Loading...
HomeMy WebLinkAboutC-2555 - Sidewalk, Curb & Road Pavement Replacement on Balboa Island79 40 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -9915 July 18, 1986 (714) 644 -3005 FAV Engineering 17610 Beach Blvd., Suite 32B Huntington Beach, CA 92647 Subject: Surety: Amwest Surety Insurance Company Bonds No.: 1087026 Contract No.: C -2555 Project: Sidewalk, Curb and Roadway Pavement Replacement on Balboa Peninsula The City Council on June 23, 1986 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 July 2, 1986, Reference No. 86- 284.185. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, - Wanda City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach -tETU N TO: ierk l l >tt : J Jf Newport Beach Newport Blvd. port Beach, CA 92663 -3884 NO CONSIDERAPON 86- 284135 EXEMPT EXEMPT RECORDING BEQUEST PER 12 GOVERNMENT CODE 6103 NO,rICF. OF COMPLETION PlTBLIC WORKS HECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA .21s PM JUL 2'86 COUNTY RECORDER 1 o All Laborers and Material Men and to Every Other Person Intere YOIT WILL PLEASE TAKE NOTICE that on June 23, 1986 the Public Works project consisting of Sidewalk, Curb and Roadway Pavement teplacement on Balboa Peninsula (C -2555) on which FAV Eng was the contractor was the surety, 1 om 1eiea.; 11 ;YY.; vv 1050 I, the undersigned, say: Insurance VERIFICATION #250, Westminster, CA 92683 CITY OF NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 27, 1986 at Newport Beach, California. 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 June 23, 1986 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 June 21, 1986 at Newport Beach, California. /A1 r l� City Clerk CITY OF NEWPORT B BEACH June 27, 1986 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 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 Sidewalk, Curb and Roadway Pavement Replacement on Balboa Peninsula, Contract No. 2555 on which FAV Engineering was the Contractor and Amwest Surety Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works Department 3300 Newport Boulevard, Newport Beach • L TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF SIDEWALK, CURB AND PAVEMENT REPLACEMENT ON BALBOA PENINSULA (C -2555) RECOMMENDATIONS: 46 June 23, 1986 CITY COUNCIL AGENDA ITEM NO. F -13 V THE CITY COUNCIL CITY OF NEWPORT BEACH JUN 23 1,986 APPROVED 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 subject project has been completed to the satisfaction of the Public Works Department. The bid price was $36,405.00 Amount of unit price items constructed 44,410.00 Amount of change orders None Total contract cost $44,410.00 Funds were budgeted in the General Fund, Account No. 02- 8097 -369. During construction it was found that the limits of replacement should be extended to provide a completed project. This resulted in the increase in the amount of unit price items constructed. The contractor is FAV Engineering of Huntington Beach, California. The contract date of completion was June 15, 1986. The work was completed on June 4, 1986. 0kAd �e Benjamin B. Nolan Public Works Director BBN:jw 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CM CLERK (714) 640 -2251 C. TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: DATE: May 13, 1986 SUBJECT: Contract No. C -2555 Description of Contract Sidewalk, Curb and Roadway Pavement Replacement on Balboa Peninsula Effective date of Contract Authorized by Minute Action, approved on April 28, 1986 Contract with Address 17610 Beach Boulevard, Suite 32B Huntineton Beach. CA 92647 Amount of Contract $36.405.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 V, • CITY CLERK i 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 16th day of April , 1986, at which time such bids sham be opened and read for S CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA Title of Project 2555 Contract No. $31,200 Engineer's Estimate \�� Fo Approved by the City Council this 24th day of March , 1986. 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 Stephen Luy at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2555 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2555 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3,470 Replace sidewalk Square Feet @ Three Dollars and No Cents $ 3.00 $ 10,410.00 Per Square Foot 2. 1,080 Remove existing parkway concrete Square Feet @ One Dollars and Fifty Cents $ 1.50 $ 1,620.00 Per Square Foot a. 750 Replace Type "B" curb Linear Feet @ Seventeen Dollars and No Cents $ 17.00 $ 12,750.00 Per —Linear Foot 4. 1 Install curb access ramp Each @ Seven Hundred Dollars and No Cents $ 700.00 $ 700.00 Each r I U L � O N N Ql U _0 U== O ro Y Y U N C•4- L •r •r p O r > d •r N r Y ro c E o L 7 a) av o 0 0)r- O i0 (U � U N a) ro ro C L Y E O 7 ro L r N Y a O Y C a) 0 S- - U •r a) O Q U a) N Q! G d d 7 Y 0 ro v 00 O .0 L Y Y Y Y N C L L W a O a O O C r > r 00 C N U r r O C r- > 41 O a) E Y O E •r E L a ro N E d N •r O > C > U (V CL d L S- L aJ Y > > E d L 4- L) aj w Ow ca/ L - Y Q! •r N ea 7 L L N = 3Z a! a) 0 Y•r O Y E� 3 v•� i ro U U > Y r L C O C t O m L O _ ;w -O au 4 Q Y ro C Q1 c7 Z rr W W Z LD z W Q W L N N i U • • , ITEM QUANTITY ITEM DESCRIPTION UNIT TO AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 410 Sawcut concrete Linear Feet @ Two Dollars and Fifty Cents Per Linear Foot 6. 2,220 Replace 8" roadway pavement @ Four Dollars and Fifty Cents Per quare Foot TOTAL PRICE WRITTEN IN WORDS $ 2.50 $ 1,025.00 $ 4.50 $ 9,900.00 Thirty -six Thousand Four Hundred Five Dollars and No Cents $ 36,405.00 April 15, 1986 FAV ENGINEERING Date Bidder�2�� ^����,� (714) 847 -2522 Bidder's Telephone Number 435696 A Contractor's License No. & Classification S /Frank A. Villela, Owner Authorized Signature Title 17610 Beach Boulevard, Suite 32B Huntington Beach, CA 92647 Bidder's A ress • • 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 and omissionsin 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 1777.5 of the California Labor Code for all apprenticeable occupations. 435696 A Contr's Lic. No. & Classification April 15, 1986 FAV ENGINEERING Bidder / S /Frank A. Villela, Owner Authorized Signature /Title 0 • 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. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. FAV ENGINEERING 'der S /Frank A. Villela, Owner Authorized Signature /Title BOND #1078099 -5 0 ORIGINAL SEE CITY CLERK'S FI*OPY BID DATE April 16, 1986 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, FAV ENGINEERING Page 4 as bidder, and AMWEST SURETY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of THREE THOUSAND SIX HUNDRED FIFTY DOLLARS AND NO /100 - - -- Dollars ($3,650.00-- - - - -), 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 SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA 2555 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 to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 15th day of April , 1986 . (Attach acknowledgement of Attorney -in -Fact) S /P. Eikmeier Notary Public Commission Expires: April 25, 1986 FAV ENGINEERING Bidder S /Frank A. Villela, Owner Authorized Signature /Title AMWEST SURETY INSURANCE COMPANY Surety By S/Marilyn K. Carlisle 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 Bidder S /Frank A. Villela, Owner Authorized Signature /Title Subscribed and sworn to before me this 16th day of April , 1986. My commission expires: April 25, 1986 S /P. Eikmeier Notary Public • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1983 -84 -85 Approximately $300,000 Concrete work for City of Newport Beach and other cities in California FAV ENGINEERING Bidd_ S /Frank A. Villela, Owner Authorized Signature /Title i • Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided 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 edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • i Page 8 ISSUED IN QUADRUPLICATE PAYMENT BOND BOND NO. 1087026 Premium: Included with KNOW ALL MEN BY THESE PRESENTS, That Performance Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 28, 1986 has awarded to FAV ENGINEERING hereinafter designated as the "Principal ", a contract for CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We 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 Thirty -Six Thousand Four Hundred Five and No /lOO --- - - - - -- Dollars ($ 36,405.00 - - -- ) 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, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment 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. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon +1 • Payment Bond (Continued) 0 Page 9 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 7th day of May , 19 86 FAV ENGINEERING (Seal) Name of Contractor Principal Authorized Signature and Title Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY - (Seal) Name of Surety 5405 Garden Grove Blvd., #250 - Westminster, CA 92683 Address of Surety Signature cVd Title of Authorized Agent Marilyn K. Carlisle, Attorney in Fact Address of gent (7141 891 -4778 Telephone No. of Agent La L6 k § � k j 0 } _ ± [ _ \ 2 Z: §0 } \ }\ \ } )// . a j ; \\� 0 \ \)\ � =k�0 /$§ § }�§ ![� l.�LA 9\S! - 2S :» co �0k /2' {'9 ;22% . / 1 0 3§ rA v 0< is 3 §2/ 62a ;■i 60N ,�p,L G ISSUED IN QUADRUPLICATE FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 BOND NO. 1087026 Premium: $978.00 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to April 28, 1986 FAV ENGINEERING hereinafter designated as the "Principal ", a contract for SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 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 Thirty -Six Thousand Four Hundred Five and No /100 --- - - - - -- Dollars ($36,405.00 - - - - - - ) , 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 1 • 0 Page 11 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 duly executed by the Principal and Surety above named, on the 7th day of May , 19 86 FAV ENGINEERING (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY. (Seal'} Name of Surety 5405 Garden Grove Blvd., #250 Westminster, CA 92683 Address of Surety Signature an Title of Authorized Agent Marilyn K. Carlisle, Attorney in Fact Same as above Address of Agent (714) 891 -4778 Telephone No. of Agent § z \ } § j § k !0 j \)a/ . ;£j } �\ \ k u 6 � i t0 \ $ � §) � \§ \2 & §b !! ) 2. a@»1 ! } \ § §�& � }f�< G � \ \k; 3 ■5)� 0u 0402 AMWEST SURETY INSURANCE COMPANY _ WOODLAND HILLS, CALIFORNIA RIDER ISSUED IN QUADRUPLICATE To be attached to and form a part of Contract Bond numbered 1087026 and dated the 7th day of May 19 86 issued by AMWEST SURETY INSURANCE COMPANY, as Surety, on behalf of FAV ENGINEERING as Principal, in the penal sum of Thirty -Six Thousand Four Hundred Five and No /100 ----- - - - --- ($ 36,405.00), and in favor of City of Newport Beach as Obligee. In consideration of the agreed premium charged for this bond, it is understood and agreed that effective from the 7th day of May 1986 , said bond shall be revised to read as follows: The Surety is obligated only as follows: If any additions or alterations of the original contract, upon which this bond was issued, occur, increasing or altering the contract price, the Surety is obligated only to the proportional amont that the original contract price bears to the altered contract price, and in no event to more than the dollar amount shown on the face of the above mentioned bond, unless written consent otherwise is issued by the Surety. Provided, however that the attached bond shall be subject to all its agreements, limitations, and conditions except herein expressly modified, and further that the liablility to the Surety under the attached bond and the bond amended by this Rider shall not be cumulative. SIGNED, SEALED AND DATED THIS 7th day of May 19 86 City of Newport Beach "y: OBLIGEE �/ FAV Engineering IC ! Y � C/ � M/ �i PRINCIPAL AMWEST SURETY INSURANCE COMPANY 5405 Garden Grove Blvd., #250 We ,,t ter C� 268/n3__ By. -; l L?� � Attorney in Fact Marilyn K. Carlisle SWEST SURETY INSU _ I'•U* Box 4500 NCE A Woodland Hills, CA 91365 (818) 704 -1111 KNOW ALL MEN BY T POWER Qi` �FtORNy does herehy make, constitute as RESENTS, ' ' "K That AMWEST SURE7y.}NSURAIV appoint its true and Lawful Attor Mall = CE C PANY A�CALIFCRNIA deliver ah;d if ^ey {s) in F Yn K. GBTiisiB : - CORPORATION I(Ons in x the seal Of the act with' full poWerand 11 the nature thereof. as company lherata if a'seat t authority -for and an behalf " follows srequtred, bonds, undertakings f the cornPanY as Buret - 11 and ro AND ALL CONTRACT, LZC$NSIS .recognizances or of Y to e�E, utc .,r,f presents, AMWEST SURETY INS NCE k PERpti COU - her wrilt. n are h y ratified URA T RT & laws of the c° and confirmed. �nCOMPAPIY'there4Y, and MjSC$ g mpany, wh,cb aPpointm alt of the act ANDS IIP Article 111, ara:now')n futi'foroe and ent is made a of said gttorn TO $�400pp00 Op Section 7 of} :effect and authorit eYS "P a This Pow e $Y Laws of URA . , Y of the fatlowtn9 Arov+stohn- t© , Bse the board of direc ors otf.gMyy AMWEST SURETY INS s.of i r ttgnea and sealed by facsimile fJCE COMPANY _ may appomOL'rO that i esSdan INSURANCE COMPANY at and by In a meet n9 duty haldf the following. resotGtwns - -' ment in e t P!ttaYs'm'fact or a any vtce- president, ino6n on t °er^�r.y`u, Y975_ a Pied by IS With aulhpirity-as achcaSe,f@rokeanaftdau6 hhiomP Fang eutenantldelliveranF'theinhtrum or andensis� �s$cretary ad undertaking's It Tan ,bahaif- in"fact forages} and rev suretyship obl ' ant - Y Power all kinds; evidencing co said Officers b+mting U L t CO, TwERfitaL any.bbnttortteY Prev(OUStY granted to uch Person. myaramove any sucfi attorney. Pi 7tPany d u idertaking, reCOgnlianc 11 erlten si . . r @tart'. gaststa 's t ofasidenfoc any vice - President ,a, or suretyshlP obligati shall 4 " ?' when - and attest - s . .. valid and _ and s1 w ( 6e Sreque� bye du r any vice - president or secreted and seated (If a seal be required) by any sec:. eVt '- @mute ' at�,h a seal be required) by In fact ar agen }soy }ant secretary, and re or 'WR1un th d anctse - ... `f?+lauthdq gnatl. RE947LVE(j FUR tdenced by the Power of attorney issued ba #orneys in -fact ohagants uentfo by tt!! a to .,oV sin e of atherethorized officer and fhte Seal amean to parsons Pets and .._ y any signature Y suoh gnlzan Yorcertt /ication or arts the �,.r m iTNE e force adet e}(ec{' Suretyship as though bmlianually aff,xe company; ands such xecull0r) and Signature a dltvery ofa Yborid� under, WF7EREIif, AMWEST 8eal when s ficer, and its c SURETY INSURANCE . so used shall orPOrate seal to be hereunto affixed this RANCE COMpANy ryas caused these presents to ""—� day of be Signed by its proper at- April AMwE suR 79 85 oRi ST ETY INSURANCE COMPANY r, )q 11�-� pI04NIR p � �V Gan, R. Peterson, President STATE OF CALIFORNIA, COUNTY On this Ist NTY OF LOS ANGELES _ 55 Karen G. Cohen, day of Secretary and Karen April G. Cohen -� A D., ty 85 PANY, CALIFORNIA • Personally came before me Gary duly sworn. IA who executed the to e nst awn to be the i als an ry R. p did severally de abov ndividu eterson above Instrument he Seal se and say; that they are and they each acknowledged the of AMWEST SURETY INSURANz -- entis and subscribed to the cor ore Officers of the a execution said instrument by t�On, and that said cor corporation of the same CE COMB Y the authority P °rate seal an aforesaid, and that the 'and being by me Y of the board Of d their signatures as seal affixed the It1nn r CRa"^`�+.r... directors of said corporationuch officers were duly affixed roe trorAtn /GRUC. ` son /Re1C/►AL OfnC[rp� ($EAL) NY SA. LES COUtVTY " R fxnires fat p, Igo / Notary Public OF CALIFORNIA, CO UNTY OF LOS ANGELES — ss I. he undersigned, CERTIFICATE HEREBY CERTIF -_ se E M that the Y that the foregoing and attache Of the AMWEST SURETY Attorney, are n provisions of the 9y.Laws attached Power of Ailorne m INSURANCE COMPANY now in force, of the y and the Resolutions m full force and a C a cor compan solutions oft has not been revoked poration, DO Signed and sealed at VestreinSter, CA board h in , he of directors set forth � and further this 7th in the Power Of aay of Ma p�tv ln5bq� �F Ig 86 +r.// Karen G. Cohyq Secr ( ORNtr ry 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). • CERTIFICATE OF INSURANCE a 'Page 12 CERTIFICATE HOLDER IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. INSURANCE COMPANIES AFFORDING COVERAGES City Newport Beach Newport 3300 Ne wport Boulevard - COVERAGE REQUIRED Company A TAUCK INSURANCE EXCHANGE Newport Beach, CA 92663 Completed j Letter FARMERS INSURANCE GROUP OF COMPANIES Company B FARMERS INSURANCE EXCHANGE Operations NAME AND ADDRESS OF INSURED GENERAL LIABILITY x Comprehensive Form Letter 91 FARMERS INSURANCE GROUP OF C MAANIE Company C TRUCK INSURANCE EXCHANGE x Premises - Operations FAV ENGINEERING 2 -6 -87 Letter $ 1,000,00 FARMERS INSURANCE GROUP OF COMPANIES A x Explosion & Collapse Hazard Company D 17610 Beach Blvd., Suite 326 Letter A x Underground Hazard Company E A Huntington Beach, CA 92647 Letter Bodily Injury 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, at�#qion: Public Works Department. 7��� EE BRUNNER AGENCY By: BREDERICK H. BRUNNER ,� 1���- Agency: TFNTH S AGE T. S -220 WFSTMTNSTFR cn Authorized Represent tive Date: 5/6/86 Telephone: 714 750 0990 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: SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 Project Title and Contract Number This certificate or verification of insurance is not an insurance policy ano noes nor 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. Al Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. Ag.vroducq, LETTER - COVERAGE REQUIRED No. Date Each Completed j Occurrence Operations A GENERAL LIABILITY x Comprehensive Form 1481 21 91 Bodily Injury $ 1.000,00C $1,000,000 A x Premises - Operations 2 -6 -87 Property Damage $ 1,000,00 $1,000,000 . A x Explosion & Collapse Hazard A x Underground Hazard A x Products /Completed Operations Bodily Injury Hazard and Property A x Contractual Insurance Damage Combined $1,000,000 $ 1.000,000, A x Broad Form Property Damage A x Independent Contractors A x Personal Injury Marine Personal Injury $ Aviation It AUTOMOTIVE LIABILITY B ❑x Comprehensive Form WOW EXXXXXX Bodily Injury $ B (Each Person ❑x Owned 11429 57 15 $ Bodily Injury Each Occurrence B ❑x Hired 6/29/86 ProQerty Damage Bodily Injury and B Non -owned Property Damage Combined $ 1,000,00 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor C and EMPLOYER'S LIABILITY N0107431 ac Accident) 10 21 8 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, at�#qion: Public Works Department. 7��� EE BRUNNER AGENCY By: BREDERICK H. BRUNNER ,� 1���- Agency: TFNTH S AGE T. S -220 WFSTMTNSTFR cn Authorized Represent tive Date: 5/6/86 Telephone: 714 750 0990 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: SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 Project Title and Contract Number This certificate or verification of insurance is not an insurance policy ano noes nor 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. Al . • Page 13 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 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 each occurrence each occurrence $ 1,000,000 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. C -2555 5. Designated Contract: SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA Project Title and Contract No.). This endorsement is effective 5/6/86 at 12:01 A.M. and forms a part of Policy No. 11429 57 15 Named Insured FRANK VILLELA Endors No. 1 Name of Insurance Company FARMERS INSURANCE GROUP OF By f � CX ra- COMPANIE Auorized Representative • • Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 ( ) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 1,000,000 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 C2555 7. Designated Contract: SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA Project Title and Contract No. This endorsement is effective 5/6/86 at 12:01 A.M. and forms a part of Policy No. 1481 57 15 Named Insured FRANK VILLELA Ejndor ent No. 1 Name of Insurance Company FARMERS INSURANCE GROUP By B.Hn. RUN ER OF COMPANIES Authorized Representative • * Page 15 CONTRACT THIS AGREEMENT, entered into this Lay of 19> by and between the CITY OF NEWPORT BEACH, hereinafter "City, an FAV ENGINEERING hereinafter "Contrac or' is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 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: SIDEWALK CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 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 Thirty -six Thousand Four Hundred Five Dollars and 00 /100----------------- - -($i5 405 00 - - -_). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or 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) (f) Plans and Special Provisions for SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON e of Project (g) This Contract. Contract No. Page 16 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 APPROVED AS TO FORM: OWA akk- City Attorney FAV ENGINEERING Name of CC 4r. t(Principal) Glc�i✓EG Authorized Signature and Title Authorized Signature and Title 141EI CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2555 I. SCOPE OF WORK The work to be done under this contract includes (1) the removal of sections of sidewalk, curb and roadway pavement which have been uplifted by street tree roots, (2) the removal of interfering tree roots which have been un- covered by sidewalk, curb and roadway pavement removals, and (3) the recon- struction of sidewalk, curb and roadway pavement to conform with the elevations of existing improvements. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 Edition), and (3) the Standard Specifications for Public Works Construction (1985 Edition, including 1986 supplement). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. I1. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. III. TIME OF COMPLETION The Contractor shall complete all field work on this contract within thirty - four (34) consecutive calendar days, but no later than June 15, 1986. No work shall begin until a schedule of work has been approved by the Engineer. IV. PAYMENT The unit price bid for each item of work shown on the proposal shall be con- sidered 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 all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. 0 0 V. TRA FIC CONTROL AND ACCESS A. Traffic Control The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posed "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 dimen- sions 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 "NO PARKING" in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. B. Access Vehicular and pedestrian access shall be maintained at all times to resi- dences adjacent to the project area; however, where conditions preclude such access for reasonable period of time (as determined by the Engineer), access shall be restored as discussed in Section VI. D. VI. CONSTRUCTION DETAILS A. Sidewalk and Curb Replacement Sidewalk and curb to be replaced are indicated on the Replacement Schedule and may be field - identified by red paint marks. The contractor shall remove and dispose of all AC patches adjoining those sidewalk panels to be replaced. B. Sawcutting Concrete The approximate linear footage of concrete sawing is shown on the Replacement Schedule. Should damage occur to the sawcut edge during or after removal, the damaged edge shall be removed by additional Sawcutting and replaced at no additional cost to the City. C. Root Removal After sidewalk, curb, parkway removed in accordance with the shall be removed to a depth of Root removals shall not damage which are not to be replaced. shall be removed by additional cost to the City. a :oncrete and roadway pavement have been Replacement Schedule, exposed tree roots 6 inches below the adjacent improvements or increase damage to any improvements Any such damage or increase of damage Sawcutting and replaced at no additional 0 0 D. Limitations of Construction Sidewalk shall be reopened to pedestrians on the day following concrete placement. Pavements subject to vehicle loads shall be barricaded during cure and not reopened to vehicles for at least five days following placement. E. Miscellaneous Construction The Contractor shall remove and reinstall street lighting pull boxes and water valve covers to grade at their original locations. The Contractor shall also remove and reinstall City signs at their original locations. The cost of removing, reinstalling and adjusting the above shall be included in the cost to replace sidewalk. F. Parkway Improvements The Contractor shall salvage any brick and flagstone in the parkway, in conflict with the work, and stack it neatly on the property adjacent to the parkway. The Contractor is not required to replace or adjust any improvements within the parkway except those previously mentioned under Section VI. E. After installing curb and sidewalk, the Contractor shall grade and fill, when necessary, with topsoil approved by the Engineer, the unimproved areas of the parkway to a level 2 inches below the adjacent sidewalk and curb. G. Curb Access Ramp The Contractor shall construct the curb access ramp per City of Newport Beach Standard Drawing 181 -L, Case E. H. Parkway Tree Replacement Parkway tree replacement will be conducted by City forces prior to or during the term of this contract. VII. WATER If the Contractor desires to use City water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. 3 >z Q W CD o w Q> = d � Z 3 LL Q 1-- :/f F- J U w c] U � J V CL W O � Z W e0 F- w Ln E Q Z ■, O O W O O O Y F J o 0 Q W Q 0 0 0 3 > LL N Y U O Oh zzf v w a ix J V Cl) M M W = Y L() N J W O ~ W J LL CIJ N w O W V U W N K O U V O Q J d N W J n O cx J W O O O Q Un = O O O to O O V) N QQ Q Z C! W r o] U w c] U � J V CL W O � Z W e0 F- w Ln E Q Z ■, O O Lt'f O O O O o 0 0 0 0 0 0 0 N N Oh M O V Cl) M M 'r Cl) O M O O O V O O O O O O O O O O O to O O cT O O O O O O O O Ln to O O O O 00 O LO -zt W to a n N W to Lo N + N M N O O O O O O O O O O O O O O O O m 4"i O O O T O O m W N M CO l0 O i0 ti L ro v E > c > V v O o] LO LO O Ol Ln N M LO O ti l.C') Ol l0 O M N O O ti N N N m O O O O N to 1� O O O O O O O O LP LP Ln Ln Ln --� •-+ N N N N N N N V ct Q W W 4 � N O Q ad C5 �z Q /- N 1- U W co U [Y Q 4 � J U d W O F- Z W N � Q Z S O O W O O O O . O W 4 O O O Y U O O Y Z E V OU W d J ZD w W 2 X + U N J 4i N Q U N 3Q LL Ln W J VN W d V � N LLJ N W U Q J O_ N W J to Q U O O o F U O N Q Q 4 O O Z M W O O o O U W co U [Y Q 4 � J U d W O F- Z W N � Q Z S O O O O O O O . O O O O O O O M O Ln LO t0 O O to N M N O O o � O o O O o O O o O m co ti ti C) O O O O O o O O O O O O to O -Zt O W CO KO N W 'd' N O i N r O O O o O O O o O O O O O O O tO O O M o LO O co l0 .-+ LO M --1 I t0 l0 C V O ti O N d' Lf) r, O Lf4 W Q1 N LO N M Cl) l0 W M �r O N N M O O N N N N N N N W m v � Q LL J U d W O w N V) W Q Z I >Z w 0 Q ? N O Q C' d O Z 0 w Q 1- N 1- U W O > H J O O CC O O .O LL O Y U O O zzf v w CLo�w J O w .� = Y O U H J W Ln O Q U 3 Q LL Z W J W O� W V i W N K U Q J d n W J In Q U d S V O n Q Q Q O Z 1' tr LL O m O O U W m v � Q LL J U d W O w N V) W Q Z I 0 0 N O O O O O O .O O O O O N .� ko t0 O r+ 0 Ln O O O O V O co m O O O O O O O O O Cl) N p .-a O 00 LO O O O O O O t M .�i i M O O O O O O O O O O O O �--i 1l, 0 M O Lf) O O 0 O Ol t0 O O N 1 � _ N N v N o N C C S- O 10 C 1] 1 y N = = rtl = _ - V) N = = N tJ t ay O U m M: J J N O �o Ol OD O Q LO t0 t0 O m M CO 00 CO 01 C) O CD O O N F- N N N N V O O N O C- N N N N N N N V N N (- j N M f-- Ll i May 12, 1986 TO: CITY CLERK FROM: Public Works Department f SUBJECT: SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA, C -2555 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. Steve Luy v Project Engineer SJL:em Att: . �i 1 28, 1986 (3f) CITY COUNCIL AGENDA ITEM NO. F-3(a) TO: CITY COUNCIL •FROM: Public Works Department SUBJECT: SIDEWALK, CURB, AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA (C -2555) RECOMMENDATION: Award Contract No. 2555 to FAV Engineering for the total price bid of $36,405, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on April 16, 1986, the City Clerk opened and read the following bids for this project: BY THE CITY GOIlNL'iL Bidder Total Price Bid CITY Or NEWPORT BEACH Low FAV Engineering $36,405.00 APR 2 i 1986 2 Jerry Cross Paving Co., Inc. 38,325.00 3 Stevens & Stevens 38,446.00 APPROVED • 4 Arm & Hammer Concrete Removal 43,807.80 The low bid is 17% above the Engineer's estimate of $31,200. Adequate funds are available in the current appropriation for Street Tree Replacement Program Account No. 02- 8097 -369. This contract provides for the removal approximately 3,500 square feet of sidewalk, 750 square feet of roadway. The locations are shown "Exhibit A ". An additional 1,100 square feet of removed, and salvageable material will be placed property. and replacement or repair of linear feet of curb and 2,200 on the attached drawing, parkway concrete will also be on the adjacent private The work is necessary due to (1) the relatively high exposure to per- sonal injury caused by parkway tree roots uplifting and displacing public im- provements; and (2) many public complaints of nuisance water ponding in the street as the result of root uplift. The Parks, Beaches and Recreation Department has commenced the re- placement of the disruptive parkway trees, with the consent of the adjacent • property owners. The low bidder, FAV Engineering, is a well - qualified general contrac- tor who has successfully completed similar contracts for the City. The plans and specifications were prepared by the Public Works D artmenti The e t�ed date of completion is June 15, 1986. Benjamin B. Nolan Public Works Director SJL:jd Att. � 41 ~\ / -� ��• •� N __ '�..� ' �. 11 r f �f 11 ` /\� � \ `�•:��i k. _ .vewaavr �I ` s�.n�' o \ 1•' ^I�la 1���.. �"- \•'/ :.'�,CIX /NT4✓ ICC�OUB x'11 .A J J it r����./,lq, Rai • r. .„ a n �I. e Y' y. '.i: _ ��� •'tea � �fi��y�ea VJ �/.`_' -'o, iiI - ... -__ - ✓; ,`1 fr..li= 1�" q a� \\�\\ �` °",�� d Li It s pill, It✓ C ^i�C�`1 \��0� \°^,.�\_���D��'v'LI Z7N°�! � W' 11� InIC� Way ��IJ �J (u A; L�/„✓ '\C��1 ..: a i 5 0� '"lam: -a - - _. - _ NANNL i,,- 3 Z� -P lit a 1 0 PROJECT • _ U LOCAT ION L CITY OF NEWPORT BEACH C- 2555 CITY OF NEWPORT BEACH DRAWN �t� R _ DATE PUBLIC WORKS DEPARTMENT APPROVED y, 1 SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA DRAWING NO. "FYWRIT - G" 1 a Authoruad to Publish Adverbsaments of all kintnctudt pubko notices by Decree of the Superior Court of Orange County. California. Number A -6211, dated 29 September, 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange p tM MtlIM y w n ] aeln AIM to Dsl cOI,IM ateat I am a Citizen of the United States and a resident of the County aforesaid; 1 am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange. State of California, and that a Notice of of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for ONE TIME consecutive weeks to wit the issue(s) of e -rct, ".7 .198 ° 198_ 198_ 198_ 198 - iS I declare, under penalty of perjury, that the foregoing is true and correct. Executed on March. 31 198 6 at Costa Mesa, California. Signature 0 1100 Mae Illy d at the ottics cork, 3300 IN for. Approved by the Clty Coundl this 24th day of March, 1686. c w.ds a ftg^ City obtProspective et bidders domay 1 BY THE CITY COUNCIL CITY OF MMPORT R=:aNI TO: CITY COUNCIL MAR 24 1985 os-) March 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -15 FROM: Public Works Department APPROVED SUBJECT: SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT-ON BALBOA PENINSULA (C -2555) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11 :00 a.m. on April 16, 1986. DISCUSSION: This contract provides for the removal mately 3,470 square feet of sidewalk, 720 linear feet of roadway. The location of work is shown "Exhibit A ". An additional 1,080 square feet of removed, and salvageable material will be placed erty. and replacement of approxi- feet of curb and 2,200 square )n the attached drawing, parkway concrete will also be on the adjacent private prop- The work is necessary due to (1) the relatively high exposure to per- sonal injury caused by parkway tree roots uplifting and displacing public im- provementsand (2) many public complaints of nuisance water ponding in the street as the result of root uplift. The destructive roots are usually from mature Ficus Nitidas street trees. Seventy -seven of these trees will be removed from the parkway by the Parks, Beaches and Recreation Department. They will be replaced by fifty -five twenty- four - inch -box Magnolia Grandiflora, Cupania, or Metrusideros Tomentosa street trees installed within PVC root barrier boxes. The Balboa Peninsula Point Association and the individual property owners fully support the project. The Engineer's estimate is $31,200. Adequate funds are available in the current appropriation for Street Tree Replacement Program. Bid documents have been work should be completed prior to Benjamin B. Nolan Public Works Director SJL:jd Att. prepared by the Public Works Department. All June 15, 1986. r� .l Of/NES ,,,rya NEW~r TOWN cFNTER *Y N.l. d:L.i _, °E czwsr q tXU,rvrov ccue .lI e - € :_.� �� _c��1�1���, \`� ��,��� spa �• �c - -- — ••Aq� B Sp ,A e li J 0� �¢ec� "rH L� L �DCaca�aa�l n DU� 7 •. p E o • y PUBLIC =� =:� •� 4� �� 7 9 GNU PROJECT LOCAT ION CITY OF NEWPORT BEACH CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALK, CURB AND ROADWAY PAVEMENT REPLACEMENT ON BALBOA PENINSULA C -2555 DRAWN N APPROVED DATE " J L .ter DRAWING NO. "EXHIBIT - A ".1