HomeMy WebLinkAboutC-1981(A) - Architectural Services for Senior Center multipurpose roomTHE NEWPOKY ENSIGN
PROOF OF PUBLICATION
(2015.3 C.C.P.)
STATE OF CALIFORNIA,
ss.
County of Orange.
I am a citizen of the United States and a resident aff the
County aforesaid; I am over the age. of eighteen years, and
not a party to or interested in the above - entitled matter. 1
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 19, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy :set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to -wit:
I certify (or declare) under penalty of perjury that the
foregoing is true and correct, Dated at Newport Beach,
California, this ;;'. - day of 19
...... ......_X.,:,,.:.:1:,,,:.....i�; . 1....:.r.�: }.t. i. + ................
Signature
V'I'I �l Nl XNIIIWI, EN 1C
2721 E. Coast Hwy -, Corona del Mar, California 92625.
PROOF OF
PUI
This space is for the County Clerk's Filing Stamp
Frroi of f'ub;ieation of
i PUBLIC NOTICE
CITY OF NEWPORT BEACH
CALIFORNIA
NOTICE INVITING BIDS
j SEALED BIDS will be re-
ceived at the office of the City
`Clerk, City Hall, Newport
. Beach, Califorrya, until 2:30
PM. (as determined by tele.
phone time signal) on the 1st
day of August' 1978, at which
time they will be opened and
read, for performing work as
follows:
SENIOR am mm, CENTER
MULTI- PURPOSE BUILDING
CONTRACT NO. 1981
Bids must be submitted on
the proposal form attached
with the contract documents
furnished by the Public Works
Department. The additional
copy of the proposal form is to
be retained by the bidder for
his records.
Each bid must be accom-
panied by cash, certified
check or Bidder's Bond, made
payable to the City of Newport
Beach, for an amount equal to
at least 10 percent of the
. amount bid.
The title of, the project and
the words "SEALED BID" shail
be clearly marked on the out.
side of -the envelope contain.
ing the bid.
The contract documents
that must be completed, exe.
cuted, and returned in the
nested bid are:
A. Proposal'
B: Designation of Subcon.
tractors
C. BiddeisBond
D. Non - collision Affidavit
E. $tatemlgt of Financial
Reap
F..
Experkaco .. ces ° . :..
ILICATION
copy of the prevailing wage
rates at the job site. Copies
may be obtained from the '
Public Works Department.
The City reserves the right
to reject any or all bids and to
waive any informality in such
bids.
NOTE: This contract will be
funded with Federal Revenue .
Sharing Funds: therefam:all'
work to be done under tb ?s
contract must comply with the
Davis -Bacon Act. whlbh : in-
quires that the Ctty mint re-
ceive weekly certified pey�ai
statements from the contratetor
and all subcoatractota and
must verify that all wages and
fringe benefits paid .ware in,
compliance with.11ie' Davfs-
Bacon Act.
Publish: June 22 and 29,
19 ?ci in The. NawpoF6 Harbor
�. e I
H,
Me
These documents Shan be
ffi
axed with the signature and
titles of the p9mons signing on
behalf of the bidder. For oor-
pofa6ons, the signaturesofthe
President or Vice President
and Secretary or Assistant
Secretary are required and
the Corporate Seel shall be af-
fixed to all documents re-
quiring signatures. In the case
of a Partnership, the signature
of at least one general partner
is required.
No bide will he accepted
froma contractor who has not i
been licensed in accordance
with the provisions of Chapter
9, Division III of the Business
and Professions' Code. The
contractor shall state his Ii-
came number and classifica-
tion in the proposal.
One set of plans and con-
tract documents, including
special provisions, may be ob-
tained at the Public Works
Department, City Hall, New-
port Beach, California, at no
cost to licensed contractors. It'
is requested that the plans and
contract documents be re-
turned within two (2) weeks ab
ter the bid opening.
The City has adopted the.
Standard Specifications for
Public Works Construction
(1976 Edition) as prepared by i
the Southern California Chap-
ters of the American Public
Works Association and the
Associated General Contrac-
tors of America. Copies may .
be obtained from Building
News, Inc., 3055 Overland
Avenue, Los Angeles, Califor-
nia 90034,(2 1.3) 870.9871.
The City bee adopted Stan-
dard Special Provisions and
Standard Drawings. Copies of
these are available at the Pun
lic Works Department at a cost
of $5 per set.
A standard "Certificate of
Insurance for Contract Work"
form has been adopted by
the City of Newport Beach.
This form is the only certificate i
of insurance acceptable to the
City. The successful low bid-
der will be required to com-
plete this form upon award of
the contract.
For any required bonds, the
company issuing bid bonds,
labor and material bonds, and
faithful performance bonds
must be an insurance com-
pany or surety company li
censed by the State of Cali-
fornia. The companies must
also have a current general
policy holder's rating of A or
better; and a financial cate-
gory of at least Class X as per
the latest edition of Best's Key
Rating Guide (Property -Lia-
bility).
In accordance with the pro-
visions of Article 2, Chapter I
Part 7 of the California Labor
Code (Sections 1770 at seq.),
the Director of Industrial Re-
lations has ascertained the
general prevailing rate of per
diem wages in the locality in
which the work is to be per-
formed for each craft, classi-
fication, 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 re-.
lating to prevailing wag {
rates (Sections 1770 -1781 `,
clusive). The contractor shafl_ .
be responsible for compaan
with Section 1777.5 of th
California Labor Code for all,'
apprenticeable occupations.'
The contractor shall post a
,SS 9rwL
QS
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA, 1
1 ss.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the aboSe- entitled matter. I
am the principal clerk of the printer of the Newport harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice; of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to-wit:
June 22, 29,....1978 ..............
.........................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
California, this 29 day of Jun 19 % 8
................
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
PROOF OF
This space is for the County Clerk's Ftiling Stamp
Proof of Publication of
PUBLIC NOTICE
CONTRACT NO. 1981
J
TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. 1981
6
CITY OF NEWPORT BEACH
CALIFORNIA
City Ball
3300 w. Newport Blvd.
Area Code 714
DATE _$aptat46ar 21 1977
Description of Contract 10,4 eawfn*T1 ftartrlwaa Aaraa * for NnitlVMMw
Room /Sr. Citizen /5th i Marguerite
Authorized by Resolution No. 9194 , adopted on September 19, 1977
Effective date of Contract September 21, 1977
Contract with Wilson V. Woodman A.Assoelates, Inc.
Address 250 Newport Center Drive
Newport Beach, CA. 92660
Amount of Contract Sp Contract
City Clerc
0
September 21, 1977
Cal Stewart, PB&R Director
•
Architectural Services - Multipurpose Room /5th 6 Marguerite
Attached is an executed copy of the Agreement in connection with the
above referenced subject for transmittal to Wilson V. Woodman b
Associates.
Doris George
eg
Att.
• A
RESOLUTION NO. 0194
A RESOLUTION OF THE CITY..tbUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE AN ARCHITECTURAL SERVICES
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH
AND WILSON V. WOODMAN & ASSOCIATES IN CONNECTION
WITH THE SENIOR CITIZEN MULTIPURPOSE ROOM AT
FIFTH AND MARGUERITE
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Architectural Services
Agreement between the City of Newport Beach and Wilson V.
Woodman & Associates in connection with the Senior Citizen
Multipurpose Room at Fifth and Marguerite; and
WHEREAS, the City Council has reviewed the terms
and conditions of said Architectural Services Agreement and
finds them to be satisfactory and that it would be in the best
interest of the City to authorize the Mayor and City Clerk to
execute said agreement;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that said agreement above described
is hereby approved, and the Mayor and City Clerk are authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ADOPTED this 19th day of September , 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
9/15/77
0 46
AGREEMENT FOR ARCHITECTURAL SERVICES
MULTIPURPOSE ROOM
TH AGREEMENT is made
and
entered
into this day of
,
199 77, by and between
the
CITY OF
NEWPORT BEACH, a municipal corporation,
hereinafter referred to as "City" and the firm of WILSON V. WOODMAN & ASSOCIATES, INC.
hereinafter referred to as "Architect ".
WITNESSETH:
WHEREAS, City desires to construct a multipurpose building for Senior
Citizens on a City -owned parcel of land at Fifth & Marguerite in Corona del Mar;
and
WHEREAS, design services are necessary to prepare plans and specifications
suitable for requesting bids to construct the building; and
WHEREAS, Architect has submitted a proposal to prepare the necessary
plans and specifications;
NOW THEREFORE, in consideration of the foregoing, the parties hereto
agree as follows:
I. GENERAL
A. City engages architect to perform the services hereinafter
described for the compensation herein stated.
B. Architect agrees to perform said services upon the terms
hereinafter set forth.
II. SERVICES TO BE PERFORMED BY ARCHITECT. Architect hereby agrees
to perform the following services:
A. Preliminary Analysis Phase
1. Review existing Master Plan for the project and
recommend modifications to improve the circulation and site planning.
2. Collect from the City existing base information
pertinent to the project (street improvement plans, utility plans, topographic
survey and site boundaries).
3. Meet with the staff to resolve technical matters
presenting potential difficulties in accomplishing the design.
B. Preliminary Design Phase
1. Prepare a schematic design in accordance with the
approved Master Plan which will include site -plan arrangement, circulation studies,
facility use, preliminary cost estimate and logical phasing plan.
estimate phase.
0 0
C. Final design, prepartion of plans, specifications and
1. Upon written approval of the preliminary design, prepare
detailed construction drawings for all facilities on Standardi.Plan sheets
furnished by the City.
2. Prepare special provisions and contract documents on
xerox masters to be used in conjunction with the City's Standard Specifications
(Standard Specifications for Public Works Construction, 1973 Edition, including
supplements).
3. Calculate the construction quantities, estimate their
costs, and provide a final estimate in bid proposal format.
4. During the preparation of detailed consturction drawings
for all facilities, review progress and concepts periodically with City to
ascertain conformance with City standards and requirements.
D. Construction phase. Provide consultation and /or interpretation
of plans and specifications during the construction phase of the project, including
review of shop drawings.
III. DUTIES OF THE CITY. City hereby agrees to supply Architect with
the following information and materials:
A. Mylar Plan and Profile and Standard Sheets for preparation
of original project drawings.
the facility.
B. Soil test data as determined necessary for construction of
C. Any other additional information available which the parties
agree may be beneficial to the final design of the project.
IV. OWNERSHIP OF PROJECT DOCUMENTS. Original drawings, reports, notes,
maps and other documents shall become the property of the City and may be re-
produced and utilized as deemed necessary by the City.
V. RIGHT OF TERMINATION. City reserves the right to terminate this
agreement at any time and for any reason by giving Architect seven (7) days'
prior written notice; notice shall be deemed served upon deposit in the United
States Mail, postage prepaid, addressed to any of the Architect's business offices.
In the event of termination due to fault by Architect, City shall be obligated
-2-
U
0 •
to compensate Architect for only those authorized services which have been
completed and accepted by the City. If this agreement is terminated for any
reason other than fault of Architect, City agrees to compensate Architect for
the actual services performed up to the effective date of the notice of termina-
tion, on the basis of the fee schedule contained herein.
VI. COMPLETION OF PRELIMINARY'ANALYSIS, PRELIMINARY DESIGN AND
FINAL DESIGN. Preliminary project analysis shall be presented to City for review
within fourteen (14) calendar days after issuance of a notice to proceed. The
notice to proceed will be issued at the time when all base information has been
received by the Architect from the City. Preliminary design and cost estimate
shall be completed and submitted for review within forty -five (45) calendar days
following authorization by City to proceed with preliminary design. Final design,
including all plans and other documents for the Project shall be submitted to
the Parks, Beaches and Recreation Director of City for final review within one
hundred and five (105) calendar days following authorization by City to proceed
with final design.
VII. FEE SCHEDULE AND PAYMENT. In consideration of the performance of
the above - described services, City hereby agrees to pay Architect an amount based
upon the hourly rate schedule set forth below. In no event shall said amount be
greater than Eleven Thousand Eight Hundred ($11,800.00) except as otherwise pro-
vided herein.
A. Hourly rates for office and field personnel shall be as follows:
Drafting $ 25.00 /hr
Design $ 35.00 /hr
Consultation w /Architect $ 40.00 /hr
B. The contract amount shall be paid to Architect as follows:
1. Monthly partial payments shall be made on the basis of the
time expended by the Architect at the hourly rates listed herein, except that the
cumulative amount of monthly partial payments shall not exceed the cumulative
total amounts shown below for each phase until the completion and acceptance
of that phase:
-3-
V
0
•
(a)
Preliminary Analysis Phase
set forth in Section II -A
$ 2,000.00
(b)
Preliminary Design PHase
set forth in Section II -B
$ 2,000.00
(c)
Final Design, Preparation of
Plans, Specifications, and
Estimates Phase set forth in
Section II -C
$ 6,000.00
(d)
Construction Phase, Plan
Interpretation, Project
Supervision set forth in
Section II -D
$ 1,800.00
The sum of the monthly partial payments shall not exceed ninety percent (90 %)
of the maximum fee.
2. Balance of the total amount earned to be paid upon
completion of work specified in Section II (Services to be Performed by Architect),
or by January, 1979, whichever occurs first.
3. In addition, City agrees to reimburse Architect for the
actual cost of reproduction of copies of said plans and related documents, as
well as other related costs authorized in advance by the Parks, Beaches and
Recreation Director, not to exceed Twelve Hundred Dollars ($1,200.00).
VIII. PROJECT SCOPE REVISIONS. The scope of the Project may be
changed and the maximum fee revised upon prior written approval of the Parks,
Beaches and Recreation Director and the Public Works Director if the increase
in the maximum fee does not exceed Two Thousand Five Hundred Dollars ($2,500.00).
If revisions to the scope of the Project would result in an increase in the
maximum fee exceeding Two Thousand Five Hundred Dollars ($2,500.00), an amendment
providing for such revisions shall be processed and executed by the parties hereto.
IX. HOLD HARMLESS. Architect shall indemnify and save harmless City
and its officers and employees from any damage or liability arising from any errors,
omissions or negligence in the Architect's performance of this agreement, or in the
work and services herein provided,
Gl:
0 0
IN WITNESS WHEREOF, the parties hereto have executed this agreement
on the date first above written.
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
-5-
CITY OF NEWPORT BEACH, A
Municipal Corporation
By 1 Lt,, l 'k
V' Mayor
WILSON V. WOODMAN & ASSOCIATES INC.
ARCHITECTS
By
C.C. A.I.A. Doc. No. 102.69 O 1969, by the California Council, The American Institute of Architects
The California FW of Agreement for Architeceal Services
Percen age of Construction Cost or Fixed Sum
Prepared by the California Council, The American Institute of Architects, for use between client and architect.
PROJECT SEITTOR CT�TZRW �A( TTTTY- ('0301TA DRIT TT ^R.v LLOOO SO Ft
Building to include large meeting room, restrooms, kitchen, & storage
The Client and the Architect agree as follows:
1. ARCHITECTS BASIC SERVICES: The Architect's professional services shall ggnsist of: S O�e O£ work t3 , ou j111}e dd
a. Schematic Design. on Reques or Yro osa� in uQ¢In :
b. Design Development.
e. Construction Documents including normal structural, mechanical and electrical engineering.
(d. Construction Administration including assistance in obtaining bids, awarding and general administration of construction contract, preparation of
change orders and issuance of certificates of payment. if required by the City)
2. ARCHITECT'S ADDITIONAL SERVICES:
a. Any work let under separate contracts shall be subject to additional compensation.
b. If, after a scheme has been approved, the Client makes a decision which, for its proper execution, involves additional services and expense for changes
in or additions to the drawings, specifications or other documents; or if the Architect be put to labor or expense by delays caused by the Client or a
contractor, or by the delinquency or insolvency of either, or as a result of damage by fire or other casualty, the Architect is to be paid by the Client
for such additional service and expense.
3. COMPENSATION: $10,000.00 Fixed Fee
a. For Basic Services, the Architect shall be paid: _
Basic Services (As defined in CCAIA Doc. No. 100.67 -1)
Schematic Design
Design Development
Construction Documents
Construction Administration
Part d, if required, to be
', nrtiok: (, j;asie Compensation
q00.00
(19 00.00)
A retainer of $ 19000900 to be credited to the final payment, is payable upon execution of this agreement.
Statements shall be rendered tnnnthl Y in proportion to amount of services completed and paid within 10 days of rendition. mil
BCt76BSt'XdE(Stt7t' 051{ lE7 dd[ F7, 7p�ifii35BnY�: E�E36i5Yd ?FXs1FYa}ypiro$e��y>!hd•15Y No deduction is to he made
on account of penalty, liquidated damages, or other sums withheld from payments to contractors.
If any work designed by the Architect under the Client's direction is abandoned or suspended, the Architect is to be paid for work performed prior to
notification by Client of abandonment or suspension.
Is. For Additional Services, the Architect shall be paid: 35 , 0 () /hour'
For work let under separate contracts, an additional compensation of: 825, 00/hour drafting,
Design. 3LO..00 /hour consulting & conferences by the Architect.
A sum equal to n:J tu•-LY times Direct Personnel cost, including principals, and related payroll costs.
A sum equal to • ( ) times the cost of consultants for structural, mechanical and electrical
engineering or other specialized work or equipment.
c. For Reimbursable Expenses, the Architect shall be paid:
A sum equal to C O S t ( ) times the Reimbursable Expenses paid by the Architect in the interest of
the Project such as telegrams, long distance telephone calls, travel and out-of -town expenses, cost of models or renderings, fees paid for securing
approvals and reproduction of additional documents as defined in paragraph 6.
•:f• 4. SURVEYS AND BORINGS: The Client will furnish a certified survey of the building site together with full information regarding existing structures,
rights, zoning and other restrictions, easements, boundaries and contours of the building site and also with respect to sewer, water, gas and electrical
services. The Client shall pay for soils investigation and foundation design criteria recommendations, and other testing and /or special inspection.
S. ADMINISTRATION: The Architect will make such periodic visits to the work as he deems necessary to ascertain whether it is being executed in
conformity with drawings, specifications or directions. The Architect is not responsible for the performance of contractors, for their errors or omis-
sions, or the safe conduct of the work.
6. REPRODUCTIONS: Reimbursable with estimated maximum Of ;)1200.00
7. SUCCESSORS AND ASSIGNMENTS: The Client and the Architect, each binds himself, his partners, successors, legal representatives, and assigns to
the other party to this agreement, and to the partners, successors, legal representatives and assigns of such other party in respect of all covenant_, of
this agreement. Neither the Client nor the Architect shall assign or transfer his interest in this agreement without the written consent of the other.
8. OWNERSHIP OF DRAWINGS AND SPECIFICATIONS, as instruments of service, is that of the Architect whether the work for which they are made
be executed or not.
9. ARBITRATION: All questions in dispute under this agreement shall be submitted to arbitration in accordance with the provisions, then obtaining, of
the Standard Form of Arbitration Procedure of the American Arbitla 'on Asspci tign.
10. ADDITIONAL PROVISIONS: 2-• Applies on1I ?� ex1SMg data is not sufficient to
adequately design the project. Arc itec , as itsed in tnis agruemunt,=Ura
e unctersignea corporation wilicri agrees
11. SCOPE OF AGREEMENT: This is the entire agreement between the parties and there are no agreements, conditions, or representations between the
except as
The above is mutually agreed to tbis day
19 .
By: By:
Client Architect
i"
l ,42
CITY OF NEWPORT BEACH
PARKS, BEACHES & RECREATION DEPARTMENT
June 12, 1978
TO: MAYOR & CITY COUNCIL
FROM: PB & R Director H -15
SUBJECT: BID - OPENING EXTENSION
RECOMMENDATION:
Extend the bid opening date for the
Senior Citizen building from June 29th
to August 1, 1978 at 2:30 p.m.
ntcrnc C nu.
On May 22nd, the City Council approved the plans and specifications
for the Senior Citizen Multipurpose Building and authorized the City
Clerk to advertise for bids to be opened on June 29th.
We have been informed by the architect, Wilson V. Woodman, that he
will be out of the State from June 10th until July 11th. Mr. Woodman
indicated that the architect, in buildings such as this, receives
many, many questions from prospective bidders and in most cases, the
proper answers can reflect a decrease in a bid item.
For that reason, it is suggested that the bid opening be delayed to
allow communication between the architect and the prospective bidders.
CCS:h
Calvin C. Stewart
CITY OF NEWPORT BEACH
PARKS, BEACHES & RECREATION DEPARTMENT
September 19, 1977
TO: MAYOR & CITY COUNCIL H -2 (b)
FROM: . PB & R Director
SUBJECT: ARCHITECTURAL SERVICES - SENIOR CITIZEN MULTIPURPOSE ROOM
RECOMMENDATIONS:
(1) Appropriate $15,000 to provide architectural services
and reimbursables for prints, soil tests and other
costs related to providing plans and specifications
for the Senior Citizen Multipurpose Room at Fifth and
Marguerite.
(2) Authorize the Mayor & City Clerk to execute an agreement
between the City of Newport Beach and the firm of
Wilson V. Woodman & Associates to provide plans and
specifications for the development of the Multipurpose
Room at a cost not to exceed $13,000.
DISCUSSION:
Four architectural firms were invited to submit proposals for the preparation
of plans and specifications for the subject building. On July 6th and 7th
three firms were interviewed by a committee consisting of two PB & R staff
members, one PB & R Commissioner and two members of OASIS.
After the interviews, the committee unanimously selected the firm of
Wilson V. Woodman & Associates based on the following:
1. That firm's knowledge of design of this type of building.
2. Proposed innovations of interior design.
3. Apparent research completed by the firm prior to the
interview.
Although each of the firms interviewed is highly qualified, the committee
recommends the Wilson firm to the City Council.
Calvin C. Stewar 1
CCS:h
RESOLUTION NO. 9194
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE AN ARCHITECTURAL SERVICES
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH
AND WILSON V. WOODMAN & ASSOCIATES IN CONNECTION
WITH THE SENIOR CITIZEN MULTIPURPOSE ROOM AT
FIFTH AND MARGUERITE
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Architectural Services,
Agreement between the City of Newport Beach and Wilson V.
Woodman & Associates in connection with the Senior Citizen
Multipurpose Room at Fifth and Marguerite; and
WHEREAS, the City Council has reviewed the terms
and conditions of said Architectural Services Agreement and
finds them to be satisfactory and that it would be in the best
interest of the City to authorize the Mayor and City Clerk to
execute said agreement;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that said agreement above described
is hereby approved, and the Mayor and City Clerk are authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ATTEST:
City Clerk
ADOPTED this 19th day of September , 1977.
DDO /bc
9/15/77