HomeMy WebLinkAboutC-2432 - Pearl Avenue Storm Drain# f
CITY OF NEWPORT BEACH
June 18, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Rising Sun Company
44626 Fern
Lancaster, CA 93534
Subject: Surety: Fairmont Insurance Company
Bonds No.: FB002617
Contract No.: C -2432
Project: Pearl Avenue Storm Drain
The City Council on May 13, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on May 23, 1985,
Reference No. 85- 188839. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
p�ooAOltde q-
PLEASE RETURN TO:REQUESTED BY
City Clerk �yy
City of Newport Belch
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
85-- 188839
2aempi ieco: Air9 :eq�nl td
f;,�anmev Ca1n b�c3
EXEMPT
C16
NOTICE OF COMPLETION
NO CONSIDORATIO y PUBLIC WORKS
RECORDED IN OFFICIAL RECOFi
OF ORANGE COUNTY CALIFORNIA
-4 ".0V MAY 23'85
10 All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NONCE that on May 13, 1985 _
the Public Works project consisting of Pearl Avenue Storm Drain (C -2432
on which Rising, Sun Company. 44626 Fern Lancaster. CA 93534
was the contractor, and Fairmont Insurance Company, 4111 W. Alameda Ave., Burbank, CA
was the surety, was completed. 91505
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
IZIMMMMR -
I am the Public Works Director of the City of Newport
(Notice of Completion is true of my own knowledge.
3U,t,[, c1ICCCJ ^�^5�
I declare under penalty of perjury that the foregoing is true and corl`ee`ct.
Executed on May 17, 1985 at Newport Beach, California.
PubWorks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 13, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 17, 1985 at Newport Beach, California.
City Clerk
I
t _
Yom..... _,
JG f:_ e
•
CITY OF NEWPORT BEACH
May 17, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Pearl Avenue Storm Drain, Contract No. 2432
on which Rising Sun Company was the Contractor and Fairmont Insurance
Company was the Surety.
Please record and return to us. k
Sincerely,
Wanda E. Raggio 4r�
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
•
•
TO: CITY COUNCIL
FROM: Public Works Department
i
SUBJECT: ACCEPTANCE OF PEARL AVENUE STORM DRAIN (C -2432)
RECOMMENDATIONS:
May 13, 1985
CITY COUNCIL AGENDA
ITEM NO. F -14
BY ThE CiTT COUNCIL
CITY OF NEWPORT BEACH
MAY 13 i9d-)
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the Pearl Avenue storm drain
has been completed to the satisfaction of the Public Works Department.
The bid price was: $88,683.98
Amount of Unit price items constructed 88,291.83
Amount of change orders: 8,765.98
Total Contract Cost: 97,057.81
Funds were budgeted in the General Fund, Account Numbers 02- 3497 -303
(Pearl Avenue Storm Drain) and 02- 4183 -052 (Harbor Street End Improvement Program)
Three Change Orders were issued. The first, in the amount of $4,260.00
provided for installation of sidewalk drains in the mid -block areas along the
South Bay Front sidewalk. The second, in the amount of $1,312.00, provided for
removal and replacement of additional broken concrete pavement in Agate Avenue.
The third, in the amount of $3,193.98, provided for removal and disposal of large
pieces of concrete found in the trench under the South Bay Front sidewalk.
The contractor is Rising Sun Company of Lancaster, California.
The contract date of completion was March 15, 1985. The work was
completed on that date.
• Benjamin B. Nolan
Public Works Director
GPD:kf
(3f)
CITY OF NEWPORT BEACH
OFFICE OF THE CM CLERK
(714 ) 640 -2251
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE•, January 21, 1985
SUBJECT: Contract No. C -2432
Description of Contract
C
Pearl Avenue Storm Drain
Effective date of Contract January 18, 1985
Authorized by Minute Action, approved on December 10. 1984
Contract with Rising Sun Company
Address 44626 Fern
Lancaster, CA 93534
Amount of Contract
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 14th day of November , 1984,
at which time such bids shy be opened and read for
PEARL AVENUE STORM DRAIN
it e o Project
2432
Contract No.
$81,000
Engineer's Estimate
Approved by the City Council
this 22nd day of October , 1984.
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. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Lloyd R. Dalton at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL,
,PEARL AVENUE STORM DRAIN IMPROVEMENT
CONTRACT NO.2432
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.G. Box 1768
Newport Beach, CA 92663 -3884
I Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the
work, has read the Instructions to Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2432 in accordance with the Plans and Special
Provisions, and will take in full payment therefor the following unit prices for
the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum MOBILIZATION
Two Thousand Nine Hundred
@ Twenty -Nine
Dollars
and
Cents
2. 1 MODIFY EXISTING CATCH BASIN
Each
$_22.929.00 $ 2,929.00
One Thousand One Hundred
@ Sixty -Eight Dollars
and
No Cents $_l 2 168. 00 $ 1,168.00
Each
3. 4 CONSTRUCT CATCH BASIN TYPE OL -A
Each L =7.0'
@ Three Thousand Forty One Dollars
and
Fifty Cents $ 3,041.50 $12,166.00
Each
4. 1 CONSTRUCT MODIFIED CATCH BASIN
Each AND SLIDE GATE VAULT WITH COVER
Four Thousand Five Hundred
@ Thirty -Six Dollars
and
No Cents $ 4,536.00 $ 4,536.00
ac
0
PR 1.2
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT
PRICE WRITTEN
IN WORDS
PRICE
PRICE
5.
1
FURNISH AND INSTALL
24" SLIDE GATE,
Each
ACTUATOR, CONDUIT,
AND CONTROL STATION
@
Eight Thousand
Five Hundred Eighteen
DOLLARS
AND
No
CENTS
$
8,518.00
$ 8,518.00
Each
6.
470
CONSTRUCT
15" ACP,
2500D
Lineal
Feet
@
Thirty -Seven
DOLLARS
AND
Eighty -eight
CENTS
$
37.88
$17,803.60
Per Lineal
Feet
7.
80
CONSTRUCT
18" ACP,
2500D
Lineal
Feet
@
Seventy
DOLLARS
AND
Fifty -five
CENTS
$
70.55
$ 5,644.00
Per Lineal
Feet
8.
448
CONSTRUCT
21" ACP,
2500D
@
Fifty -Four
DOLLARS
AND
Sixty
CENTS
$
54.60
$24,460.80
Per Lineal
Feet
9.
50
CONSTRUCT
24" RPM
PIPE, GRAVITY
WEIGHT
@
Fifty -Three
DOLLARS
AND
Fifty -Eight
CENTS
$
53.58
$ 2,679.00
10.
1
CONSTRUCT
SHALLOW
MANHOLE
Each
@
One Thousand Twenty Four
DOLLARS
AND
No
CENTS
$
1,024.00
$ 1,024.00
11. 89 CONSTRUCT P.C.C. CURB
Lineal Feet
@ Thirty -One DOLLARS
AND
Twenty -Two CENTS $
Per Lineal Feet
12. 40 CONSTRUCT 4" P.C.C. SIDEWALK
Square Feet
Sixty
Per Square Foot
DOLLARS
AND
CENTS
C
31.22 $ 2,778.58
16.60 C 664.00
i
• •
PR 1.3
ITE:4 DE
CA<
'�. PND UNIT
UNIT PRIG P717.1EN IN ACRDS
PRICE
PRIG
CONSTRUCT REINFORCED CONCRETE
PIPE ANCHOR PER DETAIL ON SHEET 4
13. 2
Each
@ One Thousand Seven Hundred Sixteen Dollars
and
_ Fifty Cents S
1,716.50
S 3,433.00
Each
14. Lump Sum TRAFFIC CONTROL
@ Eight Hundred Eighty Dollars
and
No Cents $ 880.00 S 880.00
ac
TOTAL CONSTRUCTION COST $ 88,683.98
TOTAL PRICE WRITTEN IN WORDS
Eighty -eight Thousand Six Hundred Eighty -three Dollars
and
Ninety -eight Cents
PR 1.4
on coo no
Contractor's License No. 436244 Rising Sun Company
(Bidder's Name)
Date November 14, 1984 S /William Sario, Partner
(Authorized signature /Tit1c)
Bidder's Address 44626 Fern,Lancaster, CA 93534
Bidder's Telephone No. (805) 942 -9898
Ll
INSTRUCTIONS TO BIDDERS
E
Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
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 dis-
crepancy 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 or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
436244 General Engineering
Contr's Lic. No. & Classification
November 14, 1984
to
Rising Sun Company
Bidder
S /William Lee Sario, Partner
Authorized Signature /Title
i • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Rising Sun Company
Bidder
S /William Sario, Partner
Authorized Signature /Title
0 0 Page 4
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, RISING SUN COMPANY as bidder,
and FAIRMONT INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF AMOUNT 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
PEARL AVENUE STORM DRAIN 2432
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day
of NOVEMBER , 1984.
RISING SUN COMPANY
Bidder
(Attach acknowledgement of
Attorney -in -Fact)
S /William Sario, Partner
S /Joyce A. Galier Authorized Signature /Title
Notary Public
Commission Expires: August S. 1988
FAIRMONT INSURANCF COMPANY
Surety
By S /Beverly Brissette
Title Attorney -in -Fact
• Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 14th day of NOVEMBER
1984.
My commission expires:
RISING SUN COMPANY
er
S /William Sario, Partner
Authorized Signature /Title
December 17, 1985 S /Beverly Lou Brissette
Notary Public
NOTICE
THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH
MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY
AND DISCUSS THEM WITH YOUR INSURANCE. AGENT. YOUR COOPERATION WILL
ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT.
TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT
ALL CONTRACTORS, SUB- CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING
OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF
NEWPORT BEACH BUSINESS LICENSE.
ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND
COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS
PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU
SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS.
• • Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
ATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
On File With City Clerk.
RISING SUN COMPANY
er
S /William Lee Sario, Partner
Authorized Signature /Title
. Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1983 Arvin Edison Water District Bill Bowers 805 - 854 -5573
Kern county uepartment OT
1984 Public Works Skip Vernon 805 - 861 -2159
San Bernardino He en a e
1984 Co. of Transportation /Flood John Burrows 619 - 256 -7887
Control
Rising Sun Company
Bidder
S /William Sario, Partner
Authorized Signature /Title
NOTICE
• Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since 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 sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating B
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide:
Property - Casualty. Coverages shall be provided for all TYPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction .(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
KNOW ALL MEN BY THESE PRESENTS, That
0
Page 9
PAYMENT BOND BOND NO FBD02617
Bond Amt $ 1064.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted DECEMBER 10, 1984
has awarded to RISING SUN COMPANY
hereinafter designated as the "Principal ", a contract for
PEARL AVENUE STORM DRAIN (C -2432)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per -
formance 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 RISING SUN COMPANY
as Principal, and Fairmont Insurance
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
EIGHTY EIGHT THOUSAND SIX HUNDRED EIGHTY THREE DOLLARS 98" ars ($ 88,683.98 ),
said sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, 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, 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.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
Payment Bond (Continued)
0
Page 10
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 14th day of DECEMBER , 19 84
I
Approved/;as to form:
C,i ty A�torney
RISING SUN COMPANY (Seal)
Name of Contractor Principal
kthorized Signature and Title
WILLIAM LEE SARIO - Partner
Authorized Signature and Title
FAIRMONT INSURANCE COMPANY (Seal)
Name of Surety
4111 W Alameda Ave Burbank,Cal 91505
Address of Surety
5ignature and Title of Authorize Agent
BEVERLY BRISSETTE - Attorney in fact
1343 West Ave J Lancaster,Cal 93534
ddress of Agent
805 942 9812
Telephone No. of Agent
0
100
0
ty
0 C)
((y\
\\
\
\
\ /(�
§)}
CO
� �\
10
)
�.
\\
�\
�
\}
0
100
1 �
• \ / \ §: Q
\ f °
i
7 ! �
1 �
§ \> f g
;
i -
) -
�
i
\ \ \if
FAIAONT INSURANCE COMPA
Burbank, California
POWER OF ATTORNEY
KNOW ALL MEN BV THESE PRESENTS:
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and
appoint Beverly Brissette
of Lancaster
California as its true lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Com-
pany as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE IV, Section 13. ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president, the chief financial officer, or the secretary o t e corporation may appoint attorneys -in -fact or agents with power
and authority, as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said officers may remove any such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in tIFe-n-a-t-u-r-e-tTFer-e-oT-sh-alrbe--v-arid-a-n-d binding upon the corporation when signed by the chairman of the
board, the president, the vice president, the chief financial officer, or the secretary of the corporation and duly attested
and sealed, if a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu-
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called
' and held on the 4rd day of October, 1983:
i
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any Power of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaking, recognizance consent of surety or other written obligation in the nature thereof; such signature
and seal, when so used, being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 2lstday of February, 1984
.R ` .._ _C
?��
'tp lid Fet p.
APR, 10 2�ro
w 1970
°'' °•.�h CALIF
Prmrea in U.S.A.
SPA- 25
FAIRMONT INSURANCE COMPANY
ByJ�
Signature Tanna P. Handley
Secretary
(Over)
0 f
State of California
SS.
County of Los Angeles
manna P_ Mandl ey , personally known tome, was by me duly sworn, and did depose and say: that
he/she resides in the State of California; that he/she is the duly elected Secretary of
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that helshe knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of his/her office under the Bylaws of said corporation, and
that he/she signed his/her name thereto by like authority.
Subscribed and sworn to me this
OFF ICIAL SEAL
EVELYN C. DENIHAN
I NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
Mr COMMISSION EKPMS APRIL IR, 190.7
21st day of February
CERTIFICATION
Notary P lic in and
for said County and State.
,1984
I, Patricia J. O'Brien , the Assistant Secretary of FAIRMONT
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13.
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Burbank, California, this 14th day of DECEMBER 119 84
SEAL
��TiGlt�_�GL1iriL., _
Title: Patri 'a J. O'Brien
Assistant Secretary
d
Ct I m
6
Qf N
ti �T
C
O
ti
d
d
H
a
c
lV
d
A
l0
Q) g
A �
a
U m
Q N
`m
1
L
E
O
O a
Ec
m
G
O C
C
Y L
3
L_
O
d
a
U
N
a
a
N
ai
E
m
N
U
X
N
J
c
3 E
=m
N �
a 3
L C
U
a .o
m
m
a
E
Z
F G;S
o tw 'o
m
z
d
d
�s
�
0
a
Ec
m
G
O C
C
Y L
3
L_
O
d
a
U
N
a
a
N
ai
E
m
N
U
X
N
J
c
3 E
=m
N �
a 3
L C
U
a .o
m
m
a
E
Z
F G;S
o tw 'o
m
A
N
pIN
-SIC
3
n -0 o.-ni
O •S w O S .+
7 0 3 Z J
< n w
•s J• F S
w N o
rrro£•�r�of
:3r+to .0 w
Q
CD
-- S D O
0 n n
l o m
s
•a3<cr
m . m s
O fb Z N
n <
O N
0
-+• 'O
3 N w m i
NDC+� °<
nNOO�+
J. J
7 O O !D O
l� of i Z 3
N
!'F + rt M
S S O O O
m w
r+ C O'
O 7 D N
u n a m
zoo n
O D r+ N
w c o
Jc ( 3
aamm
7 n w
n nN �
m m a o
o nw
3 A
t•F
fD C S
n T D
F o a J
o m a r
zv n Qw
7r- N U
�C O
p
M �t � Cf
n
rtr+w O
�=rr a
J,
N fD
N 0 O
G Z
n i
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 11
BOND NO FB 002617
BOND AMT $ 1064.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted DECEMBER 10, 1984
has awarded to RISING SUN COMPANY
hereinafter designated as the "Principal ", a contract for
PEARL AVENUE STORM DRAIN (C -2432)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, RISING SUN COMPANY
as Principal, and Fairmont insurance company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
EIGHTY EIGHT THOUSAND SIX HUNDRED EIGHTY THREE DOLLARR 98/100 Dollars ($ 88,683.98 )
,
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Is 9
Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an 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 dul ted by the Principal and
Surety above named, on the 14th day of riECiB` 19 84a
Approved as to form:
i
City Attorney
RISING SUN COMPANY (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
WILLIAM LEE SARIO - PARTNER
Authorized Signature and Title
FAIRMONT INSURANCE COMPANY (Seal)
Name of Surety
4111 W Alameda Ave Burbank,Cal 91505
Address of Surety
.2
Signature afid'Title of Authorized Agent
BEVERLY BRISSETTE - Attorney in fact
1343 West Ave J Lancaster,Cal 93534
Address of Agent
805 942 9812
Telephone No. of Agent
FAI PONT INSURANCE COMPA*
Burbank, California
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and
appoint Beverly Brissette
of Lancaster
California as its true lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Com-
pany as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE 1V, Section 13, ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president, the chief inancia officer, or t e secretary of t e�o`rpoiatton may appoint attomey-s -in -fact or agents with power
and authority, as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seat of the Corporation thereto, bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said officers may remove any such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in the nature thereof shall e va t an bindingR u on the corporation when signed by the chairman of the
board, the president, the vice president, the chief financial officer, or the secretary of the corporation and duty attested
and sealed, if a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu-
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called
and held on the 4rd day of October, 1983:
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any Power of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaken, recognizance consent of surety or other written obligation in the nature thereof; such signature
and seal, when so use g,. being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with e same force and effect as though manually
affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 21stday of February, 1984
FAIRMONT INSURANCE COMPANY
O.kr, WI/Jgfp" it = By
APR. 10 a v=
1070
,.• arc Signature Tanna P. Handley,
'O'ri�q ��tli ftitls��a� Secretary
Printed in U S,A, (Over)
SPA- 25
4 0
State of California
ss.
County of Los Angeles
manna P Hand 1 Py, , personally known to me, was by me duly sworn, and did depose and say: that
he /she resides in the State of California; that he /she is the duly elected Secretary of
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that he /she knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of his /her office under the Bylaws of said corporation, and
that he /she signed his /her name thereto by like authority.
Subscribed and sworn to me this 21st day of February
OFFICIAL SEAL
EVELYN C. DENIHAN
Ifb NOTARY PUBLIC . CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANOBLEB COUNTY
MY COMMISSION EMUS APRIL 11, I"S
CERTIFICATION
Notary P lic in and
for said County and State.
. ;,
1, Patricia J. O'Brien the Assistant Secretary of FAIRMONT
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13.
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Burbank, California, this 14th day of DECEMBER 19 84
SEAL
qpatri a J. O'Brien
Assistant Secretary
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
RISING SUN COMPANY
44626 FERN AVENUE
LANCASTER, CA 93534
•CERTIFICATE OF INSURANCE •
CE
ICompany A CONSTITUTION STATE
Letter
Page 13
(compan
i o + +o r y B CONSOLIDATED AMERICAN
nr y C ARGONAUT INSURANCE COMPANY
7
E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
'By: �i9. ��, i Agency: BRISSETTE INSURANCE SERVICE
orized Representative
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
PEARL AVENUE STORM DRAIN (C -2432)
Project Title and Contract Number
im s certiticate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Policy
LIMITS OF LIABILITY
IN THOUSAND 000
Ag.Froducts,
COMPANY
TYPES OF INSURANCE
Policy
Exp.
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
Form Premises - Operations
Bodily Injury
Property Damage
$
$
$
$
IxComprehensive
Explosion & Collapse Hazard
Underground Hazard
Products /Completed Operations
Bodily Injury
A
Hazard
x Contractual Insurance
Broad Form Property Damage
F416G33
-3
1/4/86
and Property
Damage Combined
$1,000
$1,000
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$1,000
Aviation
AUTOMOTIVE LIABILITY
`
❑x Comprehensive Form
❑x Owned �
�x Hired 1r
[[
��LD
'r^
i5 •
RKS
Bodily Injury
(Each Person
$
$
Bodily Injury
Each Occurrence
ro ert Damage
Bodily injury an
Compered Damage
$
Ox Non -owned ,jF
rAl
NE�ipi,R�
ViO�
EAR
EXCESS LIABILITY
B
® Umbrella Form
U310891
1/4/86
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$2,000
$2,000
WORKERS' COMPENSATION
Statutor
C
and
EMPLOYER'S LIABILITY
C -20 -43
110243
11/16/85
$2,000
ac
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
'By: �i9. ��, i Agency: BRISSETTE INSURANCE SERVICE
orized Representative
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
PEARL AVENUE STORM DRAIN (C -2432)
Project Title and Contract Number
im s certiticate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
6
i
L
CITY OF NEWPORT BEACH
L
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
Page 15
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
V) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$_� �CI.wZC each occurrence
each occurrence
✓� ty✓pORT 4 C
$ 1,000,000 44 94 S each occurrence
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention; Public Works Department
7. Designated Contract: PEARL AVENUE STORM DRAIN (C -2432)
Project Title and Contract No.
This endorsement is effective 1/15/85 at 12:01 A.M. and forms a part of
Policy No. CF416G339 -3
Named Insured RISING SUN COMPANY Endorsement No. 1
Name of Insurance Company CONSTITUTION STATE gy
A i zAf Representative
•CERTIFICATE OF INSURANCE 0
City of Newport Beach Company
3300 Newport Boulevard Letter A
Newport Beach, CA 92663 Company B
NAME AND ADDRESS OF INSURED
i,umPany C
Letter
1-umpany D
Letter
L,ompany E
Letter
Page 13
This is to certify' that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the.Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: L Agency: %� �[�ilZLU l��)C ��, Lk%1f -L-2 Lam. It'
hor)z epresentative /7 /- i4-1:�
/ h � 1� ,n, / Da a Issue;
Description'of operations /locations /vehicles:
Beach by or on behalf of the named insured in
G
All operations performed for the City of Newport
connection with the following designated contract:
c. - LA
finis certiticate or verification of insurance is not an insurance policy ana Goes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
Ag.Products
LETTER
- COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
Bodily Injury
Property Damage
$
$
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Hazard
RfC
1'
r ro
Bodily Injury
and Property
x Contractual Insurance
x Broad Form Property Dagg
x Independent Contractors QR?f`...
x Personal Injury C16
Marine
Aviation
aN 1
" OF p�
y�i'PpR
c.
11CWpgK
fACy
Damage Combined
$
$
Personal Injury
$
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
❑ Owned
❑x Hired
❑x Non -owned
C�
��q
G ' %'
Bodily Injury
(Each Person
$
$
o i y Injury
(Each Occurrence
Pro ert Damage
Bodily injury and
Property Damage
Combined
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutory
ac
Accident)
and
EMPLOYER'S LIABILITY
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the.Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: L Agency: %� �[�ilZLU l��)C ��, Lk%1f -L-2 Lam. It'
hor)z epresentative /7 /- i4-1:�
/ h � 1� ,n, / Da a Issue;
Description'of operations /locations /vehicles:
Beach by or on behalf of the named insured in
G
All operations performed for the City of Newport
connection with the following designated contract:
c. - LA
finis certiticate or verification of insurance is not an insurance policy ana Goes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
,
• • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated did^ e letter X in the appropriate
box.
( ) Multiple Limits OF,gf
Bodily Injury Liability �F,.'< each occurrence
Property Damage Liability $'�% Qw�`�^ each occurrence
(() Single Limit
Bodily Injury Liability $ �(L J each occurrence
and
Property Damage Liability
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
This endorsement is effective a-I
Pol i cy No G� � i�. j � L.
Named Insured
Name of Insurance
—1.
ect Title and Contraci
- at 12:01 A.M. and forms a part of
rsement No.
• 0 Page 16
CONTRACT
THIS AGREEMENT, entered into this /6G>iL.day of zq - 19 �S
by and between the CITY OF NEWPORT BEACH, hereinafter "Ci W and
hereinafter "Co ctor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
PEARL AVENUE STORM DRAIN 2432
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
PEARL AVENUE STORM DRAIN
Title of Project
2432
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 Eighty -eight
Thousand Six Hundred Eighty -three and 98/100********************* ($88.683.98****).
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
. 0 Page 17
(f) Plans and Special Provisions for
PEARL AVENUE STORM DRAIN p
e
(g) This Contract.
Contract No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
City Clerk
AS TO FORM:
CITY
RISING SUN COMPANY
Contractor
By
Its
[fldni.7ffij[l %1
E c
m
m
.°J
o c
a
0
c
v
6
{
U
W
w
H
�
ti
h l
d
X
0
3 E
14
rl
0
Vl d L
6i
G. O
�
4
V-1 m I
C7 it '. 1LL
� G]
(W
rA
s
�
m r
.I
o
r
y
l�
1
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PEARL AVENUE STORM DRAIN IMPROVEMENT
CONTRACT NO. 2432
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I. SCOPE OF WORK 1
II. BEGINNING OF WORK AND TIME OF COMPLETION 1
III. PAYMENT 1
IV. TRAFFIC CONTROL AND ACCESS 2
V. PROTECTION OF UTILITIES 3
VI. WATER 4
VII. SURFACE WATER CONTROL 4
VIII. CONSTRUCTION DETAIL 4
A. GENERAL 4
B. P.C.C. PAVEMENT 5
C. STORM DRAIN 5
D. PIPE ALTERNATES 5
E. SLIDE GATE AND AUTOMATIC ACTUATOR 5
F. CONSTRUCTION SURVEY 6
G. TIDAL EFFECTS 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
PEARL AVENUE STORM DRAIN IMPROVEMENT
CONTRACT NO. 2432
I. SCOPE OF WORK
The work to be done under this contract consists of in-
stallation of drainage pipe, construction of catch basins,
installation of a slide gate with an automatic actuator
and incidental work, including P.C.C. pavement removal and
replacement.
All work necessary for the proper completion of the contem-
plated improvements shall be done in accordance with (1)
these Special Provisions, (2) the Plans (Dwg. No. D- 5155 -5),
(3) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction (1982 edition), (4)
the Standard Specifications for Public Works Construction
(1982 edition), including supplements to date. Copies of
the City's Standard Special Provisions and Standard Drawings
may be purchased at the Public Works Department for five
dollars ($5.00). Copies of the Standard Specifications may
be purchased from Building News, Inc., 3055 Overland Avenue,
Los Angeles, CA 90034, (213) 870 -9871.
II. BEGINNING OF WORK AND TIME OF COMPLETION
The Contractor shall complete all work by March 15, 1985
or within forty five (45) consecutive calendar dayEt after
the start of construction, whichever occurs first.
III. PAYMENT
The unit or lump sum price for each item of work shown on
the proposal shall be considered as full compensation for
all labor, equipment, materials and all other things
necessary to complete the work in place, and no additional
allowance will be made therefore.
Payment for incidental items of work, not separately
provided for in the proposal, shall be included in the price
bid for other related items of work.
-1-
IV. TRAFFIC CONTROL AND ACCESS
General: Traffic and access shall comply with Section 7 -10
of the "Standard Specifications for Public Works Construction"
and the requirements set forth herein.
Traffic Plan: The Contractor shall be fully responsible for
the adequacy of his traffic plan utilized for conformance
with his intended construction schedule and staging, and
to provide for its proper implementation and maintenance.
The traffic control plan shall conform to the following
requirements:
1. Traffic control shall be implemented according to the
guidelines established in the "Work Area Traffic Control
Handbook" (WATCH) published by Building News, Inc.,
and made a part of these Specifications.
2. Streets and sidewalks shall remain open to traffic at
all times unless otherwise approved by the Engineer.
3. The Contractor shall schedule the work as necessary to
maintain access for mail delivery, trash pickup,
street sweeping and auto ferry operation.
4. All detours and transitions shall be installed by the
Contractor and approved by the Engineer before any
construction begins within the roadway or sidewalk.
Barricades shall be used to protect the work area,
and shall be spaced a maximum of 30 feet apart.
5. "NO Parking" Signs - The Contractor shall furnish and
maintain in place "NO PARKING" signs (even if streets
have posted "NO PARKING" signs) which he shall post
at least 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 -3742, for verification of posting at least
40 hours in advance of the need for enforcement.
The signs shall (1) be made of white card stock;
(2) have minimum dimensions of 12 inches wide and 18
inches high; and (3) be similar in design and color
to sign number R -38 on the Caltrans' Uniform Sign
Chart.
The Contractor shall print the hours, day and date of
closure in 2 -inch high letters and numbers. A sample
of the completed sign shall be approved by the
Engineer prior to posting.
6. The traffic requirements specified herein shall apply
to all phases in the construction of this project,
including the placing of temporary resurfacing and
the restoration of permanent resurfacing.
7. All warning signs, lights and devices to be used by
the Contractor shall conform to the standards of the
"Manual of Traffic Controls - Warning Signs, Lights,
and Devices for use in Performance of Work Upon
Highways" issued by the Department of Transportation,
State of California, latest edition, or as otherwise
stated herein.
-2-
Notice to Residences: Between forty -eight (48) and fifty -
five (55) hours before closing a section of street or
restricting vehicular access to and from driveway approaches,
the Contractor shall distribute to each affected residence
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
at the time he distributes the notice. Errors in distri-
bution, false starts, acts of God, strikes or other alter-
ations of the schedule will require renotification by the
Contractor.
Backfilling and Plate Bridging: The Contractor may find it
necessary to either bridge the trench excavation using steel
plates or backfill the trench with suitable material to
support temporary traffic loading, to maintain access
through local street intersections affected by the trenching
operation. The Engineer may provide, free of charge, a
limited quantity of 1" thick, 5' X 10' steel plates for use
on this project. The Contractor may obtain the plates
from and shall return them to the Corporation Yard at 592
Superior Avenue. The Contractor shall verify availability
and request plates from Mr. Gil Gomez, Utilities Superinten-
dent, at (714) 640 -2221.
Fencing Around Excavation: The Contractor shall provide
temporary 6 -foot high chain link fence around all areas of
open trench during off work hours.
Flagmen: If it becomes necessary, the Contractor shall
provide uniformed flagmen to slow down and re -route traffic
through the construction area.
Payment: All costs for providing traffic control and
access, including all requirements as detailed in this
Section and as required for this construction project,
shall be included in the lump sum price bid for "Traffic
Control ".
V. PROTECTION OF UTILITIES
Known utilities are indicated on the Plans. Prior to
performing construction work, the Contractor shall request
each utility company to locate its facilities. Construction
of the storm drain will cause work to be performed over,
under and very near existing sewer, gas, electric, and water
lines. The Contractor shall protect in place and be responsi-
ble for, at no additional cost, any damage to utilities
encountered during construction of the items shown on the
Plans.
-3-
Existing buildings and structures abutting proposed im-
provements are indicated on the Plans. Prior to construc-
tion, the Contractor shall verify the location of existing
buildings and structures and shall protect them in place
and be responsible for, at his own expense, any damage to
them resulting from construction of the improvements.
VI. WATER
The Contractor shall make his own provisions for obtaining
and applying water necessary to perform his work. If the
Contractor desires to use City water free of charge, he
shall make arrangements by contacting Mr. Gil Gomez,
Utilities Superintendent, at (714) 640 -2221.
VII. SURFACE WATER CONTROL
Surface runoff water containing mud, silt, or other
deleterious material from the project shall be treated
by filtration of retention in a settling basin or basins,
sufficient to prevent such waters from directly entering
storm drains or the bay.
Prior to commencing construction, the Contractor shall
submit a plan for implementing siltation control con-
currently to the City and to the California Regional
Water Quality Control Board, Santa Ana Region (6809
Indiana Avenue, Suite 200, Riverside, California 92506,
Telephone: (714) 684 - 9330).
Upon approval of the plan by the City and the Board, the
Contractor shall be responsible for the implementation and
maintenance of the control facilities. The Contractor's
attention is called to Subsection 7 -8.1 of the Standard
Specifications as regards to the project site maintenance.
Contractor shall also provide for drainage at the ends of Pearl
Avenue, Agate Avenue and Garnet Avenue during construction.
All costs for providing surface water control, and for
obtaining permits therefore, and for complying with the
provisions of the permits shall be included in the lump
sum price bid for "Mobilization ".
VIII. CONSTRUCTION DETAIL (Supplemental to the Standard Specifi-
cations for Public Works Construction)
A. GENERAL
The prices bid for each item of work shall include sawcutting
and removal of P.C.C. pavement, curb and sidewalk, removal
of existing drainage valves and the interfering portions
of the existing drainage systems, removal of the remaining
drainage system on the bay side of the bulkhead, plugging
the holes (from the storm drain) in the concrete bulkhead
along South Bay Front, removal of excess pipe excavation
material and other objects necessary for the construction
of the project while protecting all other improvements,
utilities and features and all private property. Relocation
of existing water and gas lines shall be performed by the
City and the Gas Company respectively during construction.
-4-
The Contractor shall be careful while excavating along
South Bay Front to avoid damaging the tie back rods for
the concrete bulkhead. There are also fuel lines and
power lines crossing South Bay Front at the area
indicated on the plans. Use extreme caution in this
area.
B. P.C.C. PAVEMENT
Concrete pavement for repairing Pearl Avenue shall be
Class 520 -A -2500. Concrete for curbs and sidewalk shall
be Class 520 -C -2500. Concrete for pipe bedding shall be
Class 100 -E -100.
C. STORM DRAIN
South Bay Front: In order to avoid conflicts with the
anchor piles for the concrete bulkhead, the final location
of the catch basins at the end of Pearl Avenue and Garnet
Avenue shall be determined by the Contractor during
construction and approved by the Engineer.
The two laterals along South Bay Front shall be constructed
prior to the junction structure since grade adjustments
may require a different floor elevation of the junction
structure.
D. PIPE ALTERNATES (EXCEPT FOR OUTFALL)
The storm drain system shown on the plans was designed
using A.C. pipe. The Contractor, at his option, may use
the following alternates where A.C.P. is specified:
- Perma -Loc series 10 P.V.C. drain pipe as manufactured
by Johns - Manville Company, or approved equal.
- SDR 35 P.V.C. sewer pipe.
- Gravity weight CorBan RPM pipe as manufactured by Armco.
Payment for storm drain pipe shall include pipe, P.C.C.
pavement removal, excavation, bedding and backfill
material and P.C.C. pavement or sidewalk.
E. SLIDE GATE AND AUTOMATIC ACTUATOR
Slide gate shall have a circular flat flanged back mounting
frame which bolts directly to the concrete vault
structure, capable of withstanding 60 foot seating
(front) pressure and 10 foot unseating (back) pressure
and shall have a non - rising stainless steel stem, bronze
seat face and all stainless steel hardware including
anchor bolts.
Slide gate shall be manufactured by:
- Waterman Industries model P -30F; or
- Fresno model W.
Automatic actuator shall be an electrically powered
actuator capable of opening and closing the selected
slide gate. The enclosure for the electric motor and
control box shall be water tight. A remote control
push button station with a lockable cover shall also be
included. The actuator shall include a handwheel for
manual operation.
-5-
0
Power for the actuator will be 120/240 volt single phase
and will come from an existing pole (P.P. #1729532E)
located approximately 20' north of the centerline of
Pearl Avenue in the alley easterly of South Bay Front.
Contractor shall furnish and install a 100 amp electrical
safety socket box per Southern California Edison Company
requirements on this pole. Contractor shall also supply
all necessary labor and materials including cable,
trenching and resurfacing for the installation of the
power cable and provide payment ($22±) to Southern
California Edison for low voltage riser to the socket box.
Automatic acutator shall be manufactured by:
- E.I.M. controls; or
- Limitorque; or
- Rotork;
- or approved equal.
Payment for the slide gate and actuator shall include the
slide gate, actuator, conduit, push button control station,
meter panel, power connection and setting, and testing the
controls for the actuator.
F. CONSTRUCTION SURVEY
Field surveys for control of construction shall be the
responsibility of the Contractor. All such surveys,
including construction staking, shall be under the super-
vision of a California registered civil engineer or
licensed surveyor. Staking shall be performed on all
items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades
involved. Payment for construction survey staking
shall be considered as included in the various items of
work and no additional allowance will be made therefore.
G. TIDAL EFFECTS
Contractor shall schedule work around tidal fluctuations
as necessary. The tide gates are normally closed when the
tide reaches elevation +5.4' MLLW. The Contractor shall
provide drainage at the ends of the street during construction.
J
r1
L
0
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PEARL,:AVENUE STORM DRAIN ('C -2432)
RECOMMENDATION:
December 10, 1984
CITY COUNCIL AGENDA
ITEM N0. F -3(a)
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
DEC 101984
A PPR 14TED
Award Contract No. 2432 to Rising Sun Co. for the total price bid
of $88,683.98, subject to project approval by California. Coastal
Commission, and authorize the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
At 11:00 a.m. on November 14, 1984, the City Clerk opened and read
the following bids for this contract:
Bidder Total Price Bid
Low Rising Sun Co. $ 88,683.98
2 George Dakovich & Son, Inc. 93,960.00
3 John T. Malloy 106,600.00
4 Construction Engineers 101,935.00 *.
5 Gallacher Company, Inc. 143,817.66
6 Thibodo Construction 153,868.00
7 Gillespie Construction, Inc. 158,744.00
8 Clarke Contracting Corporation 175,254.00
*Corrected total price bid is $115,435.
The low bid is 9% above the Engineer's estimate of $81,000.
The low bidder, Rising Sun Co., has not performed previous contract
work for the City; however, a check with their experience referents and the
State Contractors' License Board has indicated that Rising Sun (1) has success-
fully completed similar projects as general contractor for other Southern
California agencies and (2) has no actions pending against their contractor's
license, respectively.
•This contract provides for the construction of a storm drain /tide
gate structure system to serve Garnet, Pearl and Agate Avenues (see attached
sketch).
The storm drains are needed to relieve the flooding that occurs in
the sump area of Park and Pearl Avenues, and to control the street end drainage
at Agate, Pearl, and Garnet Avenues.
r
0
0
• •
December 10, 1984
Subject: Pearl Avenue Storm Drain (C -2432)
Page 2
Funds from the following appropriations are proposed for the award:
Account No. Amount
Pearl Avenue Storm Drain 02- 3497 -303 $84,000.00
Harbor Street End Improvement Program 02- 4183 -052 4,683.98
A budget amendment to transfer $25,000 into the Pearl Avenue Storm
Drain appropriation has been prepared for Council consideration (see attached
Item No. F -13 for detail).
Staff has applied for a Coastal Development Permit, which should be
considered by the Coastal Commission this week. Upon approval, the Contractor
will be notified to proceed with work so that work may be completed before the
Easter Week crunch.
Plans and specifications for the contract were prepared by RMG
Engineering, Inc., formerly known as Hartge Engineering Company.
Benjamin B. Nolan
Public Works Director
LD:jd
Att.
i
•
•
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PEARL AVENUE STORM DRAIN (C -2432)
RECOMMENDATION:
•
November 26, 1984
CITY COUNCIL AGENDA
ITEM NO. F -13
Approve the transfer of funds from Account No. 02- 3497 -306
(Install Storm Drain in Balboa Yacht Basin Marina) to
Account No. 02- 3497 -303 (Pearl Avenue Storm Drain)
DISCUSSION:
On November 14, bids were opened for the construction of storm drains
on Balboa Island, as shown on the attached sketch. The contract will be rec-
ommended for award at the Council meeting of December 10, 1984, the same week
that project approval is expected from the California Coastal Commission.
The award amount will be approximately $89,000, nearly $25,000 more
than the available funding.
To fund the award amount, staff recommends the transfer of the
$25,000 appropriation from Account No. 02- 3497 -306 (Install Storm Drain in
Balboa Yacht Basin Marina) into the Pearl Avenue Storm Drain account. The
$25,000 general fund appropriation is no longer necessary since the Yacht
Basin storm drain construction has been determined to be eligible for loan
funds from the State of California Department of Boating and Waterways.
Benjamin B. Nolan
Public Works Director
LD:jd
9 Att,
APPROVED BY CITY COUNCIL
DATF,
3
•
A
17
PARR ie za �o
e
/s
t6
/3
/t
n
/0
P
7
514
/9 !G
K 2! !f
1S /O
?G 9
PROJECT e
LOCATIONVN
c
I
t5 ?t j
Z¢ 23 Q TS
AIDE.
2/ /d 222
22 /1 td
23 /G a
24 /S ?5
tr
41 2/1
Iz 17
2B /r Q' 2y
7 33
T_
o /
2
3
.a. ¢ S
'j,do,ry
P
zepewT /ON W,4t"
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PEARL AVENUE
STORM DRAIN
DRAWN DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO.
i
..
0
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PEARL AVENUE STORM DRAIN (C -2432)
RECOMMENDATION:
November 26, 1984
CITY COUNCIL AGENDA
ITEM NO. F -13
BY THE CITY CC7NC1,
CITY Of NEWPORT BEACH
NOV 2 G 1981
Approve the transfer of funds from Account No. 02- 3497 -306
(Install Storm Drain in Balboa Yacht Basin Marina) to
Account No. 02- 3497 -303 (Pearl Avenue Storm Drain)
DISCUSSION:
On November 14, bids were opened for the construction of storm drains
on Balboa Island, as shown on the attached sketch. The contract will be rec-
ommended for award at the Council meeting of December 10, 1984, the same week
that project approval is expected from the California Coastal Commission.
The award amount will be approximately $89,000, nearly $25,000 more
than the available funding.
To fund the award amount, staff recommends the transfer of the
$25,000 appropriation from Account No. 02- 3497 -306 (Install Storm Drain in
Balboa Yacht Basin Marina) into the Pearl Avenue Storm Drain account. The
$25,000 general fund appropriation is no longer necessary since the Yacht
Basin storm drain construction has been determined to be eligible for loan
funds from the State of California Department of Boating and Waterways.
t _- ca X4
Benjamin B. Nolan
Public Works Director
LD:jd
Att.
CITY OF
PEARL
STORM
AVENUE
DRAIN
DRAWN MOXX DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. N0.
DRAWING NO.
THE NEW PORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA.
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 above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, 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 entire issue of said newspaper and not in
any supplement thereof on the following dates to wit:
e, �_ (3'�
This space is for the County Clerk's Filing Stamp
A
Proof of Publication of
Paste Clipping of
Sealed bids m
NOTICE INVFPINO BIDS . -.
aq received al the office of the City Clerk,
3300 Newport Boulsv d, P,O. 19os 1768, Newport ]leach, CA
9265&8915 =td 11:00 a.m. on the 14th day of November, 1%4, of
which time wch bide shall be oPeaed and read for
PEARL AVENUE STORM DRAIN
Title of Project-
. 3492
Coatraet No.
E.
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, California, this) (relayof r!
Signature
THE NEWPORT ENSIGN
Prospecdve bidders may o9
oust at the office of the Pubb
Boulevard, P.O Box 1768, b
For further falormayon, cop
at 6444311.
10/24
PROOF OF PUBLICATION
at no
NE.3994
,,
•
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
OCT 2 21984
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PEARL AVENUE STORM DRAIN (C- 2432),$
RECOMMENDATIONS:
Approve the plans and specifications.
*October 22, 1984
CITY COUNCIL AGENDA
ITEM NO. F -17
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 a.m. on November 14, 1984.
DISCUSSION:
This contract provides for the construction of (1) a 21- inch - diameter
storm drain pipe in Pearl Avenue from three new catch basins at Park Avenue
to 40 feet into the South Bay Front beach, (2) a tide gate structure with an
electrically powered gate at the Pearl Avenue street end at South Bay Front,
and (3) 15- inch - diameter storm drain pipes under the South Bay Front sidewalk
from the tide gate structure to catch basins at the Garnet and Agate Avenue
street ends at South Bay Front (see attached sketch).
The storm drains are needed to relieve the flooding that occurs in
the sump area of Park and Pearl Avenues, and to control the street end drain-
age of Agate, Pearl and Garnet Avenues.
The work is to be performed within a 45 -day period before March 15,
1984. During construction, pedestrian traffic along the South Bay Front
sidewalk will be rerouted to the south speedway, and Pearl Avenue will be
closed to vehicles, except during emergencies. Adjacent residents will be
provided with notices in advance of the work so that they can plan alternative
locations for residence access and parking.
A Negative Declaration of Environmental Impact has been prepared,
and was approved by the Environmental Affairs Committee. The Notice of
Determination has been filed wtih the County Clerk and published in the local
newspaper. Staff has applied for a Coastal Development Permit, which must be
obtained prior to award of contract.
• Plans and specifications for the work have been prepared by_RMG.
Engineering, Inc., formerly known as Hartge Engineering Company. Their con-
struction estimate is $81,000. Sufficient funds to award this amount are
available in the following accounts:
Pearl Avenue Storm Drain 02- 3497 -303
Storm Drain Improvement Program 02- 3484 -053
Senj min S. Nolan
Public Works Director
LRD:jd
Att.
(m)
•
•
teA. t5 1t ; tG
/T Q 22 21 Q 13 ` YS
P.[IRK ce.
�i
/s /8 17 2n /7 2/
/¢ /9 /G ,� v /d 22
13 ?O /S 22 17 tj
22 "
2 e // 2` . /j N 17
8 •�` 2S /O 27 /2 Q 28
PROJECT e 2? /o
s ` LOCATION
G
/ 2
3
o 'c'ep�Vr
• I COC,AT /ON �IgAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PEARL AVENUE
STORM DRAIN
APPROVED
C
DATE
a
0
v
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO.