense.
Pavement and unsalvageable materials that are
removed shall become the property of the
Contractor and shall be disposed of at the
Contractor's expense in a manner and at a
location acceptable to cognizant agencies.
All costs for providing removal and disposal
shall be included in the unit price bid for
that item of work.
0
• SP 7 of 10
2. Adjacent Improvements - The Contractor shall
be responsible for the protection of public
and private improvements adjacent to the work.
Any salvageable bricks removed shall be neatly
stacked on the owner's property.
Additionally, the Contractor shall use
appropriate construction methods and equipment
to assure the protection of existing
landscape, driveways and parkway treatments
immediately adjacent to the existing curb.
If, during construction, damage occurs to said
landscape, driveways or parkways, the
Contractor shall be responsible for restoring
same to its condition prior to construction.
The Contractor may anticipate a certain amount
of interfering parkway sprinkler pipe breakage
associated with sidewalk and curb and gutter
replacement. In anticipation of sprinkler
breakage, the Contractor shall notify the
respective property owner in advance a minimum
of two (2) working days prior to excavation to
locate the sprinkler's on /off valve and to
make arrangement for testing /approving the
repairs. Such breakage in the Balboa Island
and Corona del Mar areas shall be repaired,
restored, and backfill to 90 96 compaction by
the Contractor 72 hours after breakage as an
incidental item of work. Whereas breakage on
Lido Isle shall be capped per Section 7 -9 of
the Standard Specifications.
3. Parkway paving where indicated is to be
removed without replacement, except that the
Contractor shall fill and level the removal
areas with imported or excess graded clean
soil. Any salvageable bricks removed shall be
neatly stacked on the owner's property.
4. The Contractor shall remove all unstable
subgrade. The locations and depth of unstable
subgrade removal may vary; hence, the areas
and depth shall be determined during
construction by the Engineer.
B. P.C.C. Replacements
The Contractor shall grade, form, and finish all
P.C.C. replacements to match the appearance of the
adjoining P.C.C. improvements. The subgrade on
Balboa Island and Lido Isle is sandy material.
Hence, the sandy subgrade shall be thoroughly
soaked with water and tamped for maximum
compaction. In addition, the Contractor shall
remove and dispose of all A.C. /P.C.C. patches and
ramps upon sidewalk panels adjoining those sidewalk
panels which are to be reconstructed.
C
• • SP 8 of 10
1. Sidewalk and curb access ramps shall be opened
to pedestrian use on the day following
concrete placement. In addition, all forms
shall be removed, sprinkler shall be repaired,
and backfill or patchback shall be placed
within 72 hours following concrete placement.
2. P.C.C. replacements subject to vehicle loads
(e.g., cross gutters and curb and gutter along
driveways) shall not opened to vehicle loads
until the concrete has cured to minimum
strength of 2,000 psi.
3. The integral colored concrete construction on
Lido Isle shall be a combined and mixed
uniformally with the admixture "Adobe Tan ",
No. C -21 of Chromix as manufactured by the
Scofield Company of Los Angeles. At least
five (5) working days prior to starting work
on Lido Isle, the Contractor shall submit a
minimum of three (3) different finished
samples of the colored concrete with "Diamond"
pattern score line with this mix design which
best matches the Lido Isle colored concrete
sidewalk. The samples shall be 2' by 2' by 4"
thick. The samples shall be cured a minimum
of 72 hours prior to submittal. The City
shall approve the final mix design prior to
construction.
4. The Contractor shall install root barrier
adjacent to reconstructed root damaged P.C.C.
sidewalk per schedule. The root barrier shall
be Root Booster, Shawton Industries (or
approved equal) SM 12 X 20 panels to be
installed adjacent to the curb and gutter and
sidewalk replacement, respectively. A minimum
of 6 lineal feet of root barrier shall be
installed adjacent to each tree damaged curb
and gutter replacement. Root barriers shall
be installed per manufacturer's
recommendations.
Tree Roots Removal
The following methods of pruning and removing tree
roots shall be per International Society of
Aboriculture Standards and by the City's Urban
Forester for all tree root damaged locations (see
Section II.H).
1. Root Pruning
a. Prior to pruning the City's Urban
Forester shall review any proposed
pruning and inspect work sites as
necessary.
• • SP 9 of 10
b. Whenever possible, root pruning shall
only be done on one side of the tree
unless specifically authorized by the
City's Urban Forester.
C. Roots will be cleanly severed using a
root pruning machine, axe or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root cutting
machine shall be made.
b. The cut is a maximum 14" below grade for
sidewalks and 26" for curbs and shall be
made as far away from the tree base as
possible.
3. Selective Root Pruning
a. When a tree trunk of root flare is less
than 2 feet from the sidewalk and /or the
size, species or condition of the tree
warrants a root cut to be hazardous to
the tree. When there is only one
minor offending root to be removed and /or
the damage is minimal (i.e., only one
panel uplifted, etc.).
b. This process involves selectively
removing offending roots. Selective root
pruning shall be performed with an axe or
stump grinding machine instead of a root
pruning machine.
C. All tree roots that occur within the
sidewalk construction area shall be
removed or shaved down.
d. Roots greater than two inches in diameter
that must be removed, must be pre -
approved by the City's Urban Forester.
e. Roots selected for removal will be
selected on the basis that they will have
the least impact on the health and
stability of the tree.
D. Subbase Material
1. Untreated Base
Untreated Base shall be in accordance with
Section 400 -2 of the Standard Specification.
Untreated base shall be placed over the
compacted subgrade. Payment shall be included
in the unit price for alley \cross gutter construction.
•
E. Asphalt Concrete
• SP 10 of 10
Prior to placing the asphalt concrete patches, a
tack coat of Type SS-1h asphaltic emulsion at a
rate not to exceed one -tenth (1 /10) of a gallon per
square yard shall be uniformly applied to existing
AC, and to portland cement concrete edges against
which asphalt concrete is to be placed.
The work shall be done in accordance with Section
302 -5 and 400 -4 of the Standard Specifications,
except as modified and supplemented below:
1. The surface shall be free of all dirt, debris,
water, and vegetation prior to placement of
asphalt concrete.
2. The asphalt concrete shall be III -C3 -AR -4000.
The Contractor shall join flush when joining
existing pavement.
X. SOLID WASTE DIVERSION
Unless specified elsewhere in this contract, all non -
reinforced Portland cement concrete and asphalt concrete
waste generated from the job sites shall be disposed of
at a facility which crushes such materials for reuse.
Excess soil and other recyclable solid wastes shall not
be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of
total solid wastes generated and total solid wastes
disposed of at sanitary landfills. The Contractor shall
report said tonnage's monthly to the Engineer on a form
provided by the Engineer.
2
Q
0
m
J
m
V
V
C
T
m
ra
m
a
a
N
�
o
W
U
J
z
ga
W
J
Ir
W
op
NJ
`d
>
U
W
�
r�
LL
J
r U)
O
o W
0
mQ�
a
m
11LL
LLJ
UI
(L
COD
coo
N
Q
�
T
Y
LL
N
a
Q
R
0O
a
�
a
W
ml7
J
'cl'O
CO
IT
IT
LO
C)
N
V
V
Nr—IT
co
m
N
J
0000(0
mM
co
C
h
(O
M
T
M
T
T
T
T
N
T
N
N
V
IT
CO
V
T
N
T
N
T
N
ai
tq
Q
ai
> J
d
C
>
Q
Q
X
>
Q
Y
>
>
O
C`o
.`
Q
COQQ
z
m
0
CL
Y
Y
z ro
o
LL
o
N
tO
N
N
4�
c
aMaa
r a
V Z
o
O
..
p
T
O
c
O
0
(U
N
N
N
N
(U
(U
N
(U
(U
O w
J
LL
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
LL
d
(U
N
(D
f9
(U
(U
N
W
N
N
N
m
tb
CV
N
N
CU
N
m
>
Q
>
Q
>
Q
>
Q
>
Q
>
Q
>>
Q
Q
W
m
m
C
'�
C
'C
C
'C
C
•�
C
'C
C
•�
C
'C
'C C
E
•�
E
'�,
C
'C
m
m
X
X
X
X
X
X
X
X
C4
m
m
m
m
m
m
m
m
m
m
m
U)
C
C
C
C
C
C
C
C
T
C00
N
-;T
(O
O
N
h
C,-
MT
000000000
T
M
0
'IT
N00
1-
r.-
M
Co
T
T
T
T
N
N
N
N
N
N
N
O
T
T
N
N
N
N
N
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
O
Z
T
m
ra
m
a
2
Q
Q
J
m
v
�.i
0.
U
U
,
�
a
y
�
O
O
U
W
J
g
a
w
J
W
p�
0
ULLI
Ui
LL
J
H N
OIw
O
C �
Q
co
N
to
LL
N
<
O
U
Q
M
}
LL
V%
as
Y
>O
O
Ix
a
�
MILLI
0)
to
CO
m
M
U
C)
Y
J
3�
(D0000
�.—�M
co
Q
�f���MOMM
(D
Lo
Wp
❑
to
MCD
C4
N�
�N�
N
CO
�MNNNM��NNO
N
J
O
O
p
z
n
.
a1
U Z
Q
O
i W
X
N
N
N
N
N
N
O
N
N
N
N
N
0
—O W
M
>
Q
>
Q
Q
>
Q
C
O
Q
Q
Q
<>
<>
Q
Q
>
Q
>
Q
>
Q
>
Q
N
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
.X
X
C
C
C
C
C
O
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
0000
N00000
0000000000
M
I-
M
m
'c}'
N
N
CO
CO
O
I-
In
co
r
P,
�-
!�
co
NO
00��.
-N
NNNNNr�
--000
� --
NNNNNN
NNNNNNNNNN
O
z
zl
m
CL
2
0
m
J
m
1
U
U
C
r
U
,
fJ
�
a
y
:)
O
O
U
w
j
z
a
5w
J
w
pa
U
J
N
Q
�O
w
2
w
F
�
O
LL
J
0 cr
O
0 !9
O
0: 0:
Q
m
N
US
LL
N
V
O
O
Q
QL
K
rN
LL
aQ
y
>O
O
0
a
�
ON
M
d'
N
.LL.iI
(MD
UI
Y
J
�
LL
CO
Cl)
w
O
N
N
0)
N
O
v
N�
m
0,
N
0
ON
N
�
N
�
N
�
�
o
w
N
H
Q
Q
>
>
Q
Q
J
>
>
x
x
Z
o
o
M
O
Y
(p
Fu
m
00
Z W
(q
m
m
(p
C
C
o�
n.
c
cm
0
0
Q
Z
C
O
O
O
C
O
0
0
O w
-'
N
N
>>
Q
Q
d
N
N
N
N
N
O
N
d
LL
LL
N
N
N
N
N
N
w
caa
>
>
��<<<
>
>
>
>
>
<<aaa
>
>
>
>
>
aaaaaa
>
>
>
>
>
y
X
X
C
C
.`
X
X
X
X
X
X
X
X
X
m
m
X
X
X
X
X
X
C
C
`
(0
(0
C
C
C
C
C
C
C
C
C
Z
Z
C
C
C
c
C
C
00
22000000000"
000000
W,(D
ON
V
WONV
(D
0�
0)r�LO
co
O
O
N
O
N
r
Q
N
N
N
N
M
N
M
N
N
N
N
NN
N
co
N
co
co
M
M
M('7
C7
('7
rr
co
M
m
co
('7
('7
O
z
M
N
rn
m
a
Z
..I
h
Q
m
J
m
U
a
•
U
U
d
N
O
wV
J
z
as
w
J
J
J
>
O
LLI
E
LLJ
m
LL
J
~I4
O
W
O
a
m
N
N
UO
a
r
LL
N
aQ
Y
>O
O
m
0
a
a
m
G:
LLI
�N(D
N
�ap0
rn
(O
UJ
N
C
IT
.-
Y
J
O
wd
MITCv
0
cr)
R���cN-
CNV
NN(O0
0
N
N
>
4)
y
cu
a
a
O
L
O
N
N
m
m
z
m
4)
—
4)
4)
Z
O
a
O
Q
Ea
H Q
0
0
0
41
0
0
N
Q)
4)
4)
4)
()
4)
4I
W
C
ai
a Z
0
>
>
aaawaaa
>
>
>
>
>
>
aaaaa
>
>
>
>
>a
>
O
w
W
h
N
N
N
N
y
N
y
N
N
N
y
E
co
Q
Q
E
L
L
L
L
a
L
L
L
L
L
L
L
L
Y
Y
a
N
N
N
N
N
N
N
N
N
N
N
N
N
N
(D
"
to
E
E
E
E
E
E
E
E
E
E
E
E
m
E
a
s
(4
aaaaI?aaa
aaaaa
ova
vv�
O
V'(O
W
OMMO
htoM�0-
OOfl-
0000
-�NM
N��-�O
-3
•--N
C1,04
NNN
MMMMMMMM
MMMMM
b,z5l
a
N
m
m
a
42
V
0
m
r
m
1
U
Ci
a
0
11
U
U
�
a
Zz
O
O
U
w
z
-j
a
5w
J
w
p�
U
J
V1
Q
5
O
w
2
Fw
�
O
LL
J
F cn
O
0
O
a!
Q
m
LL
N
a0
I
O
g
N
r
C
}
LL
a)
Q
J
Y
>O
O
C
2
aw
LL:
O)
r
00
I(D
O
O
N
U
Y
J
3t~i
00
V
W
CON
V
V
V
�
M
�
MME
N
co
co
wp
NNr-
M
V
O)�(O�
•
M,
NN0M,
LO
r
D
N
N
�
'
a'
c
Y
a)
OO
o
`u
o
z
Z ca
a
a
cl
a
o w
c
Q Z
>
>
ai
ai
ai
ai
ai
ai
ai
ai
ai
ai
ai
ai
ai
Q
¢>
>>
>
a)
>
>
>
>>
>>
>
>>
Ow
..
...
a)
QQ
>
p
QQQQQQQQQQ
J w
N
rn
rn
U)
>
c6
(7
>
a
a)
a)
N
(0
(0
(0
(0
a7
N
(0
ca
L¢
Y
C
a)
C
m
Y
C
m
Q
C
a)
C
a)
C
a)
C
al
C
a)
C
a)
C=
a)
C=
a)
0
-0
0
.n
EEEEa.
ooa
o0
0000000omm
<<<<Lo
¢¢,a
aaaaaaa¢��
I,-
(O(00
OI-
O
I-
NOON
VwN
114,10101
O
O,
N
N
O
O
r
N
N
E
�
NNNNNNNC-4
r-
O
z
r
0
OI
m
0.
Q2
J
Q
0
m
J
m
1
W
W
Z
U
cn
W
LU
qV
J
W
a'
Z
Q
J
�c
C
U
ci
a
0
U
U
�
a
y
O
O
U
W
z
J
a
J
J
w
W
U
p�
N
J
¢
W
O
h
W
O
LL
J
F N
OI W
0
O: It
Q
ED
LL
N
co
i
a
m
0
o
c0
�i
(O
(O
w
Y
LL
N
¢
Q
Y
O
O
C
�
a
a
Ful
LL
(O
h
d.
M
N
N
co
J
Y
¢
3
LL
CD
0
O(A
(D
.-
NN6)0m
NOLo
N
'M7
NNNN
NOD
In
r-N
N
QDN��
r��
�--
O
O
N
`-
N
Q
D
Q
ro
Q
J
CU
o
Co
m
cu
-0
CD
m
0
OR
0
O
O
D
~
m
O
m
>
CL
C
>
ca
m
z ca O W
12
O
O
Q
O
Q
O
Q z
N
N
N>
N
O)
N>
N>
N
N
C
0>
C
O)
O>
O)
O)
OWQQQaQ
QaQQaQQo(�QoQQQa
-' w
M
ro
ro
m
m
m
ro
ro
m
m
m
m
m
ro
Q
ro
ro
ro
ro
N
C
-6-6-6-6-6 W
C
w
C
w
C
N
C
w
C
N
-6-6-6
C
w
C
N
C
N
C
w
C
N
C
N
Q
M
m
m
C
N
w)
C
O)
C
O)
C
N
C
N
O
O
O
O
N
O
N
0
0
0-5
QQQQQ
QQQaQQQ"zQ"'QQQQ
10
OO
w
0
coON(0
O.-
I�MLn��
NNN
'o
0
0
0
1
�
—MAN
N
N
N,
M
N
N,
0
0
1 11
N
N
N
N
N
M
M
M
M
M
NN
M
M
M
M
M
M
O
z
x.1
a)
rn
m
a
Z
5
a
Q
m
J
m
1
W
W
x
U
cn
W
uj
v
J
W
Z
Q
W
Q
U
a
0 a
U
,
U
d
y
�
o
O
U
W
J
z
a
5W
J
W
p�
U
J
N
a
i>
0
W
E
=
W
F
K
0
LL
J
�N
OOI W
O
a
m
N
LL
H
co
LLJ
EL
2
M
O
N
U
a�
y
LL
N
aQ
Y
O
O
acoK
0
w
m
D
LLI
J
M
(O
M
O
r
M
(0
M
(0
N co
r
0
to
to
U
Y
aLL
V'm
O(OIqT
M
N
tl_
N
N
M
W(j
toNO�
V'
(M
M
o
N
cn
ai
>
J
E2
Q
Q
Q
O
O
p
0
0
p
~
z
U
n
n
z W
0
C:
0
co
m
o
m
5
m
z
U
p
OJ W
N
N
LL
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
w
waQca
>
>
>
QQQaQaQQ
>
>
>
>
>
>
>
>
Q_QaQQaQQQQ
>
>
>
>
>
>
>
>
>
N
N
(Q
m
(0
(0
N
(Q
(0
(0
N
(0
w
m
m
W
m
m
N
m
(0
N
L
0
L
o
Z
L
0
L
0
L
0
L
0
L
0
L
0
l
0
L
0
L
0
L
0
L
0
L
0
L
0
L
0
L
0
L
0
l
0
L
0
U
U
r
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
OD
O
0
.--M
M
O
N(O
OD
O
N'�(D
00
0
N
N
N
0
0
O
O
O
O
�-
�-
N
M
M
M
M
CO7
M
M
co
co
co
co
M
co
(M
M
M
co
M
M
M
hNmoo
d
rn
m
d
2
5
0
a0
J
m
1
d
d
as
0
0
U
U
�
a
y
�
O
O
U
W
J
z
a
W
J
W
�
O
�
LLJ
I
LL
J
F
O
O 20=2
O
jr a
Q
m
U)
LL
a
v
O
O
CN
N
r
Q
�
>
LL
N
Q
Q
y
>
O
Q
2
a
W �
K
LLI
00
O
V
^
r
n
r
to
M
Lo
M
IT
U)
7
U
J
r
to
r
r
r
N
r
r
�
Y
J
3
LL
Lo
N
N
(o
N
r
U)
Lo
0
V'
(M
V
v
co
Lo
M
N
Lo
Wd
rNN0NrNIT
N
V0
ODr(MrNr
Cy
W
o
N
v,
h
J
a
o
o
0
z00
O l ad
m
m
U
m
O
U Z
U
>
O W
O)
6
6
O)
O)
6
O)
O)
ai
N
O
O)
O
N
6
O
O
O
N
N
a
J W
�
aaaaaaaaaaQa
%
42
J
0
m
�.1
m
v
Ci
a
0
0
U
U
�
a
y
Z
�
O
O
U
W
J
z
LL
5W
J
W
op
U
J
cp
a
G:
O
w
LU
=
w
O
LL
J
F N
c
O
CC �
Q
m
Ln
I
O
tt
0
aw
=
0I
ti'
J
V
r
O
CN
m
U
Y
J
0(O(000N
CM(O(O
CO
(0
�(o
N
I,
C7
NN
N
wQLL
O
V
N(00004
IT
CO
r-�
V
NN
P')NN
o
U)
ti
J
ai
Q
Q
Q
Ca
(0
0
O
Q
(0
Fa
z
.Y
m
m
Z "e
O
O_
C
O
C
O
6
a
a z
o
ai
>
ai
>
ai
>
ai
>
ai
>
ai
>
>
ai
>
ai
>
ai
>
ai
>
ai
>
ai
>
W
>
ai
>
oW
QQQQQQQQQQQ
QQQ
J
ai
>
ai
>
ai
>
ai
>>
aia
d
N
a)
a)
N
N
N
N
N
W
Q
Q
Q
Q
Q
�'
LL_
LL_
=
LL_
LL_
LL_
LL_
L
t
L
LL_
L
L
i
L
i
i
i
i
i
i
i
i
i
i
i
CL
O
0
0
O
O
(a
w
ca
ca
U
U
U
U
U
(n
(n
(n
(n
COON(O
O)CO
ONO
fl-
r
�CM
r0)
NCO
co
N
O
r-�N
OO
N
N
N
N
,;:8
000
��•
—���
NNNNNNNNNNN
(h
M
C0
O
z
;i
N
cn
cc
d
2
5
y
0
m
J
I
U
U
4.
0 0
d
,
U
K
CL
y
Z
�
O
O
U
W
J
z
a
�W
�
J
W
'a
U
J
N
Q
cr
O
W
i
W
H
M
O
LL
J
F- N
0I W
O
a
m
N
LL
in
N
w
CL
O
CO
U
Q
�
LL
r
N
Q
J
Y
>
O
¢
O
aW
2
a
z
]
I -iI
m
N
V
v
m
n
CD
U
Y
J
Q
LL
tnNNONnn�OCDNLO
W
M
Nr
OD(Dcn0U)
Cl)
n
O
OD
Lu
NNNc-
nNNM
O
N
N
O)
y
a
s
ro
~
N
O)
O
L
C
0
C
0
O
z
L
Q.
L
m
m
m
cc
m
z ca
cl
CL
cc
O �
O
0
0
< Q
N
O)
N
0
N
6
N
0
N
0
0)
N
0)
O)
N
U z
>
aaaaaa00aaaaaa
>
>
>
>
>
C
C
>
>
>
>
>
>
-E!
==aaa;
—
>
>
>
JO w
O)
O)
O)
N
N
O)
LL
u
O)
N
O)
O)
O)
O)
V
a
m
Li-
LL
to
L
L
L
L
L
L
ro
m
L
L
L
L
L
.0
0
E
0
M
CL
CL
CL
a
a
m
m
m
m
m
m
m
m
m
ro
m
ro
m
m
M
m
m
m
m-
m
cncnvov)cn0zzcnv)<ncn
< ncn
zz000m
O
V'ON
V'OD,,
n
D)nM��-
-�OMMn
�--,
NNNNO
V
N�OOOO
O.-
N,a
V
M
m
m
m
m
m
1
w
m
m
n
M
M
W
n
M
M
M
n
O
Z
0
r
N
m
R
a
42
V
y
O
U
U
a
9 9
U
,
U
�
a
~
N
�
O
O
U
W
J
z
a
J
w
J
K
W
q�
U
J
N
a
>
O
w
2
=
w
Ir
0
LL
J
� N
00
W
O
a
m
N
LL
N
CD
0
O
O
U
a
}
LL
N
a
Q
Y
O
O
a
a
w
o!
_
ao
U
Y
Q
3
M
O
w
cia
OOD
C
M
N
N
N
N
N
I
V
O
N
N
y
J
Q
O
o
m
Q
2 Z
>
Q
m
LU
oa
o_
az
aiaiaicaiai
>
>>
°
>>
mocoomom
>>
o
>
>
>
>>
c
o
otS
UF;aaaEaQ
aQEQaaQa
° W
a
o
0
0
.`-°
'a
'0
v
'a
'a
'a
-o
v
-o
ai
ai
ai
ai
ai
M
m
c
c
c
O
c
c
c
c❑
c
c
c
c
c
Q
Q
Q
Q
Q>
X
0
0
0
0
0
0
0
0
0
0
0
0
0
0Z
E
E
E
N
E
E
E
E
o
E
E
E
E
E
n
>>
n
n
m
m
._
m
._
m
._
M
,m
m
(a
(a
N
N
m
m
m
N
3>
3
0
m
❑❑❑
❑❑
15
15
0❑
❑❑6
O
N(O
OON
�
CON
(O
N
OON
CO
OOO
0000-,N
N(
M(M(M(M(M(M
NNNNNN
NN
�O
NNNN
O
z
d
CU
m
CL
2
5
0
J
m
U
U
4
0 0
U
U
�
dN
m
O
w
U
J
Z
a
w
J
W
p�
U
J
fA
Q
>
O
w
z
X
O
LL
J
F to
0
0
a
m
U)
W
N
O
C
�
>
LL
N
Qa
y
>
O
C
0
CL
�
KL
LO
I--
In
M
NN
)
m
O
co
OJ
U
,
M
N(0
Y
3
Li.l
OM
to
M
V'
V
(0
N
w
d
.-
LO
0)
(O
(n
N
C
m
N
J
ai
N
ai
ai
ai
Q
Q
Q
Q
Q
O
0
0
0
cu
0
O
Z
7
Z °d
(0
N
f0
ca
O�
m
m
m
C
N
m
Z
C
Q
V
O
O
OQ:
Q
!
co
Q
Z
o(o
N
N
O
H
I
O
NN
MM
(0(M
MM
O
Z
CV
d
a
4Z
J
h
Q
0
m
J
m
1
W
W
T
W
LU
V
J
W
a'
O
2
Q
V
c�
C
W
U
V
a
11
U
,
U
�
a
w
�
O
O
U
w
z
-j
a
g
W
J
�
W
p6
U
J
�>
�
O
w
LU
�
w
m
O
LL
J
H N
OOI W
K
O
Of
Q
m
LL
N
OD
VI
(D
(D
O
Q
Q
jx
>
LL
N
aQ
Y
O
O
a
0
W
�I
JI
A
W
N
(0
(N
r-
m
°r°
I,
rn
19T
o
U
F
F1
QLL
O
M
B
a)
LO
N_
O
N
N
W
UO(WM
00
ON
d
N
0
Nr
(D
I�
m
(O
O
Iq
O
0
N
co
J
O
z
z
Z 06
O W
F �
as
U Z
OUJ
J w
W
H
N
O
.
N
.-
N
M
V
LO
W
r�
W
M
r
N
N
N
N
N
N
N
N
N
N
N
N
m
m
m
co
co
co
co
co
m
m
m
ca
aaaaaaaaaaaa
ofz
W
0)
m
(L
C
W
D
2
C
O
V
W
0
W
T
V
h
W
U
g
W
O
2
Q
J
C
C
U
U
a
0
d
CA
m
a
Z
U
0
U
~
a
m
N
7
O
N
w
Z
Z
0
5�
U
w
a
vw
CC
N_
J
W
i
s0
Ow
J
F �
O
0
X
Ir
a
m
L
LL
a
U
U
Q
3a
Y
>O
a
w
m
�I
LL
J
U
Y
3LL
N000
Lo
V
M
N
N
M
N
CC)
o
l)
In
fl
t,-
M
O
N
N
r
M
�-
r
N
N
ti
J
o
J
p
�
0
z
C
0 IM
CID
11
Caj Z
ik
4k
m
rn
O
C
C
�
222222222222222.0
�
2222
rn
a
a
a
n.
a.
CL
a.
a
CL
a
a.
amCLmMnaaaa
u.i
u.i
ui
ui
ui
u.i
ui
ui
u.i
u.i
u.i
u.i
u.i
ui
ui
¢
¢
ui
u.i
ui
u.i
M
MCA
I.-
M
M
LO
1`
n
1,
0
Is
1,-
ONM
V
0
V
IT
M,
M
M
N
ONMC
N
N
M
CO
V'
Cn
Cn
Cn
CO
CO
CO
M
M
M
O
N
M
M
M
N
N
N
N
N
IN
IN
N
N
N
N
N
N
N
M
CO
M
M
M
O
z
d
CA
m
a
g
W
O
2
v
a
a �
(j ui ui ui u.i ui ui ui ui u.i LU ui ui = ui ui ui Ld ui
0) ,0)LO ) r�U)LO rnU co0C000v
�LO M�O M V OOtta MOMMN
V N N N O O M O� M W co " ��
M co fM C, ('MMMMM co co W MMMMM TF lid
d
A
a
z
U O
O
U ~
~
IL :
:3
N 2
2
o N
N
w 0
Z
Z
0
J
J J
a
U w
C
N_ C
J
cr
W 7
7
20
O w
w
K
J
F N
o�
0�
a
m
N L
LL
N
a
U g
g
Q
y N
N
Q J
J
3>
Y 0
K �
0
a w
�
w
�I
ro a
U J
Y
w0 L
LL: C
-LAM V
CN
V U
U r
r�COMO�N� m
co t
r
r� -
m c
t�� N
N
0 N
N
w
N
O
O O
Z
Z °d O
O
w
O �
U Z Q
Q
0 w =
= 2
2 2
2 2
2 2
2 2
2 2
2 2
2 2
2 5
5 2
2- N
N 2
2 2
2 2
2 2
2 2
2
m U
U U
U U
U U
U U
U U
U U
U U
U U
U U
U U
U U
U w
w U
U U
U U
U U
U U
U
aaaaaao_aaao_a a
aaan.a
d
A
a
ct
W
O
2
0
U
U
ti
4
! 0
U
Z
O
U
~
CL
:2
N
�
7
O
r
N
wz
Z
O
5"
J
w
-j
°-
W
U
ix
N_
�
N
J
Lo
20
O
W
J
r Ir
O
5 cr
m
m
m
NI
LL
9
2
U
4
�
y
N
�a
Y
0
K
O
Q
�
a
Ix
(7I
�
LL
J
U
Y
OMNM�NO0
N
(Aw
V
NN
CN
MO0f0
N
N
N
O
N
•'-
N
tq
J
0
O
Z
Z o°
O W
F 2
QZ
U Z
O r
J LU
W
=
_
_
_
_
_
_
�
c�c�c�c�c�c�vvvvvvvvvvvvvvv
N
n.
a
a
a
n.
n.
a
aMaaaMmmmmaaaa
.
wwwwwwwwwwwwwwwwwwwww
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
w
v
O
V
O
O
V
O
O
O
O
O
0
w
m
v
0
w
v
v
v
'q-
NOfM
MONO
V
v
V
M
V'
vv
V
(M
MM
N
N
00M
'0
OOM(D
co
M
M
M
co
M
M
M
M
C',
l M
M
M
C-4
N
N
N
N
C'41
N
2i
.Y.
Q
rn
m
d
W
O
2
O
O
U
U
U
4
0
m
d
rn
m
a
II
■II
■
■I
��iii�
■
■ii
m
d
rn
m
a
c�
C
W
O
2
U
6
C)
a
0
0
r
N
cm
m
a
z
o
U
U
U
N
a)
a)
Z
(A
H
(0
0
3
cu
3
7
O
O(n
Y
Y
Z
LLJ
z
O
U
U
U
uj N
Q
L)
co
J
C
O
LL
LL
co
C
O
LL
(n
LL
(n
H
(n
V
p
w>
M
O
M
N
U
O
w
N
C
J
N
OI w
O
O
(O
(O
C
a:
r
r
r
r
a
m
N
LL
N
M
W
U
Q
>
N
Q
Q
ix
O
Q
2
IL
w
c
R
JI
M
v
Y
J
Q
LL
O
O
N
O
O
O
to
N
IT
O
N
V
O
M
WO
I.—
M
V
M
V
(--
(O
(M(nw
M
O
(q
N
Q
Q
Q
>
Q
>
O
>
m CL
cl m
i
(1)
O
O
Q
C
Q
O
O
Q
ai
~
z
N
(p
a)
L
>
zap
O w
O
�0
a7
ai
O
ai
LL
N
N
(+`�
ai
N
>
u)
=
t=a
z
c
ai
>�
Q
>06
Q
22
°�
>
Q
Q
c
OWSOQ
c
c
c
oo�ap
c
o
000Q
�U�o
UUQO
LUVUm
as
c
a'
o
air
Q�Q>Q>Q>aa
aiaiaiaiU
0
�a�
o
as
uiui�
ouwoaci
WLu2�
wai(nmwv,ui
co
LL
-�'
O
M
�(OO(O
O
(LOO'
a),
N
yrn
Mf—
(oO
LO
Mi���
corn
o
000
NN
(ONE
04
04
Sa7
h
=fl-
Il-
r,
IhM
O
z
r
N
cm
m
a
ltl
Z
O
O
U
U
C)
a
• •
U
Z
0
U
U
a7
a
�
0
O
N
a!
CL
cx
w
Z
m
(U
Q
z
O
U
U
oa
m
Q
J
Ja
O
N
a)
Q
0
J
LL
O
_
Ow
O
Ljr)
O
m
to
J
f N
O w
O
O
(D
(D
O
V
O—a,
G!
M
rr
r
r00)
�
m
m
N
LL
w
a
0
Ljr)
to
to
to
o
Q
Q
M
>
N
aQ
y
>O
O
w
IL
U
-IM
(D
CD
CO
CD((YO
OV
O
VN
r
Y
J
3LL
MNN
NOO
r
0 L
U"
c
rrr
MOOr—
tn(D
N
V
co
G
co
a)
>
Vl
Q
Q
Q
-0
Q
>
m
c
N
a)
Q
O
O>
2
Q
ai
Q
00
O
2 ca
t
¢
7
C
O W
=
LL
a)
7
a)Y
a)
a)
a)
a)
a)
>
Cl)
¢a
a)
>
a)
>
m
>
m
>
QQQQ
QQ�
a)�
(� F
O
QQ
QQ
a
)
cu
a)
(i)
a)
w_
c
Q
c
O
LLJ
7
Co
7
O
a(
>
C
C
C
C
7
7
7
7
7
7
U
O
a7
N
m
N
N
N
>
`
ca
D_
'C
co
J
r
J
2
'�
�-)
��
L
2
0
to
O
N
(D
rtn
NO
OaD�Mf�
rrrr0
=
rrQ)r
0
N
0
0
r�to
NrN
r0
r�
r
I0-
(.D
O
to
tL
r
O
(D
to
�
M
V
U
O
2
T
d
m
m
a
C
W
2
U
ti
U
4
0 0
M
0
rn
m
a
Z
U
0
U
~
a
�
rn
�
0
U)
Oz
w
Z
O
0
3U
J
J
LL
w
U
w
U)
�
oC
J
x0
0
w
J
0Iw
00
CO
ONN
0000O(D
co
m
a
m
N
LL
0
d
2
O
U
Q
�
r
rn
0
N
N
a
�
0
oC
LL
O
to
0)
N
Y
3
LL
00
M
0
OD
Iq
co
OD
M
r
a)�
M
LO
co
w
O
V
(O
M
00
V
N
V
V
U
N
N
ai
Q
Q
0
Q
0
N
W
cQQ
>
>
N
Z
>
in
m
m
z ca
Q
`
`
W
c
0
0 w
to
O
t0
CL
2
(D
7
0)
Z
Z
Co
a a
oZ
>
Q
0
mQ
>
O
O
>
>
QQQQQQQQQ
>
>
>
>
>
>
>
>
o�
CO)
m
c
o
c
o
ai
>>
ai
c
o
c
o
ai
>>
aiQ
m
m
m
m
m
m
m
(o
m
m
_j LLJ
vi
z
to
-0
'a
vvm
a�mmmmmma�m
w'`�'`dd
LLddLL
c
c
c
c
c
c
c
c
c
c
z19zww
OOw0OOao
aoa-
(La.(Lmaaa°a°
,[I-
fl-
V
O
,
0(OM
OM
V
h
0M
V
000
NON
V
(n
N
LO
(0
00
N�-
ON--
r-c'-
Cl
000V
MM
COVmm
VLO[�
LO
CO
LO
IT
V
V(n
t`!�
O
z
M
0
rn
m
a
c�
C
W
2
O
O
U
W
W
x
U
W
U4
J
W
C
O
2
Q
V
a
E
d
rn
m
a
Z
(J
O
U
~
a
�
N
o
w
O
z
z
Z
Z
O
50
a
w
W
U
�
N
J
W
>
x0
O
w
Ix
J
H N
w
( )
(O
(O
C)
K
Q
m
LL
L
a
U
U
O
Q
Q
J
0
1`0
V
O
w
a
Ix
CD
ca
JI
U
Y
Q
LL
O
O
O
O
O
ui
O
O
M
O
N
N
N
J
O
zz
Z `d
N
N
p w
(1)
—
Q
N
2
V Z
O
S
p
C
O
O ~
LLJ
ui
Jw
O
m
m
m
N
>�0
OT
02
Q
N
N
U
U
@w
cc
00
2
m
2
V)
,
O
r
co
CO
N
N
(O
co
f0
OIZ
d
rn
m
a
0
co
m
a
W
F.
O
2
C7
~
LL
aO
Z
N
N
U7
Y
Q�
LL
CC)
N
v
v
v
a o °
Cl)
J
Q
N
N
r
Q
J
Q
F
LL�O
N
�
c0
rr—`f
It
M
_
r�
vr,
N
P-,
MaND
aD
r
wt`')�fh
w
N
N
V)
t
ON
O�
r
aO
r
t0
t(0
C14
0)
O CO
V
'o
op
sf
00^
00
M
O
�ui
m
r
U
n
W
p
Z
uj >
Z
a2-j
U
z
a
wz
W
z0
W
LLI
Z
W
W
UUO
O
CO)
OM>
U
Qw
a
a
U
Z
N
Q
O
Q
2
Q¢
j
IQ¢
U
m0
W
OFmZVOU
W
W
U
m
m
Z
z
ZOW
a
2
O
°asQx
>xamgU
F-
(9
�ma
(7
Q>
—^ate
>OQYmQQ¢0<
_j
_j
Z
gn
0-j
Y
W
2>wa,-
a
>¢p
m
W
J
Q
Q
a
Q
y
Y>
>0
QJ
0
>>
¢
Q
U
>>
UF¢a¢
m
Z
-
>
>-
>
Q-
a
>
Q
Mf
U
-
W
>a
>
o>
Z
°�
0
--
°6
0
°�
0
>
ca
<
<
N
p
°�
U
of
�
a'f
its
O
a¢QU
2
�
,O
,tS
�
,ty
�
Z
<00ca
¢
O
O
°tl
(Wj
°tip0
O
=
w
v<�
o
Z�
N
a
a
Q
U>
a
w
o
o
m
>>
W
m¢
V
wZQO
a
x
w
Z
>Z0w
°°
w
z
z
JQ
4
°
J
FmQ¢aw
U,
RF-
mozp0000x�ppww�0
OYZ
~�Y
22
Z¢
¢
Q¢=
-
EL-
-¢¢¢¢
xxU:J
F
H
Q
>>
Q
W¢
>>
Q¢
U
0
J>
¢_
a
W¢>
JJ
Q
a
Q
a
J
Q
QF-
O
>>
J
O
zZ
W
W
-
>
-
>
-
>>
-
zZ
w
w
W
Zzx¢
W
W
¢
F-
Z
m
00
Y
J
>
Z
z
w
»
Z
Z
»
Z
Z
>zZau,
Z
ww-
u>
Z
W
Z
Z
W
W
W
W
W
W
Z W
W
m
z Wz
z Wz
Q
>;;;
Z
W¢
»�
Q
W
W
W
z W
z W
W
z W
a
W
J
Q
<WWLU
d
w
W
m
W
m
z
Z
w
m
W
m>
wFF
m
W
m
W
m
Z
W
Fz
w
m
Z
W
Z
W
w
W
m
W
m
FF
W
m
W
m
W
m
Fzin
W
m
Z
w
m
0
F
a
O
Z
pm»
W
o
o
W
m
W
m
W
m
W
m
O
mmxmm�mmmm»
o
0
0
0
W
W
0
w
w
0000000
»m�p�
w
°
W
m°
W
v,
W
>>
w
p
WWOOOOZZ-ZZ
p
0
0
0
0
0
o
a
>
o
0
w
mp
z
O
z
W
mmzzW0
W
O
0
0
0
0
m
o
V)ZmN
O
W
F
F
W
F
m
U
Z
O
mmOOJJJJO0ao0¢mOQ¢0000000¢O>O
a
0
0
0
Qf.,
0
0
0
0
0
0
p
O
0
0
0
0
0
0
0
0
0
0
m
m
m
ci
Q
x
a_QQaa_aaaa�aQ�aa---
x
J
J
Fy
J
J
J
J
Y
J
J
J
J
-
J
-
J
-
J
J
-�z
F
O
F
z
U
>
»
>aan.a
»w
F-
>
>w>
F
-_
>wm
F
F
Q5:5;:551:5
>>>
»
a
»NU
Q
F_
W
a
>U
W
O
J
-
zzzzzzzzzzzzzzzzzzzzzzzzzzzz
0000000000000000000000000000
co
m
a
9 0
d
o�
R
EL
y
ti
O
2
C7
�
LL
Z
Y
(D
c7
Y
Q
J
j
LL
O
(D
N
tD
aD
N
o0
tD
O
U'1
N
V
00
W
o
N
"
��
N
J
Q
y
J
V
J
J
Q
F
LL
O-t
O
O
-.-ID�
a0
N
W
M
O
O
O
N
N
0
N
0
O
fD
N
c0
N
('7
W
w
n
N
O
N
N
W—
N
't
N
n
n
W
N
N
O
O)
O
00
O
O
W
aN.-
�N�N
NMVN
tD
C7
T
N
U
og
O
C
W
Of
w
W
w00a
o
a�F0�
z�woaamw
w
w
aof
m
aIt()
(np
W
V
a�
-1
»z
O
>a��awQO
Z
z
Z
o
wN
W
w�o
fn
a
W
a
d>
><<<5>09<<Z
§
l
a
a
>>
o
7
w
a
w
w
2
0
>
»>a
g
C6<<
>
o
>Wa>
a
>>
W
W
0<0000<50z>0
W>
o
2
2-6
a
z
00Z
w
-0d
o
z
z
Z>
ca
>
00<0
03
U
5adwm
W
o
>-i
W§
L
OZ�Z
W
o
>Oz�-
w
a
Fw-
maZ^1
>
W
N
ZNO
Q
Q
mpm
>ww
waaOOQ
~`a
IL
a
>zo�
~>
W,>6
W
>oz
ozz
Z
W
O
J
4
a-
Zoaav2-
>Qaa0a7
Wm7j
-O�F
>aaau~i
ui
!oBZW
F
W7
>F7
>O
W
>aaaaaW>0
Z
~
>aaa
Z
-
Z
azaa(naa�
W
Z
>
>
>
>
>
w
W
W
>
>
>
W
>
>
>
W
>
O
>
>
>
>
a
w
3'wwwww<�
z
wwwwwM3:
z
z
z
z
a
w
a
O
w
z
www
z
wzW
Z
w
z
www�
wwwwa_
z
z
m
z
WDMWF-wwz
wa_wwwwa_wwW
z
z
z
m
z
z>
ICE
m�
>mZmFF�m
-5
F"5
�>ZZ
M
J
jaOmmmmmWOwaOmmmaOmmmw
wwwwwZ
W
www
wwwz
wzwwzww
mWmmommw
O
�W»cc
ooOOO
W��
�m�29»>
oomo
OOO
0
m�»gmIt
OOOOOm
w
�c
W
t�
F-
ozwwzzmwmozowwwwwm
o0000wF-
wFoowF
-0oo
W
O
zmwowzzw
W
oOwoow
2
O
00
oJ
o0ooaoa0000000
z
a
oJ
aQ
oJ
oJ
z(_n
oJ
oJ
�
V
WOOOO
Z
(
Z
OOOO
J
J
J
Q
0000aoo
a
Q
waaaa
0
>
>
aaawaaa
>>
>U
»
>
aaaaa
50>
>
>»>
O
zzzzz
OOOO
z
z
z
0
O
o00J
zNZzZ
N000
d
o�
R
EL
0 0
W,
d
°
m
a
Pu
0
z
as
LL
AI
U�
z
J
Q
V
Q
W
F
�v
v°
n
u�i
[7
r
n�NN
t0
N
'n
J
O
d
y
J
J
J
Q
LLB'
nc�o�°rn<ovoi°
ro
r`
�I
W
d,,
W
�
N
W,
O
N
N
y
Uh
p
p
w
(7
Lu
O
co
W
x
U
zg
a
J
g
J
_
~=
Z
U
m
Uxp
U
0
J
Z
0
p
a
W
o
~
a
a
a
N
N
N>
a
W
w
~
s
0
0
g
06>>F
W
W
�
of
atS
>yWaat
o'S
=
U
a
N1:
>f
W—N:5<
v
m
a
0
N
w
a
�X
QZQ
W
zzQ
X�>-0
J
W
Q
J
}D
a
F=-
2
ap
w
W
aaFaa¢g
>aa
N
>
O
H
p
O
m�
c:
»Z
»
>JZ
>>
Z
Z
Oaa0
co
v
Z
wwawW
wQww�
W
O
ZZZOp
O
Z
C
w
Y
J
Y
w
0
w
0
J
F
LL
Q
Wmm
wmw
m
aQryry>>
p
D
p
7
p
p
m
O
5
p
p
�
U
O
p
O
M
J
W
tq
vOiviiMOZ
vOim�ZaUN
_
J
v)
wPO�
a
3
C
2
O
OOa000a
0ap000p�aZ�p
0>
—a
w
p
a
p
a00wap
z
w
p
Ci
av
J
J
»u~i
g
J
J
»
J
>t~nr�.i
g
R
J
>�
W
N
g
Z
Z
W
OQ
z
y
w
>w
p
pYrN.iO
�
o
J
Z
0
Z
0
Z
0
Z
000000ma0
Z
Z
Z
Z
z
H
z
w
a
0:
a
a
>a>
a
a
O
2
W,
d
°
m
a
0
r�
u
M
m
IL
IL
LL
LL
W
O
Cl)
00
C7
CO
00000
Cl)
Cl)
Cl)
Cl)
H)
0
Cl)
000000
CO
C7
m
CO)
M
CO)
O
C'7
o
Cl)
LO
X
f-
U.
U
Z
J
Nr
N
N
r
r-
r
(D
•
C`
r
COOa0
•
•
r
t000Ob
•
•
•
•
r
O
•
N
0(000(0(0
•
•
•
•
00
.-
w
w
wO
r
•
m
a
m
>
O
U
h
LL
W
J
N
O
O
O
O
?
O
O
O
N
Co
N
N
O
O
O
O
N
Cn
CO
Cn
Ln
O
CO
to
N
Cn
CO
an
0
CO
N
lA
V
R
�
�
CO
CO
CO
CO
V
N
CO
N
(D
�
r
CO
N
N
N
t`
CO
Ln
CO
CO
tD
CO
r
CD
A
O
a
a
J
K
y
a
W
J
K
W
a
y
w
y
�
0O
U
=O
0
o
2
co
0
D
0
U)
0
U
U
J
<
U
>
>
Q
Lr
O
LL
w
Z
w
Z
p0
Ow0ZF'F
Q
zwwaQOw
O
Z
=
W
fn
z0z
Q
¢
Q
Z
Q�0DQ0
U<<RsL
QUZO
o-wmw>wW<nww
-NN
LLAS
=f-
c>gg
0
ZO
DaMU
JNU
=QQ-
a
=i�p��
WZU_Mz
Z
ataAU���
>_wZZ
»QZQX�NYNR
QzQ
WJW2
Q
Q
N
~
Q
Q
Q
D
Q
Q
d
Q
Q
Q
Q
Q
Q
X
Q
w:5:5:5
J
UNU'
aa
0
5>5-j>->5<>0555>><>>->>>N
0
Q
O
Jd
a
Q
>>
a
Q
a
��Ua
U��>
@Q
O
�d�00@��������D
>�U
>
>
>OODO
>DDDUD
0=)
>DDpDO
»27wyM
❑
>ODD>
@)7Xw@
Q
a
O
D
Z
Z
Q
0000
Q
000
O
00
w
00w0
D
000
D
W
00
J_,
000
zzZZU(n
WZ
WWpf
WWWZwZD(AZZD
C
WzZ
O
O
wwz0000Q000>OF-OOZO000O00p
U
J
T)
T)
w
(9
O
w
O
p
Y
p
Y
w
U�
O
J
O
J
O
J
O
J~
2
D
J
D
J
D
J
w
O
D
J
D
a
D
J
D
J
Q
m
D
J
D
J
D
J
O
p
O
J
D
J
D
J
O
p
(j
a
>>
Qaaagg¢aQaaaaQaQaaQaaaogago
>
j,
D
CO
V.
O)
O
I�
N
O
O
CO
f�
N
CO
O
CO
O
N
O>
O
CA
Q
co
N
N
a
0
W
0
V'
N
a
N
R
N
r
O
N
a
N
O
N�
-e
V
N
CC)
0
,
0,
N
in
0
CO
0
0
t0
0
0
CO
N
r
M
N
O
n
CO
n
O
r
O
M>
C7
co
07
CO
�f
CO
5
M
m
IL
IL
•
1
0
rn
m
IL
J
J
Q
LL
O>t0NhNO
cow
N�
M
M�
v
a
v
rO�
00
N
�N
N
O
N
�..,
t0
�..,
r
r
r
N
M
00
fp
aD
O
DO
ED
O
a0
O
N
O
r
N
O
W
v�
O
W
j
W
U
N
W
g
w
W
O
"
�
a
a
°
g
°
W
iW
Q
J
cc
r
U
J
m
2
Q
W
cc
g
!n
cc
F-
m
m
P
v
Q
>
N
co
°vv
'a
`�°va
°'
�U
v
�
I�
IL
o
0
-2oo
�ip
n
o
0
o
0
2
o
c
a
0
c
a�
c
a)
m
d
d
d�
v
2
o
cc
N
0
o
m
(
o
��
LLI
m
o
O
o
O
o
p
C
O
C
N
—
•Z
—
'O
6
0
m
m
C
m
c
m
:0
NYYY222J20000n(-1
co
y
_
m
_
m
_
m
_
m
_
m
_
m
cc
m
m
m
m
m
m
m
m
m
ca
m
m
m
m
m
m
m
C
>
0
O>
10
w
r
of
r
n
v
ip
m
N
O
M
1
O
O
Ln
N
N
V
N
N
w
O
Y
O
w
J
O
N
N
O
0
N
O
O
N
N
N
N
O
C
N�
cm
N
0
NN��N�
0
0
O
NN(o
O
O
,
N
O
N�
N
1
0
rn
m
IL
•
0
T
N
i6
a
W
Y
J
J
Q
LL
N
y
3
o
r
M
Q+
r
00
N
N
N
O
W
vii
O
J
�
a
F
0
p
w
W
Z
a
U
<
�
a
0
w
W
w
w
LLI
U
a
a
a
W
p
w
O
W.
2
~
Q
w
�
a
o
o
d
W
L''oo
�
�wz
w
N
(n
�JJ
V
O
>
>>
O
owr-
J
P
w
,
0
T
N
i6
a
Ll
COLLECTION SCHEDULE
MONDAY
• Balboa Peninsula, E. of Newport Pier
(Newport Pier to West Jetty)
• Newport Crest
• Lido Sands
• West Newport from Newport Pier to Santa
Ana River (Balboa Blvd. to the Ocean)
• Newport Shores
• Balboa Coves
TUESDAY
• Cliff Haven
• 15th St. to 16th St. (Tustin to Irvine Ave.)
• Newport Heights
• Lido Island
• Bayshores
• Park Lido Tract
• Finley Tract
• Newport Island
• 32nd St. to 44th St. (Balboa Blvd. to
Marcos)
• Linda Isle
• Anniversary Tract
• Vista Bahia
• West side of Irvine Ave. to Tustin Ave.
from Holiday Rd. to Santa Isabel Ave.
(Moden Annex)
• Irvine Ave. to west side of Dover Dr. from
Westcliff Dr. to Mariners Dr. (Mariners
Square)
WEDNESDAY
• Harbor Island
• Beacon Bay
• Promontory Bay & Harbor Isl. Dr.
• The Cove
• Balboa Island
• Bayside Dr. (Coast Hwy. - Bayside Dr.
to Jamboree)
• Irvine Terrace
• Big Canyon & Townhouses
• Sea Island
0
WEDNESDAY (Continued)
• Dover Shores
• Baycuest
• Harbor Highlands
• Westdiff
THURSDAY
• Cameo Shores
• Cameo Highlands
• Corona Highlands
• ShoredifTs
• CDM SOUTH of Coast Hwy. from Avocado
to Hazel (Coast Hwy to Ocean Blvd.)
• China Cove
• Breakers Drive
• Bayside Drive (jamboree to Marguerite)
• Granville Apartments
• Eastbluff
• The Bluffs
• Belcourt & Belcourt Hill
• Bayridge
• Newport North (N. side of Bison -
jamboree to MacArthur)
FRIDAY
• Harbor View Hills
• CDM (NORTH of Coast Hwy. to 5th Ave. -
MacArthur to Hazel)
• 5th Ave. - Haul to MacArthur
• Broadmoors
• Jasmine Creek
• Jasmine Park
• Lusk Tract
• Harbor Point
• CDM Terrace
• Point Del Mar
• Spyglass Hill
• Canyon Crest
• Seaview Broadmoor
• Harbor Ridge
• Harbor View Knoll
• Harbor View Homes
• Harbor Hill
• Seawind
m
c3,s
0
l �
290rH
C
C r
,,�+J•
x C7
X, D .
L,—I z
z
m
r
I VIA
FLORENCE
VIA FERMO
I.
I ro
C 9ra
%014
<
-:to
SCALE
I" =800' a3
i
SWEEPING SCHEDULE
TUESDAY •..•••••..•••••••• .
FRIDAY - - - - --
INDICATES TRAFFIC FLOW
t,,t6 E\�ONP
J \P 0p�
y \P pPppJP
c
a J \P o \,pN
J \P gpV\
J \P F\Et�N
J \P G�NpP PNP
J \p G�p1
a :9 J \N pCp
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LIDO ISLAND
STREET SWEEPING PROGRAM
J \P Y -Opt,
J \P \,O�GP NE
1 J 4 \P '4\
E� 0
J \P • •(O
��!'' J\
�p
� J \P SpN aS�� .
J \p \)Np\
o J \P JFN�1 \PS
\p
J \ vol
E
P pNSN
J \P \{ 6
\c
DRAWN AZIZ DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO. EXHIBIT
STATE OF CAUFORNIA • DEPARTMENT
In compliance with (check one):
X Your application of
Utility Notice No.
Agreement No.
R/W Contract No.
ANS ATON'. ? 177!1'')
DEC 2 7 99
PUBLIC WORKS
M3 0FfI)Q,FACH. CAI
of
of
of
12 -ORA -1- 15.3/16.4
TO: I I
CITY OF NEWPORT BEACH THIS PERMIT EXPIRES
PUBLIC WORKS DEPARTMENT JUNE 30, 1995.
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
ATTN: LLOYD DALTON, PRINCEPAL CIVIL ENGINEER
PHONE 714/644 -3334 , PERMITTEE
and subject to the following, PERMISSION IS HEREBY GRANTED to:
replace apprmdmately 1600 lineal feet of existing damaged P.C.C. sidewalk located along Pacific
Coast Highway (ORA -1) from Avocado Avenue to Seaward Road in Newport Beach, all in
accordance with current Caltrans Standard Specifications and Standard Plans, the attached provisions
and Permit Plan dated December 21, 1994.
Permittee shall contact State Permit Inspector BOB SCHAPER at 7141724.2872 between 7 AM and 9
AM a minimum of two working days prior to the start of work and a pre - construction meeting will
be scheduled at the earliest mutually agreeable time. Failure to comply with this requirement will
result in suspension of this permit.
am also included as
X Yes No General Provisions
Yes X No Utility Maintenance Provisions
X Yes _ No Special Provisions
Yes _ No A Cal-OSHA period required prior to beginning work
t
In addition to tee the pennittee will be Gill
actual casts for.
_ Yes X No Review
_ Yes X No Inspection
X Yes Feld Work
of any Caltraro effort expended)
�W � ��V IIq YYV1111Y1N11 Y� IIR V�TIVIYIIOIIIYI YVVYY,V VI V,NJY VW VYVV .V.�Y.IYV V„V W„a.,Y.YV r, ti. .r
approval of this perms.
This parmd is void unless the work is completed before Fi E 30, 1995.
This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized.
No projed work shag be commenced until all other necessary permits and environmental clearances have been obtained.
BOB SCHAPER- INSPECTOR
m(without attadunents)
Orange Maintenance (2 copies)
Brent
Keith Mveers, District P rmit Enain
Page 1 of 2
NAME: an of NEWPORT WA 4
PERM: 1294 -NCS -0675
DATE: DECEMBER 21,1994
0
Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans
"DP" permit authorizing the Contractor to perform the work within the State Highway right of way
in Permittee's behalf.
Permittee's Contractor will be required to pay a deposit of $700.00 estimated for inspection costs
and to reimburse the State for the actual costs incurred for engineering inspection of the work
within the State right of way and other permit - related field work performed by Caltrans Maintenance
Forces.
In addition to the attached General Provisions, form DM- M- P -202B, the following Special Provisions
are applicable:
1- Permittee shall contact California Highway Patrol Area #675 Commander at 714/558 -6736,
and OCTA DETOUR COORDINATOR (714/638 -9000, extension 4130) at least 48 hours prior
to implementing traffic control which requires lane or shoulder closures.
2- Permittee shall notify UNDERGROUND SERVICE ALERT at 1- 800/422-4133 a minimum of
two working days prior to the start of any excavation authorized by this Permit.
3- Orange vests and hard hats shall be wom at all times while working within State right -
of -way.
4- All traffic control shall be provided, installed and maintained by Permittee in accordance
with State Standards and subject to the approval of the State Permit Inspector. All work
which requires traffic control shall only be performed on weekdays between 9 AM and 3
PM.
5• Wherever work is within 6 feet of a traffic lane, that lane shall be closed to public
traffic. A minimum of two lanes in each direction along Pacific Coast Highway shall
remain open to public traffic at all times.
6- The full width of the traveled way along Pacific Coast Highway shall remain open to
public traffic during all weekends and designated legal holidays.
7- All traffic control which requires lane closures shall be in compliance with the appropriate
STANDARD PLANS traffic control system. Where required by the plan, the use of a
Bashing arrowboard is MANDATORY.
8- Personal vehicles of the Contractor's employees shall not be parked on paved shoulders
or traveled way within the limits of this work.
9- In the event of any discrepancy between the Permit Plans submitted by the permittee
and these Special Provisions, the Special Provisions shall prevail.
10- Permittee's attention is directed to GENERAL PROVISIONS Item #12, "Pedestrian and
Bi ydist Safety". All open excavations shall be backfilled by the end of each working
day, or odu wim secured to protect the public.
11- All new sidewalk shall be constructed with 6-sack P.C.C. to the nearest scoremarks.
12- Permittee shall protect all existing State facilities in place. All such existing facilities
damaged as a result of this permitted work shall be immediately replaced/repaired to the
satisfaction of the State Permit Inspector, at no cost to the State.
99- Immediately following completion of the work permitted herein, Permittee shall fill out
and mail the attached postcard.
Paps 2 of 2
STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION
ENCROACHMENT PERMIT GENERAWROVISIONS
T94W (REV. arsq
1. AUTHORITY: Encroachment permits are issued under the 12.
authority given the Department, Div. 1, Chpt. 1, Art. 3 In
accordance with Div. 1. Chpt 3, Art 1, Sect 660 to 734 of the
Streets and Highways Code.
2. REVOCATION: Encroachment permits are revocable on five
days' notice, unless otherwise ;stated on the periL and :except
as provided by law for public corporations, franchise holders,
and utilities. These General Provisions and the Encroachment
Permit Utility Provisions are subject to modificatkn or
abrogation at any time. Pemiatees' joint use agreements,
franchise rights, reserved rights, or any other agreements for
operating purposes In State highway rights of way am an
exception to this revocation.
3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit
fees when due can result In rejection of future applications and
denial of permits.
4. ASSIGNMENT: No party other than the Peridee or
peritiees' authorized agent is allowed to work under this
permit
S. ACCEPTANCE OF PROVISIONS: Peribee understands and
agrees to acceptance of the provisions and all attachments to
this perlt, for any work to be performed under this peril
6. BEGINNING OF WORK: it is the responsibility of the Permihee
to notify the Departments' Representative, two (2) days in
advance of the intent to begin work under this permit Permktee
shall notify the Departments' Representative if the work is to be
interrupted for a period of five (5) days or more, unless a
prearranged continuance of work agreement had been made.
All work shall be performed on weekdays during regular work
hours, excluding holidays, unless otherwise specified in this
periL
is
PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum
passageway of 121 meter (4) shag be maintained through the
work area, where pedestrian or bicycle facilities are existing. At
no time shag pedestrians be diverted onto a portion of the street
used for vehicular traffic. At locations where safe alternate
passageways cannot be provided, appropriate signs and
barricades shag be Installed at the limits of construction and in
advance of the limits its of construction at the nearest crosswalk or
Intersection to detour pedestrians to facilities across the sheet
13. PUBLIC TRAFFIC CONTROL Required by caw, the Pem tee
Is to provide traffic control protection of warning signs, lights,
safety devices and other measures for the safety of the
traveling public. Day and Nighttime lane closures shall be In
compliance with the Manual of Traffic Controls, Standard Plans
and Standard Specifications for traffic control systems. It Is not
intended, as to third parties, to impose on the perm tee any
duty or standard of care, greater than or different from, as
required by law.
14. MINIMUM INTERFERENCE WITH TRAFFIC: Work shag be
planned and conducted so as to create the least possible
Inconvenience to the traveling public, traffic shag not be
unreasonably delayed. On conventional highways, Pennittee is
authorized to place properly attired flagger(s) to stop or wam
the traveling public. All flagging procedures shag be In
compliance with the Manual of Traffic Controls and Instructions
to Fiaggers pamphlet
15. STORAGE OF EQUIPMENT AND MATERIALS: Equipment
and Material storage in State rights of way shall be In
compliance Standard Specifications, Standard Plans and
Special Provisions. Where any Permfte obstacle is placed
within twelve (12) feet of a lane carrying public traffic, the
Pennittee shall install temporary railing (type Ica.
16.
7. STANDARDS OF CONSTRUCTION: All work performed within
highway rights of way shall conform to recognized construction
standards and current Departrnent Standard Specifications,
High and Low Risk Facility Specifications, and Utility Special
Provisions. Where reference is made to "Contractor and 17.
Engineer, these are amended to be read as'Perlttee and
Department Representative'.
a. INSPECTION AND APPROVAL: Ag work shag be subject to
monitoring, and 'Inspection. Upon completion of work perittee 16.
shall request a final inspection for acceptance and approval by
the Department
6. PERMIT AT WORKSITE: The Permit Package or a copy oL
shall be kept at the work site and must be shown upon request
to any Department Representative or Law Enforcement Officer. 16.
it is a violation of permit conditions and work shag be
suspended if the Permit Package is not kept and available at
the work site.
10. CONFLICTING ENCROACHMENTS: Pernittee shall yield start
of work, to ongoing prior authorized work adjacent to or within
the limits of the project Ste. When existing encroachments 20.
conflict with new work, the Peritiee is solely responsible for
any and all cost for rearrangements necessary (relocation,
alteration or removal of).
11. PERMITS FROM OTHER AGENCIES: This permit shall be
invalidated If the Perigee has not obtained all permits
necessary and required by law, from the Public Utilities
Commission of the State of California (PUC), California
Occupational Safety and Health Administration (CAL -OSHA), or
any other public agency having jurisdiction.
CARE OF DRAINAGE: Permiltee, shall provide alternate
drainage for any work interfering with an existing drainage
facility In compliance with the Standard Specifications, Standard
Plans and/or as directed by the Departments Representative.
RESTORATION AND REPAIRS IN RIGHTS OF WAY:
Pern'dtee is responsible ter restoration and repair of State
Highway rights of way resulting from permitted work per State
Highway Code, Sections 670 at seq.
RIGHTS OF WAY CLEAN UP: Upon completion of work
Parddee shag remove entirely and dispose of all scraps,
brush, timber, materials, eta, off the rights of way. The
aesthetics of the highway shag be as it was before work
started.
COST OF WORK: Unless stated In the permit or separate
written agreement, all costs Incurred for work within the State
rights of way pursuant to this encroachment permit shag be
bome entirely by the PemniCee. Peritiee hereby waives all
claims for indemnification or contribution from the State for any
such work
ACTUAL COST BILLING: When Perittee Is to be billed actual
costs, (as indicated on the face of the permit), such costs will
be at the currently set hourly rate for encroachment permits.
21. AS43UILT PLANS: When required, Perigee shag submit one
(1) set of as-built plans In compliance with Department
requirements. Plans shall be submitted within thirty (30) days
after completion and approval of work
22. PERMITS FOR RECORD PURPOSES ONLY: When work in
rights of way is within an area underr$ Joint Use Agreement
. (JUA) or a Consent to Common Us�reement (CCUA), an
Exempt Permit will be issued to the for the purpose of
providing a notice and record of work Ali prior rights of the
permike shag be preserved, no new or different rights or
obligations are Intended to be created. 'Notice and Record
Purposes Only" shag be stamped across the face of the permit.
23. BONDING: Pernitiee shag file the necessary bond(s) in
advance, in the amount set by the Department Failure to
maintain bond(s) in fug force and effect will result in suspension
of all work and pern8(s). Bonds are not required of public
corporations or privately owned utilities, unless said Pemmidee
failed to comply with the provisions and condliciis under a prior
permit. Your surety company will be responsible for any latent
defects until such brie as Is provided for in California Code of
Civil Procedures, Sedan 337.15.
24. FUTURE MOVING OF INSTALLATIONS: Per bee
understands and agrees that upon request of the Department,
whenever State construction, reconstruction or maintenance
work on the highway requires a permitted installation to be
rearranged, the Pernittee at his sole expense, unless under a
prior agreement JUAICCUA, shag comply with said request
25. ARCHAEOLOGICAL• Should any archaeological resources be
revealed in the work vicinity, -the Permittee is responsible for,
notifying the Department's Representative inmediatey,
retainment of a quaffed archaeologist who shall evaluate the
archaeological site and make recommendations to the
Department Representative regarding the continuance of work.
26. PREVAILING WAGES: Work performed by or under a permit
may require Pennittee's contractors and subcontractors to pay
appropriate prevailing wages as set by the Department of
.. Industrial Relations. Inquiries or requests for interpretations
relative to enforcement of prevailing wage requirements should
be directed to State of California Department of Industrial
Relations, 525 Golden Gate Avenue, San Francisco, California
94102.
27. RESPONSIBILITY FOR DAMAGE: The State of California and
all officers and employees thereof, including but not limited to
the Director of Transportation and the Deputy Director, shag not
be answerable or accountable In any manner for injury to or
death of any person, including but not limited to the permittee,
persons employed by the perni0ee, persons acting in behalf of
the Permittee, or for damage to property from any cause. The
permittee shall be responsible for any liability imposed by law
and for injuries to or death of any person, including but not
limited to the perninee, persons employed by the permittee,
persons acting in behalf of the permittee, or for damage to
property arising out of work, or other activity permitted and
done by the permittee under a permit, or arising out of the
failure on the per ittee's part to perform his obligations under
any permit in respect to maintenance or any other obligations,
or resulting from defects or obstructions, or from any cause
whatsoever during the progress of the work, or other activity ,
or at any subsequent time work or other activity is being
performed under the obligations provided by and contemplated
by the permit
The permittee shag indemnity and save harmless the State of
California, sit officers, employees, and state contractors,
thereof, including but not fir nited to the Director of
Transportation and the Deputy Director, from an claims, suits or
actions of every name, kind and description brought for or on
account of injuries to or death of any person, inducting but not
limited to the permittee, persons employed by the permittee,
persons acting in behalf of the permittee and the public, or
damage to property resulting from the performance of work or
other activity under the permit, or arising out of the failure on
the pennittee's part to perform his obligations under any permit
EP 94 0005
in respect to maintenance or any other obligations, or resulting
from date r obstructions, or from any cause whatsoever
during ress of the work or other activity or at any
subsequent" work or other activity is being performed under
the obligations provided by and contemplated by the permit.
except as otherwise provided by statute: The duty of the
pemdtlee to Indemnify and save harmless includes the duties to
defend as set forth in Sedan 2778 of the Civil Code. The
perms tee waives any and an rights to any type of expressed or
implied Indemnity against the State, its officers, employees, and
state contractors. It to the intent of the parties that the
permides will indemnify and hold harmless the State, its
officers. employees, and state contractors, from any and an
claims, sups or actions as set forth above regardless of the
existence of degree of fault or negligence, whether active or
passive, primary or secondary, on the part of the State, the
penri tee, persons employed by the pemdtlee, or acting on
behalf of the permgtee.
For purposes of this section, 'able contractors' than include
contractors and their subcontractors under contract to the State
of California performing work within the fines of this permit
28. NO PRECEDENT ESTABLISHED: This permit is issued with
the understanding that it does not establish a precedent
29. FEDERAL CML RIGHTS REQUIREMENTS FOR PUBLIC
ACCOMMODATION : A. The permittee, for himself, his
personal representatives, successors in interest, and assigns as
part of the consideration hereof, does hereby covenant and
agree that 1.) no person on the grounds of race, color, or
national origin shalt be excluded from participation In, be denied
the benefits of, or be otherwise subjected to discrimination in
the use of said facilities, 2.) that In connection with the
construction of any improvements on said lands and the
furnishing of services thereon, no discrimination shag be
practiced In the selection of employees and contractors, by
contractors in the selection and retention of first -tier
subcontractors in the selection of second -tier subcontractors,
3.) that such discrimination shag not be practiced against the
public In their access to and use of the facilities and services
provided for public accommodations (such as eating, sleeping,
rest, recreation), and operated on, over, or under the space of
the right of way, 4.) that the permittee shall use the premises
in compliance with all other requirements imposed pursuant to
Title 15, Code of Federal Regulations. Commercee and Foreign
Trade, Subtitle A. Office of the Secretary of Commerce, part 8
(15 C.F.R. Part 8) and as said Regulations may be amended.
B. That In the event of breach of any of the above
nondiscrimination covenants, the State shall have the right to
terminate the permit and to reenter and repossess said land
and the facilities thereon, and hold the same as if said permit
had never been made or issued.
30. MAINTENANCE OF HIGHWAYS : The penid a agrees, by
acceptance of a permit to property maintain. any encroachment
This will require inspection and repair of any damage to State
facilities resulting from the encroachment
G
ROAPIS RYE.
CITY OF
COSTA
MESA
VICTORIA
ST.
-r
r.
d Bq ER
CST
Ca-LEaE
ORRJ(E CO.
FAIRGR LPW
W A./
ST.
19;
y
�i
'
y Q�I t
D N
sl
r r 11Q ffArER 'y
ISLFNI) p
4L V*D
L
ECT LOCATION/ — _ � \ BY , - LIDO ISLE OCCRIV 1
� n
PROJECT LOCATION
)OR ISLRND
)ECT LOCATION
NR AREA
VICINITY MRP
NOT TO SCRLE
UPPER
EWPORT — � °-
DRY
IT
/ OF B1S0 RYES
EWP T
�IBEH ,
9y
JD
Irr. 9�Gi
No 19111
. 9 -30-97
I— INDICRTES PROJECT LOCRTION.
11�1�rI:1:�
CITY OF NEWPORT ®ERCH
PUBLIC WORKS DEPRRTMENT
1994 -95 SIDEWALK, CURS, AND GUTTER
REPLACIII�:NT PROGRAIIf
LIDO ISLE SIDEWALK REPLACEWNr
PHASE a C -3021
N
CITY
/ OF
IRVINE
U.C.I.
1OF 41
QvfM
DIRECTOR OF PUBLIC WORKS
R.C.E. NO. 16791
I r_ui DATE 19 Jan 1995
0
�7J o
`
`CITY
\
;TORO E
IRESER.
�
RD. iId
_
1OF 41
QvfM
DIRECTOR OF PUBLIC WORKS
R.C.E. NO. 16791
I r_ui DATE 19 Jan 1995
5• Re 7.5'
4' P.C.C. SIDEWPLK�
LEVEL LINE
J
y
5• AND 7.5•
LEVEL LINE
* CENTRO STRRDR
SECTION A A
N.T.S.
A
,6� DIRT OR EX. PRVING�a
- ,-'D- IRM' PRTTERN SCORE LINE
..�..,... -.... - - T --------------
*z. -.
'\R 3'
F Vi
CROWN LINE —E sj Ln
=M
M.1
� 1-1
�7 6
& 11
lE
in
0 hxl
2 - - - - -- - - - - - - - - - - -- - - - - --
R — —� DIRT OR EX. PRVING--------'L —
Qg{)FBSSIOv,
`9q9 DeIT �y VRRIRU3LE
PLAN VIEW
N.T.S.
No. 19111
Exp. 9 -30-97
LIDO ISLE STRADA SIDEWALK
CITY OF NEWPORT ®ERCH
PUBLIC WORKS DEPARTMENT
1994 -95 SIDEWALK, CURB AND GUTTER
REPLACE210IVT PROGRAM
LIDO ISLE SIDEMLK REPLAC86ENT
PHASE 1z C -302
a�a S l 2B4
DIRECTOR OF PUBLIC WORKS
R.C.E. NO. 16791
r.W JDRTE 19 Jan 1995
ii
2.5' I 1/4'. PER FT
15.5•
' 3i4' O.C. JOIN EX.
HT SRWCUT
I 0' C. F. lk
4 CLRB 6' C.F.
COLORED'. -
CONCRETE-
RAIN
I m N (1ON F )
Yl./20.4C.F.
4:25' C.f,
EXISTING
- - - - -- ---
N 2.5' 6' C.F.
TRANSITION
% (5 S.F.)
JOIN EX. X-GTR.
,1 h
1 I
I I
L j 1
P)
0
� O
in
P.C.C. CROSS GUTTER
SPRNDREL (44 S.F.)
LIDO ISLE CURB ACCESS RAMP CASE "LL"
NOT TO SCALE
REFERENCE: VIA YELLA 6 VIA LIDO SOUD (LIDO ISLE) SHEET NO. 3 OF 4
CITY OF NEWPORT BERCH
PUBLIC WORKS DEPRRTMENT lX/
1994 -95 SIDEWALK, CURB AND GUTTER DIRECTOR OF PUBLIC WORKS
REPLACEMENT PROGRAM R.C.E. NO. 16791
LIDO ISLE SIDEMLK REPLAC6IENT DESIGNED GW DRTE 19 Jan 1995
PHASE ET C -3021 DRRWN M _
a
0
FE
JFFSSI�y 1 2.5' 5.5'
1 R. 1/4' PER FT'
MRX
i
i 1/4' GROOVES '.
E 3/4' 0. C. • . � . � -J0:
�. 19111 -
9 -30-97 �vp 0' C.F.
CURB
CIVIL �1� 4.
)F CALF
r1
•
..
BALBOA ISLAND CURB ACCESS RAMP CASE "LB"
NOT TO SCR-E
l
REFERENCE: PRRK RVOUE & CORRL RVE (BR —BOR ISLRND) SHEET NO. 4 OF 4
CITY OF NEWPORT RERCH
PUBLIC WORKS DEPRRTMENT
1994 -95 SIDEWALK, CURS AND GUTTER DIRECTOR OF PUBLIC WORKS
REPLACMdMVT PROGRAM R.C.E. NO. 16791
LIDO ISLE SIDEW4LK REPLAC RWW DESIGNED GW DRTE 19 Jan 1995
PMSE I7 C-3021 DRRWN ML —
•
V
F
FEB 2 7 1995
•
February 27, 1995
CITY COUNCIL AGENDA
ITEM NO. 7
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: 1994 -95 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM;
AND LIDO ISLE SIDEWALK REPLACEMENT, PHASE II (C -3021)
RECOMMENDATIONS:
1. Approve 2 budget amendments.
2. Award Contract No. 3021 to Los Angeles Engineering, Inc. for the
Total Bid Price of $350,382.50 and authorize the Mayor and City
Clerk to execute the contract.
• DISCUSSION:
At 11:00 A.M. on February 15, 1995 the City Clerk opened and
read the following bids for this project:
r3��
BIDDER
TOTAL BID PRICE
Low
Los Angeles Engineering, Inc.
$350,382.50
2 .
Lambco Engineering, Inc.
$361,885.00
3.
JDC, Inc.
$386,990.00
4.
Basco Engineering Services
$390,000.00*
5.
Kovac, Inc.
$399,160.00
• 6.
America Tang, Inc.
$410,515.00
7.
Nobest, Inc.
$446,365.00
8.
DJ Construction
$510,243.00
9.
Damon Construction Co.
$713,655.00 **
r3��
rl
I
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
February 27, 1995 •
Page 2
10. Martinez Concrete, Inc. $785,340.00
*Corrected Total Bid Price is $388,650.00
* *Corrected Total Bid Price is $748,655.00
The low total bid price is 12.4% below the Engineer's Estimate of
$400,000. The low bidder, Los Angeles Engineering, Inc. is well - qualified
general engineering contractor who has possesses a Class A Contractor's
licenses. Los Angeles Engineering, 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 the Los Angeles Engineering, Inc.
has successfully completed similar projects as a general contractor and has
no pending actions detrimental to their contractor's license, respectively.
The sidewalk replacement program provides for work on Lido
Island, Balboa Island, and Corona del Mar. The sidewalks and some adjacent •
curbs have either raised or lowered to the extent that there may be a
potential trip and fall hazard if left in their present condition. Caltrans has
requested the City to make repairs on the sidewalk along Coast Highway in
Corona del Mar. Balboa Island is heavily used by pedestrians on a year -round
basis and it is important to replace displaced sidewalks on the Island to
minimize the City's potential liability.
The sidewalks slated for replacement on Lido Island are cracked,
broken, and displaced. LICA has agreed to loan and advance funds to the
City to get all of the sidewalk completed in one contract.
A cooperative agreement was approved by the City Council on
November 14, 1994 allowing LICA to assist the City to finance the project
through a $53,200 loan and a 6 -year prepayment of the current beach and
street end park lease ($46,800). Under the agreement, LICA and the City will
pay their proportionate shares of the items of work; LICA will prepay
$34,642.56 (50% of their portion of work based upon bid prices) and the
$100,000 agreed amount to the City prior to award (see attached letter); and •
the City will repay LICA in $26,600 payments by October 1, 1995 and 1996.
The Association will incur the cost for special coloring and scoring of
concrete, for reconstructing LICA's promenade sidewalk, and for replacing
panels of sidewalk area which LICA judges to be aesthetically unacceptable.
E
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
•February 27, 1995
Page 3
In Corona del Mar some of the work will be performed along
Coast Highway pursuant to a November 1, 1994, letter from Caltrans. Street
trees along the highway must be maintained in perpetuity by the City.
Caltrans' opinion is that improvements that have been damaged because of
the presence of the street trees, such as sidewalk panels that are broken
and /or raised because of root growth, shall also be maintained by the City.
Approximately 7,300 square feet of sidewalk area at 65 different locations is
proposed to be replaced under this contract.
Also, sidewalks and curbs are proposed to be replaced and curb
access ramps built on various side streets in Corona del Mar and on Balboa
Island. The work is proposed in the interest of handicap person access and
minimizing the possibility of pedestrian trip- and -fall liability. Approximately
12,000 square feet of sidewalk area and 1,500 linear feet of curb at 350
different locations is to be replaced and 1,100 square feet of curb access
• ramp is to be built in these neighborhoods under this contract.
This cooperative project with LICA is combined with the City's
sidewalk, curb and gutter replacement needs in Corona del Mar and on Balboa
Island.
Based on the bid prices, the City's share of the Lido Isle work is
estimated to cost $100,000.75; LICA's share is estimated to cost $69,285.12;
and private property owners share on Lido Isle (where sidewalk must be
replaced because of private tree root damage) is estimated to cost
$15,465.60. The Corona del Mar and Balboa Island work is estimated to cost
$165,631.03.
Funds for award are proposed from the following:
Amounts
Lido Isle Work .... ............................... $ 184,751.47
City's Share;
Gen. Fund Share (Acct. No. 7013P31016A) $ 0.75
Loan from LICA .........................$ 100,000.00
LICA's Share ... ..............................$ 69,285.12
0 0
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
February 27, 1995 •
Page 4
Private Property Owners ..................... $ 15,465.60
Corona del Mar and Balboa Island Work;
General Fund (Acct. No. 70131331016A)......... $165,631.03
Project Total $350,382.50
Budget amendments have been prepared for the City Council's
consideration to appropriate the above funds to proper accounts. An
appropriation of funds is needed to cover LICA's share, LICA's loan to the City;
and Lido Isle private property owners share until those payments are
received.
Plans and specifications for the project were prepared by the
Public Works Department. The contract date of completion is June 30, 1995. •
Don Webb
Public Works Director
Attachment
F: \WP51 \GILBERT \04\LIDO.DOC
•
•
0 •
1AN 2 31995
January 23, 1995
CITY COUNCIL AGENDA
ITEM NO. 13
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: 1994 -95 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM;
AND LIDO ISLE SIDEWALK REPLACEMENT, PHASE II (C -3021)
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 February 15, 1995.
• DISCUSSION:
This project will require the lifting of the Capital Projects
Program, General Fund Moratorium to approve a General Fund expenditure.
The $161,000.00 estimated General Fund expenditure will come from
Account No. 7012P3130016A - Sidewalk, Curb and Gutter Replacement
Program, General Services. Through the agreement with the Lido Isle
Community Association (LICA) described later in the memo, the City will be
obligated to re -pay LICA $26,600 per year for two years beginning in F.Y.
1995 -96.
Attached for information is the August 8, 1994 City Council Memo
concerning the General Fund Moratorium. This sidewalk replacement
program falls under two categories for exceptions to the moratorium:
1. The expenditure is considered essential for public safety,
and
• 2. The project relies substantially on grant funding, and the
City's share is required or grant funding will be lost.
The sidewalk replacement program is a public safety issue. The
sidewalks and some adjacent curbs have either raised or lowered to the
extent that there may be a potential trip and fall hazard if left in their present
condition. Attached is a letter from Caltrans requesting the City to make
• i
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
January 23, 1995
Page 2
repairs on the sidewalk along Coast Highway in Corona del Mar. Balboa Island
is heavily used by pedestrians on a year -round basis and it is important to
replace displaced sidewalks on the Island to minimize the City's potential
liability.
The sidewalks slated for replacement on Lido Island are also
displaced. LICA has agreed to loan and advance funds to the City to get all of
the sidewalk completed in one contract. LICA and private citizens will pay
$139,000.00 to replace private sidewalks. In all, the estimated $250,000.00
cost for sidewalk replacement on Lido Island will be fronted by LICA and their
residents.
Balboa Island and Coast Highway in Corona del Mar are heavily
used during the summer months. It is important that the construction work
be completed before June 15th. In order to meet that date, a contract must
be started in early March. For the above reasons, it is recommended that the
Capital Improvement Moratorium be lifted for this project.
Both the Balboa Island and Corona del Mar business districts have
expressed interest in participating in the Business Improvement District
program. The sidewalk replacement program will help begin the process of
improving the appearance of the areas.
During Fiscal Year 1993 -94 the City budgeted funds for the first
phase of a cooperative project to replace defective portland cement concrete
(P.C.C.) improvements on Lido Island. The project was eventually combined
with the 1993 -94 Sidewalk, Curb and Gutter Replacement Program and put
out to bid. The work was completed so well that last summer the Lido Isle
Community Association (LICA) requested that the City do another cooperative
project to completely replace the balance of the defective P.C.C.
improvements on Lido Isle.
The City budgeted no funds for the City's portion of the work
during the current fiscal year. As a result, a cooperative agreement was
approved by the City Council on November 14, 1994 (see attachment)
allowing LICA to assist the City to finance the project through a $53,200 loan
and a 6 -year prepayment of the current beach and street end park lease
($46,800). Under the agreement, LICA and the City will pay their
proportionate shares of the items of work; LICA will prepay 50% of their
portion of work (based upon award prices) and the $100,000 agreed amount
to the City prior to award; and the City will repay LICA in $26,600 payments
•
•
0 0
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
• January 23, 1995
Page 3
by October 1, 1995 and 1996. The construction contract will be administered
by the City. The Association will incur the cost for special coloring and
scoring of concrete, for reconstructing LICA's promenade sidewalk, and for
replacing panels of sidewalk area which LICA judges to be aesthetically
unacceptable.
Under the contract, approximately 37,000 sq. ft. of specially
colored and scored sidewalk, 500 linear feet of curb and gutter, 500 square
feet of cross gutter, and 1800 square feet of curb access ramp will be built or
replaced between Via Genoa and the southerly end of Lido Island.
In Corona del Mar some of the work will be performed along
Pacific Coast Highway pursuant to a November 1, 1994, letter from Caltrans
(copy attached). Street trees along the highway must be maintained in
perpetuity by the City. Caltrans' opinion is that improvements that have been
• damaged because of the presence of the street trees, such as sidewalk panels
that are broken and /or raised because of root growth, shall also be
maintained by the City. Approximately 7,300 square feet of sidewalk area at
65 different locations is proposed to be replaced under this contract.
Also, sidewalks and curbs are proposed to be replaced and curb
access ramps built on various side streets in Corona del Mar and on Balboa
Island. The work is proposed in the interest of handicap person access and
minimizing the possibility of pedestrian trip- and -fall liability. Approximately
12,000 square feet of sidewalk area and 1,500 linear feet of curb at 350
different locations is to be replaced and 1,100 square feet of curb access
ramp is to be built in these neighborhoods under this contract.
The concrete replacement is deemed necessary to eliminate
improvements which have been uplifted and displaced to the extent as to
constitute a hazard to the public; and to restore adequate drainage gradients
to improvements which have been uplifted and displaced. Said uplift and
displacement is usually due to unstable surged or root growth of nearby
street trees or private trees. Where private trees have damaged the sidewalk,
• the adjacent property owners will be notified in writing (see attached
example) of their responsibility to replace the damaged sidewalk, and have 90
days to proceed to construct. Upon the expiration of the 90 days, if the work
is not underway it will be performed under this contract, and the costs
therefore will be billed against the property owner.
0
0
Subject: 1994 -95 Sidewalk and Curb and Gutter Replacement Program and
Lido Isle Sidewalk Replacement, Phase II (C -3021)
January 23, 1995 •
Page 4
This cooperative project with LICA will be combined with the
City's sidewalk, and curb and gutter replacement needs in Corona del Mar and
on Balboa Island.
The City's share of the Lido Isle work will cost approximately
$111,000; LICA's share will cost approximately $118,000; and private
property owners share on Lido Isle (where sidewalk must be replaced because
of private tree root damage) will cost approximately $21,000. The Corona del
Mar and Balboa Island work will cost approximately $150,000.
The Engineer's estimate totals $400,000 for the entire project.
Sufficient funds to award this amount are available in the Sidewalk, Curb and
Gutter Replacement Program (General Services); LICA's loan to the City; an
appropriation of funds to cover 50% of LICA's share and the Lido Isle private
property owners share until those payments are received; and pre - payment of
50% of LICA's portion of the work. •
Plans and specifications for the project were prepared by the
Public Works Department. The contract date of completion is June 30, 1995.
Don Webb David E. Niederhaus
Public Works Director General Services Director
GW:so
Attachments is
0 • August 8, 1994
CITY COUNCIL AGENDA
ITEM NO.___ 6 ___
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
• FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: CAPITAL PROJECTS PROGRAM, GENERAL FUND MORATORIUM
RECOMMENDATION:
Approve additional exceptions to the partial moratorium adopted
on June 27, 1994, consisting of the following categories:
a. On -going maintenance and rehabilitation programs (not
including major projects)
b. Mandated projects and programs.
DISCUSSION:
At the meeting of June 27, 1994 the City Council adopted the
• budget for F.Y. 1994 -95. Because of concerns about possible State of
California actions which could affect the City's revenues, a partial moratorium
on implementation of General Fund Capital Expenditures and on Rolling Stock
purchases was enacted. The exceptions to the moratorium which were
approved by the Council on June 27 included the following categories:
a. The expenditure is considered essential for public safety.
b. There is a contract or project which is already substantially
underway.
C. The project relies substantially on grant funding and the City's
share is required or grant funding will be lost.
In reviewing the list of projects which would be subject to the
moratorium, it became apparent that it would be in the best interests of the
City to include two more categories to be excepted from the moratorium.
• 1. On -going maintenance and rehabilitation programs (not including
major projects)
These programs include preventive maintenance projects, such as
street resurfacing; and sometimes safety related projects, such as
sidewalk replacement. Purchase of materials such as asphaltic
concrete and portland cement concrete for installation by City
crews is also included in these programs. The staff believes that
exempting these pr r s rom the morat m I v he City
000 ED BY C1�` ' G�t��G��
SUBJECT: CAPITA1240JECTS PROGRAM, GENERAL F& MORATORIUM
August 8, 1994
Page 2
money in the long run because of the savings inherent in
preventive maintenance work; and believes also that it would be
highly undesirable for City crews to be idled because of lack of •
materials for their work.
Major projects in this category should not be automatically
exempted from the moratorium. Instead the staff would propose
to provide a special review and specific recommendation to the
Council if it is felt a particular major project should be
implemented.
2. Mandated projects and programs
Certain projects and programs may be mandated by Federal and
State laws and regulations, Coastal Zone permit requirements etc.
These include ADA Alterations, NPDES program elements, Ocean
Front Street End improvements, and jail plumbing refurbishing.
In evaluating the Capital Projects program and the moratorium it
should be kept in mind that normal scheduling considerations will result in
deferral of funding requirements for many projects regardless of whether or
not a given project qualifies for exemption from the moratorium. In addition
the staff will defer implementation of certain large projects as long as
possible even though the particular project qualifies for exemption from the
moratorium.
A list of the Capital Projects Program is attached, with the last
column showing proposed exemption category where applicable. Projects not
showing an exemption category number would be subject to the freeze; in
some cases an individual recommendation for exemption from the freeze may
be made at a later date.
It will be noted that many projects could qualify for exemption.
This is so because the budget reductions have resulted in only high - priority
type projects surviving the budget review process.
•
Some projects which could qualify for exemption are shown as
"frozen" because there is not an urgent need to proceed at an early date, and
the program can be reviewed when more information is available on both the •
State and City budget situations.
aw" F 2a
Benjamin B. Nolan
Public Works Director
Attachment
1994195 CAPITAL IMPROVE PROJECTS, PROGRAMS, SPECIAL *DIES, AND CONTRACT MAINT.
I. GENERAL FUND, 010
1994 -95 Exemption
Capital Project or Program Amount I Category
HARBOR AND TIDELANDS, 7011
Projects:
1) Coast of California Study 30,000 2,3
2) Upper Newport Bay In -Bay Sediment Control and Restoration Project 100,000 3
3) Upper Newport Bay Feasibility Study 37,500 3
4) Balboa Pier Handrailing Replacement 90,000
Subtotal = 257,500
Programs:
5) Upper Newport Bay Sediment Monitoring 15,000 2,3
6) Upper Newport Bay /San Diego Creek Sediment Control Program 15,000 2,3
7) Newport and Balboa Pier Inspection /Repair Program 50,000 4
Subtotal = 80,000
Harbor and Tidelands Total = 337,500
B. DRAINAGE,7012
Projects:
1) Kings Road/ Pacific Coast Highway /Dover Drive Storm Drain 112,000
2) Tustin Avenue Storm Drain 440,400 (a)
3) Bayside Drive Storm Drain Replacement 60,000
Subtotal = 612,400
Programs:
4) Storm Drain Improvement Program 100,000
5) National Pollutant Discharge Elimination System (NPDES) Permit 75,000
Subtotal = 175,000
Drainage Total = 787,400
(a) Additional funding in the amount of $110,100 is anticipated from the State /Local
Transportation Partnership Program (SLTPP).
This funding is shown in the Cooperative Projects section and not included in the Drainage
total.
EXEMPTION CATEGORY LEGEND:
• 1. Safety
2. Under Way or Committed
3. Grant or Cooperative
4. Maintenance
S. Mandated
Part. - Partial Exemption only
Delay - Actual expenditure will be delayed
Page 1
1994/95 CAPITAL IMPROVE16T PROJECTS, PROGRAMS, SPECIAL &DIES, AND CONTRACT MAINT.
I. GENERAL FUND, 010, Cont.
1994 -95 Exemption
Capital Project or Program Amount I Category
C. STREETS, 7013
Projects:
1) Riverside Avenue and Cliff Drive Rehabilitation 392,400 (b)
2) Vista del Oro Pedestrian Underpass Railing Repairs 25,000
3) Dahlia Avenue Street End Slope Repair Adjacent to Fernleaf Ave Ramp 200,000 1,2 Delay
Subtotal = 617,400
Programs:
4) Ocean Front Street End Improvement Program
100,000 (c)
5
5) Street, Alley and Bikeway Resurfacing & Reconstruction Progam - GS
140,000
4 Part.
6) Sidewalk, Curb and Gutter Replacement Program - GS
260,000
4 Part.
7) Street, Alley and Bikeway Resurfacing & Reconstruction Program - PW
300,000
8) Street, Alley, and Bikeway Slurry Program
75,000
9) Street, Bikeway,and Parking Lot Striping & Pavement Marking Program
75,000
1,4 Part.
10) Sidewalk, Curb and Gutter Replacement Program - PW
100,000
11) Channelization and Traffic Control Safety Improvements Construction
10,000
1
Subtotal =
1,060,000
Streets Total= 1,677,400
(b) Additional funding in the amount of $98,100 is anticipated from the State/ Local
Transportation Program (SLTPP).
This funding is shown in the Cooperative Projects section and not included in the Streets total.
(c) Funded from Encroachment Revenues
EXEMPTION CATEGORY LEGEND:
1. Safety
2. Under Way or Committed
3. Grant or Cooperative
4. Maintenance
5. Mandated
Part. - Partial Exemption only
Delay - Actual expenditure will be delayed
Page 2
•
•
is
1994/95 CAPITAL IMPROVEST PROJECTS, PROGRAMS, SPECIALOUDIES, AND CONTRACT MAINT.
I. GENERAL FUND, 010, Cont.
1994 -95 Exemption
Capital Project or Program Amount I Category
D. MISCELLANEOUS AND STUDIES, 7014
•
Projects:
1) Aerial Photography of City
2) Police Station Electrical Improvements
3) Police Station Air Duct Cleaning
4) Jail Plumbing Refurbishing
5) Police Department Computer Upgrade Project, Phase 1
6) City Facilities Maintenance Improvements
7) City -wide Area Network (WAN)
8) Police Facility Refurbishing, Security System, and Re- keying
9) City Hall Improvements
10) Corporation Yard Improvements
11) Structural ADA Alterations
Programs:
12) Street Light Conversion Program
13) Geographic Information System (GIS)
1014) Parking Meter Replacement Program
15) Bicycle Trails Program
16) Street Light Replacement Program
17) Pay Telephone Conversion Program
18) Curb Access Ramps Construction Program
E. PARK & RECREATION, 7015
Projects:
ME
30,000
1,4
30,000
1,4
8,000
5,4
200,000
1,2 delay
100,000
4 Part.
90,000
50,000
4 Part.
30,000
4 Part.
30,000
4 Part.
250,000
5
Subtotal
50,000
275,000
57,000
15,000
250,000
15,000
20,000
Subtotal 682,000
Miscellaneous and Studies Total = 1,530,000
1) Corona del Mar Lookout Point Stairway Replacement
2) Bonita Creek Park Improvements
3) Hoag Linear Park Development
EXEMPTION CATEGORY LEGEND:
1. Safety
2. Under Way or Committed
3. Grant or Cooperative
4. Maintenance
5. Mandated
Part. - Partial Exemption only
Delay - Actual expenditure will be delayed
Page 3
9,350
5,000
10,000
Subtotal 24,350
1994/95 CAPITAL IMPROVEIST PROJECTS, PROGRAMS, SPECIAL &DIES, AND CONTRACT MAINT.
1. GENERAL FUND, 010, Cont.
1994 -95 Exemption
Capital Project or Program Amount I Category
E. PARK & RECREATION, 7015 (cont'd)
Programs:
4) Park Facility Improvement Program
5) Backilow Prevention Program
6) Street Tree Reforestation - Phase 1
7) Playground Equipment Replacement Program
8) Building and Athletic Field Improvement Program
F. LIBRARY, 7016
Project:
1) Central Library Construction
It. TIDE AND SUBMERGED LANDS FUND, 230
Project
1) Federal Beach Erosion Control Project, Stage 10
2) Newport Harbor Entrance - East Jetty Repair
3) Balboa Parking Lot Fee Equipment Replacement
4) Marine Department Facilities Improvements
5) Balboa Parking Lot Alarm System Replacement
Program:
55,000
4 part.
22,000
5
20,000
1,4 part.
40,000
1 part.
40,000
4 part.
Subtotal 177,000
Park & Recreation Total = 177,000
200,000
Subtotal 200,000
Library Total =
GENERAL FUND TOTAL =
6) Oil Field Improvement Program
7) Swim Area Maintenance /Speed Control Buoy Replacement
8) Public Pier and Float Maintenance Program
9) Upper Newport Bay Trash Collecting Log Boom Maintenance
10) Bay and Street End Beaches Replacement Program
11) Beach Fire Ring Replacement
200,000
4,709,300
190,000
50,000
22,400
20,500
525
Subtotal 283,425
50,000
2,000
10,000
2,500
10,000
3,000
Subtotal 77,500
Tide and Submerged Lands Total=
GENERAL FUND AND TIDE & SUBMERGED LANDS FUND TOTAL =
EXEMPTION CATEGORY LEGEND:
1. Safety
2. Under Way or Committed
3. Grant or Cooperative
4. Maintenance
5. Mandated
Part. - Partial Exemption only
Delay -Actual expenditure will be delayed
Page 4
360,925
5,070,225
2
3 delay
3,4 delay
4 delay
4, part.
4
1,4 part.
1
4 part.
4
4
•
0
0 0
STATE OF CALIFORNIA — BUSINESS AND TRANSPORTATION AGENCY PETE WILSON, G,ro,.o,
DEPARTMENT OF TRANSPORTATION
DISTRICT 12
2501 PULLMAk
AN STREET {� c
SANTA ANA, CA 92705
• Noy 0 /v£`
'FNFRq� Rt'99y
November 1, 1994 iF
Benjamin B. Nolan
Director of Public Works
City of Newport Beach
3300 Newport boulevard
P.O. BOX 1768
Newport Beach Ca. 92658 -8915
Dear Mr. Nolan,
Caltran's Maintenance Branch periodically inspects the curbs
and sidewalks along State Highways. These inspections are
documented in the form of a "Curb and Sidewalk Condition Report ".
One of the conditions identified in this report is the damage
caused by trees to the surrounding area.
•
Caltran's does
the right -of -way of
not normally
conventional
install or maintain trees within
highways. Trees are usually
installed by
local
agencies, under an encroachment permit issued
by the State,
with
the condition
that the local agency maintain
the trees in
perpetuity.
I have attached that part of the "Curb and Sidewalk Condition
Report" that makes reference to trees and the damage caused by
trees within your City's limits.
Please make the necessary repairs as indicated in the report.
If you have any questions regarding this matter you may contact
Larry Rosenthal at (714) 724 -2777.
Sincerely,
4
W. T. Almany, III
Chief, Maintenance Support Br.
• District 12
attachment
c: file
David Mendoza Region 1
94
4 19
pRKS
..n...AUT RFACM, CALIF
0 0
v W
W
lS] u' FORMS AVC.
Z
° CITY OF
z COSTA
z e MESA
� o
= m
L.� VICTORIR
O
r
U 19tH W ST.
/ x
F- OQ
r w
s \ J
0 C
w
ST.
!9T\
. y
k,
PROJECT LOCRTION /
LIDO ISLE OCEAN
PROJECT
m
Co.
VICINITY MRP PROJECT LOCRT
NOT TO SCALE CORONA DEL MAR A
`t- INDICATES PROJECT LOCATION.
BAY / ¢ U.C. 1.
IT O vl
i
CITY ®IF NEWPORT LQERCW
PUBLIC WORKS DEPARTMENT
1994 -95 SIDEWALK, CURB, AND GUTTER
REPLACEAdENT PROGRAM
L I DO ISLE S I DEMLK REPL/ACOWENT
PHASE >z C -3021
FpRp
� I
O
�V
sz�
S "
RD.-4_ - 1
,
•
SHEET N0. I OF 4
DIRECTOR OF PUBLIC WORKS
R.C.E. NO. 16791
'I, DATE 13 Tan 1995
>
/o
�Q
CITY
BP'sro u /
OF
IRVINE
i /
8
BAY / ¢ U.C. 1.
IT O vl
i
CITY ®IF NEWPORT LQERCW
PUBLIC WORKS DEPARTMENT
1994 -95 SIDEWALK, CURB, AND GUTTER
REPLACEAdENT PROGRAM
L I DO ISLE S I DEMLK REPL/ACOWENT
PHASE >z C -3021
FpRp
� I
O
�V
sz�
S "
RD.-4_ - 1
,
•
SHEET N0. I OF 4
DIRECTOR OF PUBLIC WORKS
R.C.E. NO. 16791
'I, DATE 13 Tan 1995
November 14, 1994 ,
CITY COUNCIL AGENDA
ITEM NO. T1 Qv:
• BA - 12
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: 1994 -95 SIDEWALK AND CURB AND GUTTER REPLACEMENT
PROGRAM; AND LIDO ISLE SIDEWALK REPLACEMENT, PHASE II
(C -3021)
RECOMMENDATIONS:
1. Authorize the Mayor and the City Clerk to execute a
Cooperative Agreement with the Lido Isle Community
Association
2. Approve budget amendment to increase Capital Projects,
General Fund, Sidewalk, Curb and Gutter Replacement
• Program (General Services) Account No. 7013 P 313 016 A
expenditure appropriation by $100,000.00.
DISCUSSION:
During fiscal year 1993-94 the City budgeted funds for the first
phase of a cooperative project to replace defective portland cement concrete
(P.C.C.) improvements on Lido Isle. The project was eventually combined with
the 1993 -94 Sidewalk, Curb and Gutter Replacement Program and put out to
bid. The work was completed so well that the Lido Isle Community
Association (LICA) has requested that the City do another cooperative project
to complete the balance of the defective P.C.C. improvements on Lido Isle.
LICA's share of the proposed work totals approximately $118,000.
The City's share totals approximately $111,000. Unfortunately, the City has
budgeted no funds for its portion of the work. Consequently, LICA has been
negotiating with the General Services Department to devise a method where
the work may be performed this year. As a result, LICA has made a proposal
• to provide for the City's portion according to the following conditions:
1. LICA will pre -pay the beach and street end park lease through the
life of the lease, the year 2000. Hence, 6 years at approximately
$7,800 per year will equal $46,800. The prepayment is based on
LICA's current lease payment only and will not effect future
negotiations for the final five year adjustment to the lease.
2. Provide a $53,200 loan to the City for a period of two years or
two budget periods, interest free, at the choice of the City.
APPROVED BY CITY COUNCIL
.1 . n 6111
SUBJECT: 1994 -95 SIDEWALK AND CURB AND GUTTER REPLACEMENT
PROGRAM; AND LIDO ISLE SIDEWALK REPLACEMENT, PHASE If
(C -3021)
November 14, 1994
Page 2
In return, the City is.to prepare and execute a Lido Isle P.C.C.
replacement contract . this winter, provide contract, engineering, and
inspection services for the project, and repay the loan over a maximum period
of 2 years.
The City Attorney has reviewed and supports LICA's proposal.
The proposed cooperative project with the LICA will be combined
with the City's sidewalk, and curb and gutter replacement needs in Corona
del Mar and on Balboa Island. The concrete replacement is deemed necessary
to 1) eliminate improvements which have been uplifted and displaced to the
extent as to constitute a hazard to the public; and 2) restore adequate
drainage gradients to improvements which have been uplifted and displaced.
A cooperative agreement has been prepared for execution by
LICA and the City. The Association will incur the cost for special coloring and
scoring of concrete, for reconstructing sidewalk owned \maintained by LICA,
and for replacing panels of sidewalk area which LICA judges to be
aesthetically unacceptable.
Don Webb
Public Works Director
GW:so
Attachment
wwV , . �/
David E. Niede�haus
General Services Director
•
J
SEW PoRr
° CITY OF NEWPORT BEACH
U \ S P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
r
c9ci Fo aN�
August 19 ,1993
Mr. C. Robertson
325 Via Lido Soud
Newport Beach, Co. 92663
Dear Mr. Robertson
The roots of the private tree in front of your property located at 325 Via
Lido Soud have raised the public sidewalk causing a potentially dangerous
condition and a public nuisance. Since the damage to the sidewalk was
caused by the root growth of your tree you are, in accordance with
Section 13.04.090 of the Newport Beach Municipal Code, required to have
the sidewalk repaired. The perimeter of the area to be replaced has been
marked with orange paint.
Please arrange to remove the portions of the existing sidewalk which has
been displaced, prune the tree roots to at least 6 inches below the new
walk grade and replace the sidewalk. The use of root barriers is
encouraged. This work should be completed within 90 days and done in
compliance with City Public Works Standards.
The City considers private trees as valuable community resources.
Retention is encouraged if the tree does not present a continuing public
safety hazard.
A Public Works permit is required for the work, however the fee will be
waived. For your convenience a permit application, and sidewalk
specifications have been enclosed. The permit application must be
returned to the Public Works Department. Most general contractors are
capable of replacing sidewalk and they must provide Workers
Compensation Insurance if required.
If you have any questions regarding the sidewalk repairs, please call me at
(714) 644 -3055.
Sincerely,
LEON HART, Field Operations Superintendent
3300 Newport Boulevard, Newport Beach
Authorized to Publish Advertisements of all kindoluding public notices by
Decree of the Superior Court of orange County, California. Number A•6214,
September 29, 1961, and A•24831 June 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
1 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 NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City,of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
January 26, 31, 1995
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on January
at Costa Mesa, California.
Signature
?q a.
31
, 199 5
•
be
J Approved by the City
Council
'h 95 23rd day 01
anuary, 199
Wanda L Ragglo,
CITY Clark
Prospactive bidders may
obtain are se101 bid docu•
ments at no cost at the of.
flee of the PublIC Work.
Department, 3300 Newport
Boklevard, P.O. Box 1766,
N port Beach, CA 92658-
8915.
For further Information,
calf Gilbert .Wong at (714)
644.3334
Published Newport
Beach-Costa Mesa telly
Pilot January 26, 31, 1995.
-. __7hfie6