Loading...
HomeMy WebLinkAboutC-2464 - Bayside Drive and Shorecrest Lane Street ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 24, 1985 (714) 644 -3005 FAV Engineering 6531 Starshine Drive Huntington Beach, CA 92647 Subject: Surety: Amwest Surety Insurance Company Bonds No.: 1077402 Contract No.: C -2464 Project: Bayside Drive and Shorecrest Lane Street Improvements The City Council on September 23, 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 October 1, 1985, Reference No. 85- 375161. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, J Irene B41d- Assistant City Clerk IB:pm cc: Public Works 3300 Newport Boulevard, Newport Beach PLEASE RETURN TO: p,e�oang gaugeW g5-- 375161 City Clerk �� �j %�l�te �� "gmClod°°,os City of Newp�g. Beach 'CORDED IN OPPICIAL RECORDS 3300 Newport Blvd. EXEMPT OF ORANGE COUNTY CALIFORNIA Newport Beach, CA 92663 -3884 C2 -122 PM OCT 1'85 NOTICE OF COMPLETION / RECOROYER N6a�S'aaz +ES �IATI N PUBLIC WORKS I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 23, 1985 the Public Works project consisting of Bayside Drive and Shorecrest Lane Street improvements (C -2464) on which FAV Engineering, 6531 Starshine Drive, Huntington Beach, CA was the contractor, and Amwest Surety Insurance Comnanv, 5405 Carden Grove Blvd.. 11250 was the surety, was completed. Westminster, CA 92683 CITY OF NEWPORT BEACH Public Works D or VERIFICATION , LT 0 21 I, the undersigned, say: % REL'EIvfn \ GITY C I am the Public Works Director of the City of Newport Beach;�b fore Notice of Completion is true of my own knowledge. , �'�j rr��� I declare under penalty of perjury that the foregoing is true and correct. Executed on September 26, .1.985 at Newport_ Beach, California. G, � 214,t Public Works Director VERIFICATION OF CITY CLERK I. the undersigned, say: I' am the City Clerk of the City of Newport Beach; the City Council of said City on September 23. 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 September 26, 1985 at Newport Beach, California. City Clerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 27, 1985 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: (714) 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of Bayside Drive and Shorecrest Lane Street Improvements, Contract No. 2464 on which FAV Engineering was the Contractor and Amwest Surety Insurance Company was the Surety. L11eease:.record ,and return ta< us, Sincerely, 44daE. Raggio City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach • TO: CITY COUNCIL FROM: Public Works Department 0September 23, 1985 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM NO. F -12 SEP 23 1 1985 APPROVED SUBJECT: ACCEPTANCE OF BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C -2464) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City. Clerk. ta- release - 4f.ter. io,q J)As ;beep,.f4led. DISCUSSION: The contract for the improvement of Bayside Drive and Shorecrest Lane has been completed to the satisfaction of the Public Works Department. • The bid price was $134,985.00 Amount of unit price items constructed $126,298.48 Amount of change orders 12,330.29 Total Contract Cost $138,628.77 Funds were budgeted in the General Fund (02- 3384 -015); Gas Tax (2106) (18- 3397 -013); Gas Tax (2107) (19- 3397 -013); and Water Fund (50- 9297 -156). After award, an error in the estimated quantities was found. It was also found that, due to the Utilities Department sewer replacement, the entire easterly half of Shorecrest Lane had to be reconstructed. The plans were revised and the limits of work adjusted to reflect the corrected quantities. One Change Order in the amount of $12,330.29 was issued. This provided for reconstruction of a drive approach; pavement removal, disposal and root pruning in Shorecrest Lane; and redesign of the intersections on Bayside Drive at Heliotrope, Iris, and Jasmine Avenues. The contractor is F.A.V. Engineering of Huntington Beach, California. The contract date of completion was May 24, 1985. The contractor was del a ed in starting due to the redesign. The work was completed May 31, 1985. • e - 6�2, P Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK )714) 640 -2251 TO: FINANCE DIRECTOR I Public Works CCR FROM: CITY CLERK DATE: March 19, 1985 SUBJECT: Contract No. C -2464 Description of Contract Bayside Drive and Shorecrest Lane Street Improvements Effective date of Contract March 19, 1985 Authorized by Minute Action, approved on February 25, 1985 Contract with FAV Engineering Address 6531 Starshine Drive Huntington Beach, CA 92647 Amount of Contract $134,985.50 W" c Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO: CITY CLERK FROM: Public Works Department SUBJECT -.:. E DRIVE C -2464 AND SHORECREST LANE STREET IMPROVEMENTS ` C -2464 Attache&gre four,copies Ofejh6 subject contract documents::' Please ha rexecuted •on.,= behalf'o�fhe:City, retain your copy and the insurance certificates, and return the remaining copies to this department r Gilbert Wong Project:,Engineer GW.:.em Att: • . 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 :00a.m. on the 14th day of February , 1985, at which time such bids shaTi- be opened and read for BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS Title of Project 2464 Contract No. $135,000 Engineer's Estimate • •Iq • r& u (1 n Approved by the City Council this 28th day of January , 1985. ,6 landa 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 Gilbert Wong at 644 -3311. Project Manager • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS CONTRACT NO. 2464 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2464 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 200 Reconstruct existing pavement with A.C. Tons @ Thirty -five Dollars and Fifty Cents $ 35.50 $ 7,100.00 Per Ton 2. 2 Reconstruct existing P.C.C. cross gutter Each @ Three Thousand Dollars and No Cents $ 3,000.00 $ 6.000.00 Each 3. 8 Construct P.C.C. curb access ramp Each Six Hundred Fifty Dollars and No Cents $ 650.00 $ 5,200.00 Each 4, 255 Reconstruct existing P.C.C. driveway Square Feet @ Three Dollars and Fifty Cents $ 3.50 $ 892.50 Per Square Foot PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 190 Reconstruct existing P.C.C. curb and Lineal Feet gutter @ Eighteen Dollars and No Cents $ 18.00 $ 3,420.00 Per Lineal Foot 6. 2 Construct P.C.C. cross gutter Each @ Three Thousand Dollars and No Cents $ 3,000.00 $ 6,000.00 Each 7. 62 Reconstruct existing P.C.C. walk Square Feet @ Three Dollars and No Cents $ 3.00 $ 186.00 Per Square Foot B. 1 Abandon existing drop grade inlet Each @ Four Hundred Dollars and No Cents $ 400.00 $ 400.00 Each 9. 1 Construct curb inlet Each @ One Thousand Two Hundred Dollars and No Cents $ 1,200.00 $ 1,200.00 Each 10. 1 Construct connection assembly Each @ Seven Hundred Fifty Dollars and No Cents $ 750.00 $ 750.00 Each • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 22 Construct 18" Diameter storm drain pipe Lineal Feet @ Forty -six Dollars and No Cents $ 46.00 $ 1,012.00 Per Lineal Foot 12. 1 Reconstruct existing P.C.C. alley Each approach @ Two Thousand Nine Hundred Dollars and No Cents $ 2,900.00 $ 2,900.00 Each 13. 8700 Provide and install reinforced pavement Square Yards fabric @ One Dollars and Twenty -five Cents $ 1.25 $ 10,875.00 Per Square Yard 14. 19 Adjust existing water meter boxes to Each finished grade @ Fifty Dollars and No Cents $ 50.00 $ 950.00 Each 15. 18 Adjust existing water valve, sewer Each cleanout, survey monument covers to finished grade @ One Hundred Dollars and No Cents $ 100.00 ' $ 1,800.00 Each 16. 8 Adjust existing manhole covers to Each finished grade @ Four Hundred Dollars and No Cents $ 400.00 $ 3,200.00 Each 0 0 PR 1.4 11[III NO. gUNlV lilt AND UNIT 11[1.1 VCJIRlr 1L V11 UNIT PRICE WRITTEN IN WORDS Q111 PRICE 1v1nL PRICE 17. 900 Construct 1" A.C. overlay Tons @ Thirty -five Dollars and Fifty Cents $ 35.50 $ 31,950.00 Per Ton 18. 1300 Construct variable thickness A.C. Tons base course @ Thirty -five Dollars and Fifty Cents $ 35.50 $ 46,150.00 Per Ton 19. Lump Sum Traffic striping and pavement markings (includes raised pavement markers) @ Five Thousand Dollars and No Cents Per Lump Sum $5,000.00 $ 5,000.00 TOTAL PRICE WRITTEN IN WORDS: One Hundred Thirty -four Thousand Nine Hundred Eighty -five Dollars and Fifty Cents $134,985.50 435696 A F.A.V. ENGINEERING Contractor's Lic. No. and Classification Bidder February 14, 1985 S /Francisco A. Villela, Owner Date Authorized Signature/Title 6531 Starshine Drive Huntington Beach, CA 92647 (714) 892 -0914 Bidder's Address Bidder's Telephone Number • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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. 435696 A FAV ENGINEERING Contr's Lic. No. & Classification Bidder February 14, 1985 S /Francisco A. Villela, Owner Date Authorized Signature /Title • • 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. AC /PCC Removal Replacements Ted Munson 2918 E. Everett, Orange, CA 92667 PA 0 4. 5. 6. 7. 8. 9. 10. 11. 12. FAV ENGINEERING Bidder S /Francisco A. Villela, Owner Authorized Signature/Title . . Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, FAV ENGINEERING , as bidder, and AMWEST SURETY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Thirteen Thousand Five Hundred and No /100 * * * * * * * * * * * * ** Dollars ($13,500.00 * * *), 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 BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS C -2464 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 13th day of February , 1985. (Attach acknowledgement of Attorney -in -Fact) S /Marilyn Kay Carlisle Notary Public S /Francisco A. Villela, Owner Authorized Signature /Title AMWEST SURETY INSURANCE COMPANY 5405 Garden Grove Blvd., #250 Commission expires June 29, 1987 Surety By Marcia D. Smith 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. FAV ENGINEERING S /Francisco A. Villela, Owner Authorized Signature /Title Subscribed and sworn to before me this 14th . day of February , 19 85. My commission expires: November 4, 1985 S /Ce -Ce M. Gallego Notary Public . 0 • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT 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 FAV ENGINEERING Bidder S /Francisco A. Villela, Owner 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. ON RECORD WITH CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. FAV ENGINEERING S /Francisco A. Villela, Owner Authorized Signature /Title NOTICE The following are samples completed and executed by the letter of award from the City Page 8 of contract documents which shall be successful bidder after he receives 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 Ke Ratin Guide: Property - Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with documents shall be absorbed in include those contained in (1) Standard Specifications for Pu tion adopted for use in the Ci supplemented or modified by th e the specifications of these contract the bid. Such specifications shall each contract document and (2) the Pub Works Construction,(latest edi- ty of Newport Beach), except as Special Provisions for this project. • Page 9 Premium: $2,700.00 PAYMENT BOND BOND N0, 1077402 ISSUED IN QUADRUPLICATE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to February 25, 1985 FAV ENGINEERING hereinafter designated as the "Principal ", a contract for, BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C -2464) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We FAV ENGINEERING as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Thirty -Four Thousand Nine Hundred Eighty -Six Dollars ($ 134,966.00 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly 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) • Page 10 BOND #1077402 ISSUED IN QUADRUPLICATE 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 6th day of March 19 85 Ad roved as to form. x y Attorney FAV ENGINEERING (Seal) Name of Contractor Principal / & OW�l� ✓Authorized Signature and Title Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY(Seal Name of Surety 5405 Garden G Blvd., #250 Westminster, ro 92683 Address ofSyoty ure and Title of Authorized Agen t Marcia D. Smith, Attorney in Fact Same as above Address of Agent (714) 891 -4778 Telephone No, of Agent s -n m n Q> 3 paw© 3 1i KY-.n yon Boa _ d n � A 1 o = o � m a o• � n O yma s �a H � C� n A 3 O d to �. C� m O m s N O � m s a� z� C m a . m Q _ f m � m E a s b = 3 � R N , m 3 0 n A 3 � 0 n S m co co O 'n 3 m m z 0 d ro a v n F s a 0 A a rA a m A D H pO Z a A C z 0 O A b 2 O rn 0 Page 11 Premium: Included with FAITHFUL PERFORMANCE BOND BOND NO. 1077402 Payment Bond ISSUED IN QUADRUPLICATE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 25, 1985 has awarded to FAV ENGINEERING hereinafter designated as the "Principal ", a contract for BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENT (C -2464) 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, FAV ENGINEERING as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ne Hundred Thirty -Four Thousand Nine Hundred Eighty -Six Dollars ($ 134,966.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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 i Faithful Performance Bond (Continued) i Page 12 Bond No. 1077402 ISSUED IN QUADRUPLICATE 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 61-h day of March , 19 85 FAV ENGINEERING (Seal) Name of Contractor (Principal) OWA,X e 'Authorized Signature and Title Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY (Seal) Name of Surety 5405 Garden Gr ove Blvd., #250 Westminster, 6 92683 Signature and Title of Authorized Agent, Marcia D. Smith, Attorney in Fact App oved as to f m: Same as above Address of Agent City Att6rney (714) 891 -4778 Telephone No, of Agent I i P~ r s '}1 m n 6a 3 v� 3 gp(1� 9 � G 'vl 30000 ry N » ao `� � 9 d D � � N 5 D n 3 o � � a a• •e o' � N m O H � N � a�QOD a rnm r D N Z N < CA j n � 3 •G o °i C) C1 n _ Lv� z D N M o 3. n A h O n D S N a� z zH tr �t N C6 y Q_ A 7 6 F o E o � s w E � � _ m 2 S � n o � a 3 � N d Q N N �i a m O 'f7 A a r pO Z a A O C z O O D z c� m AI&ST SURETY INSURANCE C* P.O. Box 4500 Woodland Hills, CA 91365 (818) 704 -1111 KNOW ALL MEN BY THESE PRESENTS, That JOSEPH M. PANARISI— KRISTEN QUERY —MN WCROSSON —LEE ANN CROCIFISSO —ALLAN its true and lawful Attorney(s)-in -Fact, and deliver and affix the seal of the co obligations in the nature thereof, as fo CONTRACT, LICENS and to bind AMWEST SURETY I these presents, are hereby ratifie_' ` sions of the By -Laws of the co Article III, Section 7 This Power of Attorrtei' _ —`d. _. nn" --� by the a ted by the board of director _ ,, t F' Sll ANY at a RESOLVEDaitt de ge pre E drkE,onjunctinn with they a �t tart', may appo_i _ j7 f ;�vlth fi defined or limited in appointment UW,, Tor of+tie`` " to execute and deliver pang to bor 4 � gs+F v S. p ob11 atio-Fns of all kin any such afor;' or. and bi ;#ice- president or sect M. execute svvntten `E,1 �gSUq,y AMWEST SURETY INSURANCE COMPANY O� pi Y�UPPOgq�f .02 l O w secretary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this 6th day of June A D., 79 84, personally came before me Richard H. Savage and Catherine Thompson tome known to be the individuals and officers of AMWEST SURETY INSURANCE COM- PANY,CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. OFFICIAL SEAL PAMELA J. SCOTT NOTARY PUBLIC CALIFORRiA (SEAL) PRINCIPAL OFFICE IN LOS ANGELES COUNTY Commission Expires Apr. 28. 1987 STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss CERTIFICATE I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY , a California corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the By -Laws of the company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Signed and sealed at Westminster, CA this 6th day of March 19 85 . S,pE,v IM51(gq�f AW -2 iuPPoq,F \cOa �y�C- I�L-C� 1 secretary �� Y r 1919 •CERTIFICATE OF INSURANCE . Page 13 CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED FAV ENGINEERING Company A „h -� RS ITvSU Letter RAGCL GROUP OF Company B Letter FAIRT,GidT INSURANCE: COD'.PADJY Company C Letter 6531 Starshine Drive Company D Letter Huntington Beach, CA 92647 Company E Letter 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). Policy LIMITS OF LIABILITY IN THOUSANDS COMPANY TYPES OF INSURANCE Policy Exp. !LETTER COVERAGE REQUIRED No. Date JA942RDum Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard 1' -!1 X191 2/8/'80 Bodily Injury Property Damage $ 500,00 $ 500,00 $ $ X00,000 x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance x Broad Form Property Damage Damage Combined $ 500,00 $ 500,000 X Independent Contractors X Personal Injury Marine Personal Injury $ Aviation 500,OOC 500,000 AUTOMOTIVE LIABILITY A Comprehensive Form ❑x Owned 11��4 .76'2, c h� / / Bodily Injury (Each Person) 100, $ 300 Bodily Injury (Each Occurrence ❑x Hired Pro ert Damage ❑x Non -owned Bodily Injury and Property Damage Combined $ 350 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor B and EMPLOYER'S LIABILITY R272U5 11/12/ 250 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,,A9ention: Public Works Department. m ve FARMERS INSURANCE GROUP Or' CO. Agency: 7C?hd TE nTTH ST ,.ti - >rn, a�:.�m ✓rT rem R _ 3/5 to 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: BAYSIDE DRIVE AND SHORECREST LANE NOTICE: This certificate 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. Ell CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 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 by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 100 non each occurrence $ 300,000 each occurrence $ each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: BAYSIDE DRIVE AND ea This endorsement is effective 3/4/6 at 12:01 A.M. and forms a part of Policy No. 11�a4 TC; 2,5 Named Insured FAV nNGINEEJJING Endorsement No. 1 Name of Insurance Company FARY1611S INSURANCE By F .H. i3' U""'!"' U""'!"' Authorzed RepresentAti ve • . Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT 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 (X) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C -2464) (Project Title and Contract No. This endorsement is effective ?/4/,; at 12:01 A.M. and forms a part of Policy No. 14_ ,91 pl al Named Insured FAV ENGTNEERIi\;G Endorsement No. 2 Name of Insurance Company FARMERS INSUhHNCn By r'.H.BRUNNEH {�- Authorized Representative • S Page 16 CONTRACT THIS AGREEMENT, entered into this day of 19 U, by and between the CITY OF NEWPORT BEACH, hereinafter "City, And FAV FNGINFFRING , hereinafter "Contrac or, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS C -2464 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: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS C -2464 Title of Project 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 One Hundred Thirtv -four Thousand Nine Hundred Eighty -five and 50/100 * * * * * ** ($134.985.50 * * *). 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) • • Page 17 (f) Plans and Special Provisions for 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: y/ APPROVED AS TO FORM: City Attorney FAV ENGINEERING Co actor ' el B G✓NEi Y' Its By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS CONTRACT NO. 2464 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION. . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . I IV. WATER . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . . . 2 B. "No Parking, Tow - Away" Signs. . . . . . . . . . . . 2 C. Notification To Residents . . . . . . . . . . . . . 3 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . 3 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 3 A. Asphalt Concrete . . . . . . . . . . . . . . . . . . 3 B. Reinforcing Pavement Fabric . . . . . . . . . . . . 4 C. P.C.C. Improvements . . . . . . . . . . . . . . . . 4 D. Utility Adjustments . . . . . . . . . . . . . . . . 5 E. Traffic Striping and Pavement Marking . . . . . . . 5 • 0 SPIof5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS CONTRACT NO. 2464 I. SCOPE OF WORK The work to be done under this contract consists of (1) reconstructing existing P.C.C. improvements; cross gutter, sidewalk, driveway, alley approach, curb and gutter (2) constructing P.C.C. improvements; cross gutter, curb access ramp, curb inlet, curb and gutter (3) reconstructing existing alley and street pavement (4) constructing asphalt concrete overlay (5) installing reinforced pavement fabric, adjusting existing utility frames and covers (6) performing other incidental items of work as necessary to complete the work in place. All work necessary for the proper completion of the contemplated improve- ments shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5482 -S and T- 5354 -S) , (3) the City's Standard S ec.ial Provisions and Standard Drawin s for Public Works Construction 1982 Edition and 4 the Standar S ecifications for Public Works Construction (1982 Edition), including supplements to date. Copies of the Cis Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). II. TIME OF COMPLETION The Contractor shall complete all work within sixty (60) consecutive calendar days following commencement of the specific work, or by May 24, 1985, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item or work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. . • SP 2 of 5 IV. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use the City's water and meter, it shall be his responsibility to make arrange- ments by contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 644 -3011. V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard S ecifications except as modified herein, and with the stan ar s contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor is advised that Bayside Drive is a major street carrying approximately 6,000 vehicles per day through the project area. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of incon- venience to the motorists. 2. A complete and separate plan for each stage and phase of con- struction proposed by the Contractor showing all items listed under 1. above. 3. Lane closures on Bayside Drive and Shorecrest Lane will be permitted between 7:00 a.m. and 6:00 p.m. unless approved by the Engineer. 4. Reopening of all traffic lanes on Bayside Drive and Shorecrest Lane upon completion of each day's work. B. "No Parking, Tow - Away" Signs Where any restrictiions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforce- ment. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need for enforcement. • SP3of 5 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 of the CalTrans Uniform Sign Chart, or equally approved signs manufactured by "Signal Flash" of Anaheim, (714) 871 -2224. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Notification To Residents Between 48 and 55 hours before closing a section of street or alley or restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approxi- mately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution; false starts, acts of God, strikes or other alterations of the schedule will require Contractor renoti- fication using an explanatory letter furnished by the Engineer. VI. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VII. CONSTRUCTION DETAILS A. Asphalt Concrete The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: The Contractor shall apply tack coat to all A.C. work. 1. Street Reconstruction -- Type III -B2 with 5.4 percent AR 4000 paving asphalt shall be used as base course for pavement reconstruction. A.C. base course shall be flush with existing pavement. The Contractor shall construct A.C. base course 112 inch below edge of gutter and 1 1/2 inches below existing edge of driveway on Shorecrest Lane, as shown on typical sections (R- 5482 -S). Sawcutting, demolition, excavation, subgrade preparation A.C., and tack coat shall be included in the item for "Reconstruct existing pavement. ." The Contractor will not be allowed to reconstruct an area of street pavement greater than can be excavated, subgrade • SP4of 5 compacted, and A.C. base course placed flush with the existing pavement surface within the same working day, unless approved by the Engineer. 2. Asphalt Concrete Overlay -- a) The I" -thick finish course shall be Type III -C3 with 5.8 percent AR 4000 pavement asphalt. The Contractor shall feather a minimum of 5 feet joining existing pavement; b) The variable thickness base course shall be Type III -B2 with 5.4 percent AR 4000 paving asphalt. The surface shall be free of all dirt, debris, water, and vege- tation prior to overlay. B. Reinforcina Pavement Fabric Provide and install reinforcing pavement fabric, "Petromat," or approved equal, as directed by the Engineer and in accordance with current manufacturer's recommendations, except as modified and/ or supplemented below. 1. The recommended temperature of the asphalt concrete overlay shall not exceed 275° F to minimize shrinkage and damage to the fabric. 2. The Contractor will not be allowed to place more reinforced fabric than he can resurface within the same working day. 3. The Contractor shall install reinforced fabric with a minimum 1 -foot overlap-over P.C.C. /A.C. pavement joints. 4. Substitution for asphaltic sealant emulsion such as AR 4000 must be approved by the Engineer. C. P.C.C. Improvements Concrete improvements shall be constructed with Class 560 -C -3250 concrete. Exposed concrete surface shall be conform in grade, dimension, color, and finish to adjoining P.C.C. improvements. All P.C.C. improvements shall be constructed prior to A.C. overlay. All items of work for "Reconstruct P.C.C. Cross Gutter" and "Construct P.C.C. Cross Gutter" shall include construction of curb and gutter transition and curb return. Item of work for "Reconstruct Alley Approach" shall also include curb return. The Contractor is responsible for removal of tree roots which inter- fere with the work. If the Contractor elects to use the City's services for root pruning free of charge, it shall be his responsi- bility to make arrangements by contacting the City's Parks, Beaches and Recreation Superintendent, Mr. Jack Brooks, at (714) 644 -3162. D. Utility Adjustments 0 SP5of5 The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valves, covers, storm drain manholes, monu- ments, and water meter boxes. Utility adjustments shall conform to City of Newport Beach Standard Drawing Nos. STD.- 511 -L, STD. - 166 -L, and STD.- 511 -L. All water valve and water meter boxes damaged or damaged during adjustment operations will be replaced by the Contractor at his expense. E. Traffic Stripino and Pavement Marki This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Markings," of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manufactured by J.E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construc- tion and add the o-TTowing: The Contractor shall establish control points, and perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal /covering of the existing striping and markings. No street shall be without the proper striping over a weekend. Raised pavement markers for location of fire hydrants shall conform to C.N.B. STD - 902 -L. Payment -- All work, materials, labor, etc., relating to traffic stripes,pavement markings, and raised pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. m O 3 C+ Z a n �r z 0 N rn A m n G m z z m m z pi nv n� F O Z a O S .-. 3 0 C+ < n a m S 3 N N O 3 P+ fD .D a N S Z C Z N J. !D m S CD O \\ h CD n -h 0a 3 <<+ mMl vm3' O m 5 rD n < 3 < Jam Z r 3 O M O J- V < 3 3 O 0 ft N 3 O n 0 3 0 0 m 0 cC � 'S Z 3 N c+ =r S S 0 0 0 = 0 m a n c+ C (D v 3 m m!7 n CD m Z O m J• r7 � O m C+ 0 a c O 7r Z 3 a a m m \ 3 3 d W n d N V I m �.t� wo . O a• ° i o J 3 N = S N (+ f'' m c 3 I o z m o�oJ. ar 5 •p_acl Q a O O Z + f 3 c+ f7 ct rr a o >s� n n m n N o c ^s n � S pi BY THE CITY COUNCIL February 25, 1985 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA ITEM NO. F -3(a) T0: CITY COUNCIL FEB 2 5'985 FROM: Public Works Department SUBJECT: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C -2464) RECOMMENDATIONS: Award Contract No. 2464 to F.A.U. Engineering for the total price of $134,985.50, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on February 14, 1985, the City Clerk opened and read the following bids for this project: Bidder Amount Bid Low F.A.V. Engineering $ 134,985.50 • 2. Sully- Miller Contracting Co. 151,610.00 3. Griffith Co. 161,554.89 4. R. J. Noble Co. 175,031.00 The low bid approximately equals the Engineer's estimate of $135,000. Sufficient funds to award this amount are available in the following accounts: Description Account No. Amount Raise Valve Cover to Grade 50- 9297 -156 $ 16,337.31 Bayside Drive Street and Drainage 19- 3397 -013 82,000.00 Improvements Between Fernleaf Avenue and Marguerite Avenue Resurface Bayside Drive Between 18- 3397 -013 18,307.10 Fernleaf Avenue and Marguerite Avenue Street and Alley Resurfacing 02- 3384 -015 18,341.09 Program The low bidder, F.A.V. Engineering,is a well - qualified general con- tractor who has satisfactorily performed other work for the City. This project provides for pavement resurfacing and reconstruction and drainage improvements on (1) Shorecrest Lane and (2g the concrete portion of Bayside Drive and adjacent streets between Fernleaf and Marguerite Avenues (see attached exhibit). The improvements on Shorecrest Lane will rectify tree i I February 25, 1985 SUBJECT: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C -2464) Page 2 root uplift of pavement, ponding in carports and pavement settlements due to utility trench settlement. The improvements along Bayisde Drive will (1) cause a much greater percentage of heavy rain runoff to enter the existing storm drain system rather than surface flowing to Carnation Cove and (2) create a smooth- riding surface over the highly- fractured concrete roadbed. The contract date of completion is May 24, 1985. The plans and specifications were prepared by the Public Works Department. Benjamin B. Nolan Public Works Department GW:jw . Att. 0 Y "T M CITY a ry O F r , ,y s� NEWPORT " f• ;\ i ��y ��'� �? o I BEACH OA 1 26 AV or _ p A \ i H RRaJECT LOCATION I� VICINITY MAP ' L 3'�L GL� �y�m,P OvE CDo�aC� W Wo� a ,n � � �� DD lUJ n Q �L � gC ,5 4 _ J - ;1 v UDa k L v A �- A. C. D VERL A Y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE& SNORECRE.ST TR` . 'P S i a 0 y[M S i n f !Y D --� r6a p v p�40 TER, v cg z V SE ' rs MOQNr�:sn�� EAW.lQ R iR R� Lu L I V OF C I �41ctif` DRAWN 6.W, DATE APPROVED������ L N. PUBLIC WORKS ISTREET IMPROVEMENTS C -246 DRAWING NO. EXHIBIT �, Oanuary 28, 1985 0k) CITY COUNCIL AGENDA ITEM NO. F -12 TO: CITY COUNCIL FROM: Public Works Department UY THF: CITY COUNCIL SUBJECT: BAYSIDE DRIVE AND SHORECREST LANE STREET IMPROVEMENTS (C'(900 NEWPORT BEACH RECOMMENDATIONS: JAN 2 8 1985 1. Approve the plans and special provisions. APP;<O*,,,�j) 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on February 14, 1985. DISCUSSION: This project provides for pavement resurfacing and reconstruction and drainage improvements on (1) Shorecrest Lane and (2) the concrete portion of Bayside Drive and adjacent streets between Fernleaf and Marguerite Avenues (see attached exhibit). The improvements on Shorecrest Lane will rectify tree root uplift of pavement, ponding in carports and pavement settlements due to utility trench settlement. The improvements along Bayside Drive will (1) cause a much greater percentage of heavy rain runoff to enter the exist- in g storm drain system rather than surface.flowing to Carnation Cove and (2) create a smooth- riding surface over the highly- fractured concrete roadbed. The estimated cost of the work is $135,000. Sufficient funds to award this amount are available in the following accounts: Description Account No. Amount Raise Valve Covers to Grade 50- 9297 -156 $ 16,000 Bayside Drive Street and Drainage 19- 3397 -013 82,000 Improvements Between Fernleaf Avenue and Marguerite Avenue Resurface Bayside Drive Between 18- 3397 -013 37,000 Fernleaf Avenue and Marguerite Avenue The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 24, 1985. 8enjaminlan Public Works Director GW:jw Att. I .I � f i 1 "f- c • 1 Ic C lw • � CITY Of NEWPORT BEACH I h( 4 A v O C E 4 IV PROJECT i iowlON �f V��IJ J JAI _j � a V OIE, o vQ � i �C�EaC1CJ� �C�CIC7f7f��� r r�r'I L � �i��L N- A.C. OVERLAY CITY OF NEWPORT. BEACH BAYS/DE DRIVE& SMORECAfJT LM. STREET IMPROVEMENTS C -2464 0 IAC111 D M!W ►� ° °gat �� �o DATE APPROVED PUBLIC WORKS DRAWING NO. OXH/B /T ria. oo' C r. I o IN C C� THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, s. 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 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: �- ................ I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this JAd @yp1 98119 I 40 This space is for the County Clerk's Filing Stamp A Proof of Publication of THE NEWPORT ENSIGN 1609 BABCOCK AVENUE NEWPORT BEACH, CALIFORNIA 92663 PROOF OF PUBLICATION fill