HomeMy WebLinkAboutC-2567 - Harbor Street End Improvements, Fernando Street & Alvarado Place.* 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
April 22, 1987
FAV Engineering
17610 Beach Blvd., suite 32B
Huntington Beach, CA 92647
Subject: Surety: Xrwest Surety insurance Company
Bonds No. 1106835
Contract No.: C -2567
Project: Harbor Street End improvement Program,
Fernando Street. and Alvarado Place
The City Council of Newport Beach on March 23, 1987 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 in accordance with applicable sections of
the Civil Code.
The Notice was recorded by the Orange County Recorder on March 27,
1987, Reference No. 87- 167236.
Sincerely, ,c
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
L RETURN TO- 87--,167236
Clerk g �w1 7A a EXI]YIPT RECORDING REQUEST
1 of Nea('rt each WONMENT CODE 6103 RECORDED IN OFALRECd
J 0 Newport Blvd. OF pR0,4t3E COUtay CAUFfH
ewport Beach, CA 92663 -3884 -s�$ ?M 0 27'87
NOTICE OF COMPLETION
NO CONSIDERATION a �-
PUBLIC WORKS
10 All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 23, 1987 _
the Public Works project consisting of Harbor Street End Improvement Program, _
Fernando Street and Alvarado Place (C- 2567).
on which FAV Engineering, 17610 Beach Blvd., Suite 32B, Huntington Beach, CA 92647
was the contractor, and Amwest Surety Insurance Company, 5405 Garden Grove Blvd., #250,
was the surety, was completed, Westminster, CA 92683
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
-
Publif 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 March 25, 1987 at Newport Beach, California.
Pu is W rks 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 March 23, 1987 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 March 25, 1987
20 19a�
G, APRrti i1IED. 11
Tae \
at Newport Beach, California.
City Clerk ✓ U
1Z3t;� "a" ijEit�i3�J93A T'Q13Xi
OV 3CM T931iirwm
CITPOF NEWPORT MEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
March 26, 1987
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following docinrent for recordation and return
to the above -named office:
Harbor Street End Improvement Program, Fernando Street and
Alvarado Place (C- 2567).
Sincerely,
Wanda E. Raggio
City Clerk
3300 Newport Boulevard, Newport Beach
ov
BY THE MY CGUNCIL March 23, 1987
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
SAAR 23 11987 ITEM NO. F -14
• TO: CITY COUNCIL
APPROVED
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF HARBOR STREET END IMPROVEMENT PROGRAM, FERNANDO STREET
AND ALVARADO PLACE (C -2567)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after Notice
of Completion has been recorded in accordance with applicable
section of the Civil Code.
DISCUSSION:
The contract for the construction of storm drain outlets, tide gates,
and gravity walls at the bayward ends of Alvarado Place and Fernando Street has
• been completed to the satisfaction of the Public Works Department.
Bid price $35,535.00
Amount of unit price items constructed $35,232.00
Amount of change orders $ 1,150.00
TOTAL CONTRACT COST $36,382.00
Funds were budgeted in the General Fund, Account No. 02- 4186 -052.
A change order in the amount of $1,150.00 was issued to provide for
removal of an abandoned seawall buried from 3 to 5 feet below the surface and
the installation of an additional concrete pipe anchor.
The contractor is FAV Engineering of Huntington Beach, California
The contract date of completion was December 8, 1986.
The work was substantially completed by that date with final cleanup
completed on March 3, 1987.
0 ae, J, &
Benjamin B. Nolan
Public Works Director
GPD /bjm
_ ✓
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO:
FINANCE DIRECTOR
Public Works Department
FROM:
CITY CLERK
DATE:
October 1, 1986
SURJECT:
Contract No. C -2567
jc -1- S'Z
Description of Contract Harbor Street End Improvement Program
Fernando Street and Alvarado Place
Effective date of Contract September 30, 1986
Authorized by Minute Action, approved on September 8, 1986
Contract with FAV Engineering
Address 17610 Beach Blvd., Suite 32B
Huntington Beach, CA 92647
Amount of Contract $35,555.00
"Wea (f ,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
t CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.M. on the 28th day of August , 1986,
at whit tai iime such bids sha1T be opened and read for
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
Title of Project
2567
Contract No.
$30,000
Engineer's Estimate
•
F&
�c
U
B�
Cq � �P
\4, 1:0 RN/
Approved by the City Council
this 11th day of August , 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
vanvncni
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
1986 -87
CONTRACT NO. 2567
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 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 proposes to
furnish all materials and do all the work required to complete this Contract No. 2567 in accor-
dance 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:
1. Lump Sum
Mobilization
Four Thousand
Dollars
and
No
Cents
$ 4,000.00
Per Lump Sum
2. 2
Construct curb inlet per CNB
Std. -305 -L
Each
Three Thousand One Hundred
Dollars
and
No
Cents
$ 3.100.00 $ 6.20D.00
Per Each
,3.
125
Install 12" storm drain pipe
Lineal Feet
Fifty
Dollars
and
Nn
Cents
$ 5n_nn $ F- ?sn_no
Per Lineal Foot
4. 105 Construct gravity retaining wall
Lineal Feet
@ Sixty Dollars
and
No Cents $ 60.00 $fig_
Per Lineal Foot
v x
�n
sos m
n°
3
nNi
n m
m
rl� -m-I
O
Ili m
z
O
H
3
v
Q
m
3
m
Z
—1
�v
CW
nv a -nt
o i a o s
000 'I J,
i 4.m 6 ?3
J.
�+3,rma a
N SN j.�
M S (�D O
O ro Oro
r�-0la m s
n 71G ro
3 N a W
3 0
f3D J• � p
J.
7 O O ro O
to ••� Z 'S N
M t+ e+ t*
m n e
�+ c or
v 0 ro
m tl M
'S O ro n
O ro 1+ ry
a c o
A d N D v
CD r mto0
O ••� d
=
io
N + C*
ro n i �ro
J.
o a r
�v n o•su
J
C+ t+ d O
?ten r°D
N N O
C •S
n 1
S
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TO AL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 2 Install 12" cast iron sluice gate
Each
@ Nine Hundred Dollars
and
No Cents $ 900.00 $ 1.800.00
Per Each
6. 125 Construct Type "A" P.C.C. curb and
Lineal Feet gutter per CNB Std -182 -L
@ Twenty -five Dollars
and
No Cents $ 25.00 $ 3,125.00
Per Lineal Foot
7. 960 Construct P.C.C. sidewalk per CNB
Square Feet Std -180 -L
@ Three Dollars
and
Nn Cents $ 3_nn $ 2_RRn_nn
Per Square Foot
8. 1,000 Construct 6" -thick P.C.C. roadway
Square Feet
@ Five Dollars
and
No Cents $ 5.00 $ 5.000.00 _
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
Thirty -five Thousand Five Hundred Fifty -five Dollars
and
No Cents $ 35,555.00
M8/86
O
Bi714) 847 -2522
Bi der's Telephone Number
S /Frank A. Villela. Owner
Authorized Signature /Titre
435696 A 17610 Beach Blvd., Suite 32B, Huntington Beach, CA
Contractor's License No. & Classification Bidder's Address 92647
wurK Lo oe pertormea thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
r
INSTRUCTIONS TO BIDDERS
0
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
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE
10% of total bid price)
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.
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
discrepancy between wording and figures, bid wording shall prevail over bid
figures. In the event of error in the multiplication of estimated quantity by
unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held respon-
sible for bidder errors and 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 a
corporate officer or an individual authorized by the corporation. For part-
nerships, the signatures shall be
signature shall be of the owner. of a general partner. For sole ownership, the
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
435696
ontr's Lic. No. & Classification
Date 8/28/86
FAV ENGINEER
Bidder
S /FrankiF. tTi T e a
Authorized Signature /Title
Page 2
DESIGNATION OF SUBCONTRACTORS)
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.
11.
12.
FAV ENGINEERING
der
/Frank A. Villela
AT
orize Signature /Title
Page 3
F#b ORIGINAL SEE CITY CLERK'S FIL *Py
Bond #1078099 -7
Bid Date August 28, 1986
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
BIDDER'S
as bidder,
a
and firmly bound unto the City of Newport Beach, Calfornia, i'ntheusumyOfare held
THREE THOUSAND SIX HIINnRFn nni ...- —
lawful money of the United States f
100 ------- Dollars ($3 600.00
or 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
HARBOR STREET ANn TMDDn11r1.,.,- -___
lcie of Project - ^ "" nwHKHUO PLACE 2567
in the City of Newport Beach, is accepted by the City Council of said Contract No. 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 27th day
of August
(Attach acknowledgement of
Attorney -in -Fact)
S /Marilyn Kay Carlisle
Notary Public
Commission Expires: June 29 1987
FAV ENGINEERING
Bidder
S /Frank A. Villela Owner
Authorized Signature /Title
Su ety T SURETY INSURANCE COMPANY
BY S /Marcia D Smith
Title . Attorney -in -Fact
Page 4
0 •
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives
present
Of filing this bid, being duly sworn on their oaths, say that neitherttheyi 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 p
CITY OF NEWPORT BEACH whereby such affiant or affiantsuor�eithercof them,
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
from submitting bids to a bidder who doesnot use thecfacilitiiesoof or accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
19 his 27t h _ day of August
My commission expires:
629/87
FAV ENGINEERING
Bidder
S /Frank A. Villela, Owner
Authorized Signature /Title
S /Marilyn Kay Carlisle
Notary Public
Page 5
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
leted For Whom Performed (De tai
t
0 Page 7
NOTICE
and executedlby�theasuccessfultbiddere after hhehreceiveseac letter eof
award from the City of Newport Beach:
PAYMENT BOND (pages 8 6 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 S ecifications 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.
ISSUED IN QUADRUPLICATE • •
PAYMENT BOND
-- ---- -_ BOND N0. 1106835
KNOW ALL MEN BY THESE PRESENTS, That
.,.Y
Premium: Included with
Performance Bond
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Sentamhcr o ,nor
has awarded to
hereinafter designated as the "Principal ", a contract fnr
HARBO STREET
IMPROVEMENT PROGRAM FERNANDO STREET AND ALVARADO PLACE, C -2567
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 pny kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We FAV ENGINEERING
as Principal, and
as Surety, are held firmly bound
* **
unto the City of Newport Beach, in the sum of
-Five Thousand Five Hundred
-Five & No /100 *Dollars (P 35,555,00*** �
said sum being equal to 100% of the estimated amount payble Beach under the terms of the contract; for which paymentawell by well to be Newport
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
i
Payment Bond (Continued)
u
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 18th day of September
19 86
FAV ENGINEERING
Name of Contractor Principal (Seal)
Authorized Signature and Title
Authorized Slunature and Title
AMWEST SURETY INSURANCE COMPANY
Name of Surety
5405 Garden Grove Blvd., #250 /—
Westminster, CA 92683 '
Address of S rety ,
-
ignature d Title of Authorized gent
Marilyn K. Carlisle, Attorney in Fact
Same as above
dress of Agent
(714) 891 -4778
Telephone M. of Agent
3
K
o vof]
x 0
v an�m
a Zyv�
m -
m OO-
p Crn;A
-Zim�O
m Z�y
a
A O T
R �
2 "00
bn 0
C
7'
„ n n R I
o �
oK 0
» n ^ S
R
� e T
a. R 7•
S
a
O `^
n o.
Op rt F
c o
o 0 a
b
0
F
O
^
0
D•
^
Er
^
a
K
w
O
&I
Q
�i
N
m
r
m
n y
° s
� h
.Y R
°
°
w
A O
A yj
ti
wp
z°
O
m
m
o r
co
c
a
wR'
O
n ^
7 -3
w ^
� O
w
0.
^
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
ISSUED IN QUADRUPLICATE .
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
BOND NO. 1106835
Premium: $961.00
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 8, 1986,
has awarded to FAV ENGINEERING
hereinafter designated as the "Principal ", a contract for
HARBOR STREET END IMPROVEMENT PROGRAM FERNANDO STREET AND ALVARADO PLACE, C -2567
in the City of Newport Beach, in strict conformity with-the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, FAV ENGINEERING
as Principal, and ANWEST SURETY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
** Thirty -Five Thousand Five Hundred Fifty Five k No /100 * *Dollars ($ **
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
11
Faithful Performance Bond (Continued)
9 Page 11
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 18th day of September , 19 86
FAV ENGINEERING (Seal)
Name of Contra g rincipal)
VAuthorized Signature and Title
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY y (Seal)
Name of Surety
5405 Garden Grove Blvd., #250
Westminster, CA 92683
Address off Surety n a
Signature
Ad Title of Authorized Agent
Marilyn K. Carlisle, Attorney in Fact
Same as above
Address of Agent
(714) 891 -4778
Telephone No. of Agent
? k
) «
% k
\ %
f
\ Am \} k
En
. %
-f § % \
�D 2
« re \ ƒ \
\
c $
%
9219\ & A
to � �4
�^ ƒ
kM
%20 I
% \%\
\ }\ n
��
\`!
_ ; ».
*WEST SURETY INSURANCE
P.O. Box 4500
Woodland Hills, CA 91365
(818) 704 -1111
KNOW ALL MEN BY THESE PRESENTS,
does hereby make, constitute and appoint .
its true and lawful Attorney(s)-in-Fact,
deliver and affix the seal of the compE
lions in the nature thereof, as follows,
ANY & ALL CONTRACT, LI
and to bind AMWEST SURETY I
presents, are hereby ratified an
Laws of the company, which
Article III, Section 7o
This Power of Attor .
the board of directors o
may ap
ment in
in -fact
the
)unction with the
ed or limited in the i
to and deliver and affix t
all kinds; and said officers
1.
A AS
CORPORATION
ite and
obiiga
ficer, and its corporate seal to be hereunto affixed this 1 St day of April 79 85
AMWEST SURETY INSURANCE COMPANY
Pttr ,n5°" "M1CF
CO
'�OPPOP�,F a
0
"r 1 r "' ,// ��(/ / Gary Peterson. President
/�•yX )
Karen G. Cohen, Secretary
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
On this 1st day of April A.D., 19__85 personally came before me Gary R. Peterson
and Karen G. Cohen to me 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.
O"IC1AL HAL
Geo�Inn MCCIOSlOn (SEAL)
►RNICV,Q ONICI 124 Notary Public
#@�LOA ANGELES COUNTY
ewo Ecpirat Fab 24,1988
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
CERTIFICATE
1, 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 further
more, 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 18th (daffy of �September
` 19 86
� � ,N `IIM " "CF (�� ^IWV(/YV ✓ �C • VI'" � WHO
�CO
Karen G. Cohen, Secretary
1
r "OiOPMP
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
FAV ENGINEERING
17610 Beach Bl�
CERTIFICATE OF INSURANCE i
Page 12
INSURANCE COMPANIES AFFORDING COVERAGES
Company TRUCK INSURANCE EXCHANGE
Letter A FARMERS INSURANCE GROUP OF COMPANIES
(company B FARMERS INSURANCE EXCHANGE
ny CTRUCK INSUANCE EXCHANGE
17
L,Umpany E
Huntinqton Beach. CA 92647 1 1attar
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the-Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: F.H.BRUN Agency: FRED BRUNNER AGFN Y 746? TENTH ST WEU=STER
AuthorizeNER d Representative CA? 92683
Date: 91244R6 Telephone: 714 750 0490
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:
STREET AND
t
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.
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
COMPANY
TYPES OF INSURANCE
Policy
Exp,
Ag.ProdUCtS,
LETTER
COVERAGE REQUIRED
No.
Date
Each Completed
Occurrence Operations
GENERAL LIABILITY
x Comprehensive Form
Bodily Injury
$ 500
$ 500
A
x Premises - Operations
1481
2191
2/8/87
Property Damage
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500
$ 500
x Broad Form Property Damage
x Independent Contractors
X Personal Injury
Marine
Personal Injury
$ 500
Aviation
AUTOMOTIVE LIABILITY
B
❑x Comprehensive Form
11294
Bodily Injury
$
x Owned
7626
8/8/87
(Each Person)
500
o i injury
y
Each Occurrence
$ 500 -
Hired
Pro ert Dama e
[x� Non -owned
o t y Injury and
Property Damage
500
Combined
$
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
Q Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutor
C
and
N0107
ac
EMPLOYER'S LIABILITY
431OWC
1/12/87
2,000,000
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the-Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: F.H.BRUN Agency: FRED BRUNNER AGFN Y 746? TENTH ST WEU=STER
AuthorizeNER d Representative CA? 92683
Date: 91244R6 Telephone: 714 750 0490
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:
STREET AND
t
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.
. ` 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 $ each occurrence
Property Damage Liability $_ each occurrence
( ) Single Limit
Bodily Injury Liability $ 500 each occurrence
and
Property Damage Liability
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
HARBOR STREET END IMPROVEMENT PROGRAM
5. Designated Contract: FERNANDO STREET AND ALVARADO PLACE C -2567
Pro.iect Title and Contract No.).
This endorsement is effective 9124186 at 12:01 A.M. and forms a part of
Policy No. 11294 76 26
Named Insured FAV FNCTNFFRTNr, Endorsement No.
Name of Insurance CompanyFARMERS INSURANCE GROUP OF By F u aontiai
Authorize Represent tive
• • 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 nold 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 $ 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
HARBOR STREET END IMPROVEMENT PROGRAM
7. Designated Contract: FERNANDO STREET AND ALVARADO PLACE C -2567
Project Title and Contract No.
This endorsement is effectivg724 /86 at 12:01 A.M. and forms a part of
Policy No. 1481 21 91
Named Insured FAV ENGINEERING Endorsement No. 1
Name of Insurance Company FARMERS INSURANCE GROUP By F.H.BRUNNER Opett--
Authorized Representative
• . Page 15
CONTRACT
THIS AGREEMENT, entered into this �ay of , 19 Ao,
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
FAV mIVFaINC► , hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE 2567
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:
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE 2567
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
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 16
(f) Plans and Special Provisions for HARBOR STREET END IMPROVE-
e of Project
(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.
CIT
0
ATTEST:
�G/y/ �/� /, /aa
APPROVED AS TO FORM:
PuA,
City Attorney
Name of (Principal)
Authorized Signature and Title
Authorized Signature and Title
XIQ
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
0 SP 1 of 2
HARBOR STREET END IMPROVEMENT PROGRAM:
FERNANDO STREET AND ALVARADO PLACE
CONTRACT NO. 2567
I. SCOPE OF WORK
The work to be done under this contract consists of construction of sidewalk,
roadway, gravity retaining wall, curb and gutter, storm drains, and curb
inlets. All work necessary for the proper completion of the contemplated
improvements shall be done in accordance with (1) these Special Provisions,
(2) the Plans (Drawing No. D- 5175 -S), (3) the City's Standard Special
Provisions and Standard Drawin s for Public Works Construction 985
Edition), and the Standar Speci ications for Pub is Works Construction
(1985 Edition), including 1986 supplements. 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.
II. TIME OF COMPLETION
The Contractor shall complete all work within sixty (60) consecutive calen-
dar days, but no later than December 1, 1986. The Contractor shall complete
all work at a street end within 30 consecutive calendar days following com-
mencement of the specified work at that street end.
No work shall begin until a schedule of work has been approved by the Engineer.
I11. PAYMENT
The unit or lump sum price of 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 price bid for related items of work.
Partial payments for mobilization shall be made in accordance with
Section 10264 of the California Public Contract Code.
IV. "NO PARKING TOW- AWAY" SIGNS
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 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.
� SP2of2
The signs shall i) be made of white card stock; 2) have minimum dimensions
of 12 inches wide and 18 inches high; and (3) be similar in design and color
to sign number R -38 on the CalTrans Uniform Sign Chart.
The Contractor shall print the hours,
letters and numbers. A sample of the
the Engineer prior to posting.
V. CONSTRUCTION SURVEY STAKING
day and date of clousre in 2- inch -high
completed sign shall be approved by
Field surveys for control of construction shall be provided by City.
VI. 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.
VII. SURFACE AND GROUNDWATER CONTROL
Groundwater may be encountered in the project area. The Contractor will be
responsible for providing, installing, maintaining and operating a dewa-
tering system in the project area. Groundwater or surface runoff water con-
taining mud, silt or other deleterious material due to the construction of
this project shall be treated by filtration or retention in settling
basin(s) sufficient to prevent such material from migrating into the bay.
VIII. STORM DRAIN
The Contractor shall use Reinforced Plastic Mortar Pipe (RPMP) for the storm
drain. The pipe shall be manufactured by CorBan /Armco or approved equal.
In addition, the RPMP shall conform to the applicable portion of ANSI /ASTM D
3262 -80 and ASTM D 3840 -79. The RPMP shall not deflect greater than 3% of
pipe diameter.
RPMP laying shall be performed in accordance with the recommendations of the
manufacturer and applicable portion of D 3839 -79.
Curb inlet connections shall be watertight. The RPM shall be cement grouted
to the curb inlet.
IX. UTILITIES
City forces will remove and replace existing street lights and install
new conduit and wiring where necessary. The Contractor shall adjust street
light boxes to grade prior to the placement of sidewalk. The Contractor
shall be responsible for any damages to existing utilities resulting from
his operations.
X. SLUICE GATE
The cast iron sluice gate shall be a Waterman P -30f or Fresno Type W with
non - rising stem, bronze seat and stem.
Installation of the sluice gates shall be in strict conformance with the
manufacturer's printed installation instructions. The Contractor shall make
all necessary adjustments after installation to insure proper seating of the
gate. The Contractor shall not construct any portion of the curb inlet in
such a manner as to limit the removal of the entire sluice gate assembly by
City forces.
September 30, 1986
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
CONTRACT NO. 2567
Attached are four copies of the subject contract documents, including
Insurance Certificates. Please have executed on behalf of the City,
retain your copy and the insurance certificates, and return remaining
copies to our Department.
rr ,
Steven Luy
Assistant Civil Engineer
SL /bjm
Attachments
0
• TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: HARBOR STREET END IMPROVEMENT PROGRAM,
FERNANDO STREET AND ALVARADO PLACE (C -2567)
RECOMMENDATION:
• September 8, 1986
CITY COUNCIL AGENDA
ITEM NO. F-3(a)
54 ThE l E! f CDUNC)L
CITY OF HIMORT BEACH
SEP 8 0 6
APP -- _ RO-�D_
Award Contract No. 2567 to FAV Engineering for the total price bid of
$35,555 and authorize the Mayor and the City Clerk to execute the
contract.
DISCUSSION:
At 11:00 a.m. on August 28, 1986, the City Clerk opened and read the
following bids for this project:
• Low FAV Engineering
2 General Procurement Inc.
3 Gillespie Construction
4 Nobest Inc.
5 George Dakovich & Son Inc.
6 Markel Cement Contracting
7 Savala Equipment Co.
Total Price Bid
$35,555.00
39,970.00
49,490.00
5Z, 582.00
53,680.00
60,485.00
65,070.00
The low bid is 19% higher than the Engineer's estimate of $30,000.00.
Adequate funds are available in the current appropriation for Harbor
Street End Improvement Program Account No. 02- 4186 -052.
The contract provides for the construction of a gravity retaining
wall, curb inlet, sidewalk, roadway, and storm drains at two locations shown on
the attached drawing "Exhibit A ".
The work will reduce flooding of these street ends due to high tides,
and faciliate drainage of the street ends during storms. The low bidder, FAV
Engineering, is a well - qualified general contractor who has satisfactorily per-
formed previous contracts for the City.
The plans and specifications were prepared by the Public Works
Department. All work should be completed by December 8, 1986.
J, )�✓'C/�nti ho
Benjamin B. Nolan
Public Works Director
SL:kf
Att.
(0)
-.
•
•
4
Nz
� J,
A�
Ig
II L6�
I /Z I 1 r � �✓/
��
r 61
. R
t
IN
11`
kk
LIDO ISLE
a k
[
t
IN
11`
kk
LIDO ISLE
15L40 \
��111
\ 1
x 3 Awi�R 431
@ 4 e
h x ". i. _.. _
__.__ _ -- - 1 +? CHANNEL
e. A ... C N
�-
� Vic_ �r�c�c>,r_��,.7 C. -y �,7C � .� `r���c��•c��'r�OTtre7�.�
i° vvBLIL BEAON 4 E �• c
� ^ PUBLIC
:. az 7
PROJECT LOCATION
^,CALL 1" -1600'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
C -2567
DRAWN _JW! DATE
APPROVED
EXHIBITCCA
DRAWING NO.
[
� I
�
tl
a i
°
OOONJgV C 04ST
/ i.
yl� ^tti- �_ cc ua
!II
s
�
15L40 \
��111
\ 1
x 3 Awi�R 431
@ 4 e
h x ". i. _.. _
__.__ _ -- - 1 +? CHANNEL
e. A ... C N
�-
� Vic_ �r�c�c>,r_��,.7 C. -y �,7C � .� `r���c��•c��'r�OTtre7�.�
i° vvBLIL BEAON 4 E �• c
� ^ PUBLIC
:. az 7
PROJECT LOCATION
^,CALL 1" -1600'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
C -2567
DRAWN _JW! DATE
APPROVED
EXHIBITCCA
DRAWING NO.
OQlcs Address:
B83 Production Place
Newport Beach, CA 92663
{7141631 -8120
STATE OF CALIFORNIA
le Ne «port Ensign
years, and not a party to or inter-
ss.
It
County
of Orange,
ter of the Newport Ensign newspaper
PROOF OF PUBLICATION
of general circulation, printed and
It
published weekly in the city of New-
(2015.5 C.C.P.)
-- - - --- --- -- --- --- ----- ---
port Beach, County of Orange, and
which newspaper has been adjudged a
II- - --
11---------------- ---- - - - - --
newspaper of general circulation by
II
the Superior Court of the County of
11
I am a
citizen of the
United States
and a
resident of the
County afore-
It
said;
I am over the age of eighteen
pareil) has been published in each
years, and not a party to or inter-
ested in the above - entitled matter.
It
I am the principal clerk of the prin-
it
ter of the Newport Ensign newspaper
I�
of general circulation, printed and
It
published weekly in the city of New-
port Beach, County of Orange, and
which newspaper has been adjudged a
newspaper of general circulation by
II
the Superior Court of the County of
Orange, State of California, under
11
the date of May 14, 1951, CASE NUM-
BER A -20178 that the notice, of
If
which the annexed is a printed copy
ii
(set in type not smaller than non-
fI
pareil) has been published in each
regular and entire issue of said
newspaper and not in any supplement
II
thereof on the following dates to-
wit:
I I
II
II
11
11
11
I certify (or declare) under penalty 11
cf perjury that the foregoing is true
and correct. Dated in Newport Beach, it
California
SIGNATURE If
I
I
I
BEC Y L. BOLTON II
11
LEGAL ADVERTISING DIRECTOR if
11
II
A Division of Baker Communications 1
NOTICE INVITING BIDS
Sealed bids may be
- received at the office of the
City Clerk, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 926%
8915 until 11:00 A.M. on
-the -28th day of August,
1986, at which time such
bids shall be opened and
Approved by the City
Councl"Is 11th day
of August, 1986
Wands E. Reggio
City Clark
Prospective bidders may
obtain one set of bid doc-
umerris at no cost at the
office of the Public waft
Departmard: 3300 Newport
Boulevard, PO. Box 1768.
Newport Beech, CA 92656-
8915.
For rattler mlonnstion,
call 80201140 Luy. Project
ManaW at 644-3311.
8/14 5320
w. r •
•
TO: CITY COUNCIL
•
FROM: Public Works Department
•
August 11, 1986
CITY COUNCIL AGENDA
ITEM NO. F-12
SUBJECT: HARBOR STREET END IMPROVEMENT PROGRAM, FERNANDO STREET AND ALVARADO
PLACE (C -2567)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to aAvertA&w €ce4y*ds to be opened at
11:00 a.m, on August 28, 1986.
DISCUSSION:
The contract provides for the construction of a gravity retaining
wall, curb inlet, sidewalk, roadway, and storm drains at two locations shown on
the attached drawing "Exhibit A ".
The work will reduce flooding of these street ends due to high tides,
and facilitate drainage of the street ends during storms.
The Engineer's construction estimate is $30,000. Funds are available
in the current appropriations for Harbor Street End Improvement Program,
Account No. 02- 4186 -052.
The plans and specifications were prepared by the Public Works
Department. All work should be completed by December 8, 1986.
jxvo-�/ J. kL4
Benjamin B. Nolan
Public Works Director
GW:jd
• Att.
BY THE CiTY COUNCIL
CITY OF NEWORT BEACH
AUG 11 1986
APPROVED
•
J
�C
��` 'I
1 B JaE JAL �^ � 4 't' 1 %
i
/�aI �rbla X� I It lifl) -"
61
7;F
✓
LoiiNrav wss `
coB sji _
Pa
/,VOA CSC
•'�`.,. ism r; �� ia"�I i / ' i e'+<yW� ISLA,yO \° )/��2 -
`�° BOAT
Yt.3Lc��70RFy- I� - i� • "�'�� ?i�_OON 08 LPP?��iC, `f
dti'
A r
ly
LCOO CSLE r`.�.s IIW ...r.. BAY ,S -• 8iF' R _ i tf '`SS s �,' : @ R5 a °A - ' -
p
..CHANNEL -
Jls�'��7LT —TT U'� �cac vnT�y C7
B L B 0 A
A U 1L—
t- :-.v
• PROJECT LOCATION
;CALL 7 ".1000'
CITY OF NEWPORT BEACH DRAWN_JW_ DATE 7 -30788
PUBLIC WORKS DEPARTMENT APPROVED --
HARBOR STREET END IMPROVEMENT PROGRAM
FERNANDO STREET AND ALVARADO PLACE
C -2567 DRAWING NO, EXHIBIT A