Loading...
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