HomeMy WebLinkAboutC-2941 - Readily Achievable American with Disabilities Act (ADA) Alterations and Priority Structural ADA AlterationsAugust 7, 1995
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
Allied Engineering
970 No. Tustin Ave.
Anaheim, CA 92807
(714) 644 -3005
& Construction, Inc.
Subject: Surety: Vigilant Insurance Company
Bond No.: 8901 0979
Contract No.: C -2941
Project: Readily Achievable ADA Alterations and
Priority Structural ADA Alterations
The City Council of Newport Beach on July 10, 1995 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on July 18,
1995, Reference No. 95- 0304041.
S incerel_y,,
/e
/ "),, _ e
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING �®
PQP011 EPA
City Clerk /IC7 7..2n
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
0
J 004041
18—JUL—i995- 95- 1a 06 AM
Racorded in Uif:=ia; °Records
of rjPA11gP i1.lj i1!A -, i_.;! fo�rili.e
jar, L. "u';dciV:11F, C1;5rr,4e!uruer
Page i of i F7 is $
TAX= G i�y . "I.
"Exempt from recording fees ursuant
to Government Code Section E103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Allied Engineering & Construction, Inc., 970 No. Tustin Ave., Anaheim, CA 92as
Contractor, entered into a Contract on September 23, 1994
Said Contract set forth certain improvements, as follows:
Readilv Achievable ADA Alterations and Prioritv Structural ADA Alterations
(C -2941) - located in the City of Newport Beach, County of Orange
Work on said Contract was completed on March 7, 1995
and was found to be acceptable on July 10, 1995
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Vigilant Insurance
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on kGcZ_&�
Newport Beach, Califo`fnia.V
BY 6L�
i y Clerk
, at
I
R
•
TO:
FROM
•
MAYOR AND MEM
PUBLIC WORKS DEPARTMENT
0 July 10, 1995
CITY COUNCIL AGENDA
ITEM NO. 16
CIL
SUBJECT: ACCEPTANCE OF READILY ACHIEVABLE ADA ALTERATIONS AND
PRIORITY STRUCTURAL ADA ALTERATION, C -2941.
RECOMMENDATION:
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 the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The contract for the construction of the Readily Achievable ADA
Alterations and Priority Structural ADA Alterations has been completed to the
satisfaction of the Public Works Department.
The lump sum bid price was
Amount of change orders
Total contract cost
$466,650.00
41,967.87
$508,617,87
A total of thirteen (13) change orders were issued to complete the project.
The majority of the Change orders dealt with architectural modifications and
construction modifications to accommodate several building code requirements.
Change orders in excess of $2,000.00 were as follows:
1. A change order in the amount of $5,271.00 provided for the
installation of a drain line at Cliff Drive Park and the relocation of
two electrical panels in the restrooms at Buffalo Hills Park.
2. A change order in the amount of $3,630.45 provided for the
demolition and reconstruction various wall and doors at Buffalo
Hills Park restrooms; and a new sprinkler system at Cliff Drive
Park.
3. A change order in the amount of $4,704.09 provided for the
replacement of damaged tiles at Corona Del Mar Beach's restroom
and relocation of SCE meters to exterior building walls at Buffalo
Hills Park.
i f
SUBJECT: ACCEPTANCE OF READILY ACHIEVABLE ADA ALTERATIONS AND
PRIORITY STRUCTURAL ADA ALTERATION, C -2941
July 10, 1995
Page 2
4. A change order in the amount of $3,393.00 provided for the
removal of existing facilities and installation of new water closets
and appurtenances in the public restrooms location at the Balboa
Island Fire Station.
5. A change order in the amount of $4,405.70 provided for the
removal of a wall for handicap access, wall modification for a
drinking fountain and the installation of metal entry doors Corona
Del Mar Beach restrooms.
6. A change order in the amount of $4,725.00 provided for grading at
various park sites to eliminate grade differences for purposes of
public safety.
7. A change order in the amount of $2,970.35 provided for the
installation of extra tissue dispensers and floor drains at Corona
Del Mar State Beach restrooms; and move -in costs to finish City
Hall steps outside working hours.
8. A change order in the amount of $2,619.21 provided for the
installation of hinges, locks pulls and miscellaneous hardware; and
painting the restrooms and doors at Corona Del Mar State Beach
Park.
9. Three change orders totaling $8,580.69 provided for portable
restrooms at Cliff Drive Park and Corona Del Mar State Beach
during the closure of the permanent restroom facilities.
Funds for the project were budgeted in the General fund, Account No.
7014- P301104A.
The contractor is Allied Engineering and Construction, Inc., City of
Anaheim.
The contract was substantially completed by March 7, 1995, well ahead of
the April 10, 1995 specified completion date.
ti Ok
Don Webb
Public Works Director
HH:so
•
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
To: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: September 23, 1994
(714) 644 -3005
SUBJECT: Contract No. C -2941
ce�wl <lLVCtZ. -aC.C-•
Description of Contract Readily Achievable ADA A1tPrntionc and
Priority Structural ADA Alterations
Effective date of Contract September 23. 1994
Authorized by Minute Action, approved on September 12, 1994
Contract with Allied Engineering & Construction Inc_
Address 970 No. Tustin Ave.
Anaheim CA 92807
Amount of Contract $466,650.00
"X� S
Wanda E. Raggio
City Clerk
WER :pm
Attachment
3300 Newport Boulevard, Newport Beach
L
•
•
September 12, 1994
Crp 1 719:x4 '
CITY COUNCIL AGENDA
I ` " ITEM NO.---LL---
APPEOVEa--
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY
STRUCTURAL ADA ALTERATIONS (C -2941)
RECOMMENDATION:
Award Contract No. 2941 to Allied Engineering & Construction,
Inc. for the total bid price of $466,650, and authorize the Mayor
and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on August 30, 1994 the City Clerk opened and read
the following bids for this project:
Low Allied Engineering & Construction, Inc.
2. Perera, Inc.
3. TLS Construction, Inc.
4. Wakeham -Baker Inc.
5. Varkel Construction, Inc.
6. DTEC Construction, Inc.
TOTAL BID PRICE
$ 466,650.00
491,700.00
518,998.00
549,549.00
566,740.00
816,000.00
The low total bid price is 1% below the combined construction
estimate of $470,000.00. Adequate funds to award this contract are available
in the appropriation for Americans with Disabilities Act Improvements,
Account No. 7014 P 301 040 A.
The low bidder, Allied Engineering & Construction, Inc., is a well -
qualified general engineering contractor that has not performed previous
contract work for the City; however, checks with Allied's experience
references and the State Contractors License Board records has shown that
Allied has successfully completed projects of a similar nature as a general
contractor for other public agencies and has no pending actions detrimental
to their contractors licenses, respectively.
(0)
0 0
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY
STRUCTURAL ADA ALTERATIONS (C -2941)
September 12, 1994
Page 2
•
This project provides for the removal of barriers to handicapped
individuals at 39 sites within the City. The contract includes replacing or
modifying front entry doors, furniture, restroom fixtures, etc.; replacing
drinking fountains, handrails, etc.; and installing signage at 25 "Readily
Achievable" sites, and removing and reconstructing dilapidated restrooms at
Cliff Drive Park; remodeling and refurbishing restrooms at Corona del Mar
State Beach and in Harbor View Homes; and removing other barriers at 14
"Priority Structural" sites.
Plans and specifications for the project were prepared by Hutson
& Partners (formerly Hutson & Rome Partnership), by LEESAK Architects AIA,
Inc., and by the Public Works Department. The contract specifies that all work
shall be completed within 120 calendar days or by April 28, 1995, whichever
occurs first.
Plans and specifications for the 3rd and most costly phase of ADA
work, termed "Structural', have not yet been started. Award of a consultant •
services contract for the 3rd phase is being considered as a separate item in
today's agenda.
Benjamin B. Nolan
Public Works Director
LD:so
C J
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768
until 11:00 A.M. on the 30th day of August , 1994,
at which time such bids shall be opened and read for
ADA ALTERATIONS
e
2941
Contract No.
$470,000
Engineer's Estimate
,�
v
1% F i
X
Rpproved by the Cityy Council
this 25th day of dulY , 1994.
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, CR.92659-1768.
For further information, call Lloyd Dalton at 644 -3311.
Project Manager
Page 7
NOTICE TO SUCCESSFUL BIDDER
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
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.
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of 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 as specified in the Standard Specifications for Public
Works Construction, except as modified by the Special Provisions.
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
siv1
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
READILY ACHIEVABLE ADA ALTERATIONS
AND PRIORITY STRUCTURAL ADA ALTERATIONS
CONTRACT NO. 2941
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the location of the
work, that he has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials and do all work required to complete
Contract No. 2941 in accordance with the Plans and Specifications, and that
he will take in full payment therefore the following unit price for the
completed item of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Mobilization
Lump Sum
Twenty -Seven Thousand _Six Hundred Dollars
and
- - - -NO /100 - -_------- Cents $ -
27,600 00
Per Lump Sum
---- - - - --
0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2.
Construct ADA Alterations
Lump Sum
Four Hundred Thirty-Nine-Thousand Fifty --- Dollars
and
------ - - - -NO /100 - - - -- Cents
Per Lump Sum
Four Hundred Sixty -Six Thousand
Six Hundred and Fifty
- - - - -- - -------------------------- Dollars
and
-- ------- - - - - -- NO /100 ------------ - - - - -- Cents
TOTAL BID PRICE (WORDS)
8/30_/94
Date
714- 520 -2124
------------------------
Bidder's Telephone No.
651356 A, B, C -10
------------------- - - - - --
Bidder s License No.
& Classification
S 439,050 _00
S 466 650 _00 ___
TOTAL BID PRICE
(FIGURES)
Allied Engineering & Construction Inc.
------------------------------------
Bidder
d41.�
Jaleh Tadjdeh President
-------------------------------------
Bidder's Authorized Signature & Title
970 No. Tustin Ave., Anaheim, CA 92807
Bidders Address
INSTRUCTIONS TO BIDDERS
•
Page 2
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
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 documents.
The City of Newport Beach will not permit a substitute format
for the documents listed above,; Bidders are advised to review
their content with bonding and legal agents prior to submission of
bid.
BIDDER'S BOND shall be issued by an insurance organization or
surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the
Federal Register Circular 570.
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 responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
0
Page 2A
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 insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a coi
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
651356 A, B, C -10
Contractor's License No. & Classification
Allied Engineering and Construction Inc.
Bidder
8/30/94 Jaleh Tadideh, President
Date Authorized Signature /Title
5/91
0 0
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1.
Plumbing
Oasis Plumbing Buena Park CA
2.
Glazing & Store Front
Paramount Deep & Glass Paramount. CA
3.
Painting
K &J Painting Anaheim. CA
4.
Roofing
Staley Roofing Chino Hills_ CA
5.
Tile Work
Peter Lucas Anaheim, CA
6.
Railing
Crane Veyor Corp. Fl Monta, CA
7.
Partitions
Global Steel Products Ins AngelPC, cA
8.
9.
10.
11.
12.
Alligd Engineering & Construction Inc
Bidder
5/91
lalah li rig i�iah, Praci ant
Authorized Signature /Title
Paget 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Allied Engineerina & Construction as
bidder, and Vigilant Insurance Company , as
Surety, are held and firmly bound unto the C ty of Newport Beach,
California, in the sum of Ten Percent of the Amount of the Bid Dollars
($ _ 0 ),lawful money of the United States for the payment
of which sum well and truly to be made, we bind ourselves, jointly
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the
construction of R adi A hiva" a ADA Alterations & Priorit Stru to 1 ADA Alterations
(Title of Project and Contract No.) n the City of Newport Beach,
is .accepted by the City Council of said City, and if the above
bounden bidder shall duly enter into and execute a contract for
such construction and shall exectkte and deliver to said City the
"Payment" and "Faithful Performance" contract bonds described in
the* Specif ications within ten (10) days (not including Saturday,
Sunday, and Federal holidays) after the date of the mailing Notice
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void; otherwise it 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 obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
30th day of August , 1994.
Al1ied C;nngjneerina &. Con
struction
B1d'der (Attach Acknowledgrlent
Of Attorney -In -Fact)
Notary Public
Commission Expires: 2 -8-95
5191
By
Authorized - Signature /Title
S yVigirla/nJt�Insurance Company
BY:
s h E.Cochran,Attorney in Fact
E
0
ALL PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
) S.S.
COUNTY OF Los Angeles )
On
before me,
personally appeared
ouyeWn t.\.UCM -dIl
_X personally known to me;
or proved to me on the basis of satisfactory evidence to be
the person (!X) whose name(!) is /ar)a( subscribed to the within
instrument and acknowledged to me that he /shw/fth c executed the
same in his /hxx7,Athxad= authorized capacity(i)ws) , and that by
his/kxxx�tkmir signature(s) on the instrument the person(:.) or the
entity upon behalf of which the person(a) acted, executed the
instrument.
WITNESS my hand and official seal. OFFICIAL SEAL
(SEAL) PATRICIA A. DOLAN
NOTARY PUBLIC CALIFORNIA
LOS ANGELES COUNTY
/ J My Commission Expires Feb. 8.1995
Signature of Notary P -ublic
----------------------------------------------=------------------
-----------------------------------------------------------------
CAPACITY CLAIMED BY SIGNER:
Though statute does not require the notary to fill in the data
below, doing so may prove invaluable to persons relying on the
document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
X Attorney -in -Fact
Trustee(s)
Guardian /Conservator
Other: Surety
and
and
Limited General
Signer is representing: Surety
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this
certificate to unauthorized document.
Title or type of document:_
Number of pages:
Date of document
Signer(s) other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE
urp /rlfonn \xknowlg(rcv 12192)
.up/a:lfoemlxRnvvig(rcv 12192)
r pk • POWER OF ATTORNEY
Know all Men bye hese Presents, That the VIGILANT INSURANCE COMPANY, 75 Mountain View Road, Warren, New Jersey, a New York Corpota-
tiOn, ties constituted and appointed, and does hereby constitute and appoint Howard Siskel, Richard Adair, Joseph E. Cochran,
and Bronwyn Murdock of Los Angeles, California -------------------------- --- -- --- -------- - - - - --
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seat to and deliver for and on its behalf as
surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and consents lot the release of retained percentages and /or
final estimates.
In Wltneu Whereol. IM said VIGILANT INSURANCE COMPANY has, punuml a its By -L gm. asueed lheae pnsems to be Signed by its Vice- President and Assistant SecrNary and its corporate Seat a be
hereaadiaedthis 19th day Of November 1692
STATE OF NEW JERSEY SS.
I
County of Somerset
e
VIGILANT IN C MPANY
By
ge McClellan
vlae-Prwam
On vas 19th day of November 16 9 2 , belats me personally tame RWwd D. O'Connor to me known and by me known to be k1sedaAl secretary of the VIGILANT IN-
SURANCE COMPANY, that corporation descneed in end unicn eaeGuled the foregoing Paves of Mornay. And the Said Richard D. O'Connor Wing by me duly Sworn. did depeae and My Wt he is Assistant Sewebry
of the VIGILANT INSURANCE COMPANY and Andes lots cofporaa wal tM1601; dust the "Al Mead Ib the bregdno Power of Ationney b Such Corportle "All and was thereto blued by mhunny d the BY Laws
bl Sato Company, And Sued he signed sad Power of fsharmy As Assistant seandw y of said Company isle like, wthway. and that he is acpuaiNad VIM George MCCleffen and knows him to W the Viae- PneS,Omt
of said Company. And dot the signature of led George AaCkMm sudecrioed to zed Power of Attanoy is in the geauiho heMwifilp of SAW George MCCWhA and was Manna subuf"d by Whaley of sad
Sy -laws and in depwani a presence.
NaariarsaaL -`y.
nt
/y Acknowtsdpea and SAOm n befaa me
at de, ate An.
77 Notery Pubtk
CERTIFICATION
STATE OF NEW, JANET A. SCAVONE
W JERSEY
COUO of Somerset se. Notary Public, Slate of New Ielsey
County Ko.1V206u520
I. Use undersigned. Asmuta S.,otuy of Ina VIGILANT INSURANCE COMPANY. de henmy ewWy UTAt the fdb+eirg IrFtNif c rp I'm SpLLshyz of 1M Asia Company AS adopted by be Boded at Ditacfds
on June Q. 1674 W nlml ranandtV Amended Mwch 7, ISM and Sal 0612 BY-Law b M lad Iate ofd INW.
-ARTICLE xY
Sea1iM 2. AR bonds, undertakings, contracts And other Wmmuma ahel can AS •boos the and on banAfl M W Company wNiah b b wttadaee by law of he ahmw to tsaewa, maY Sue shalt de saeauad
in the amts and an behed of de, Company eider by de, ChAdue n a Use ViceilWrmen a Ua Pre Went or A VIC►Pnsident, jointly with the Seentuy or an Assistant Secrabry. under they respective
designations, except thN any one or more onieers a AvomeyA- imlrcct designed in Any nboludan of the Bo ad of Directors or US, Executive Cosendus, w N any aAar of anwneY executed ss Provided
to in Section J below, fray eaxde Any such,tond, undeneaing as cans, owdaynn AS w000sa In such nedulkln w Power of sstwroy.
SecSon3. AU powers a mbrnoysor me be behalf due Company may and tlaad be uaculW N ea NtM and on amad of the company. ekhhr by the Chehman or the vko-Cnaihnm or me Pnteklard Of Y.M.
PaMidenta NYCelstaaidwd. PindY wehdr SeaMNya w Aesbcuu Saareury.uncsn UrV sespectan detfyWbm. The tigruWre d such odicw+ male de enoraved, awed a krryraphed. The sgnutwe of eaan
aim Maowbp0aken: CnsifmAn. Vice crwhem. Pre ssaw. Aft v" Preadam. NY Vice PfeAMecU, Anysxfeury, Sole ASSlelah15weWy ud the MM 01 de, CanPwymeY he affixed bylamimise a any Poww
bl A1lefMy a b AnY nNfieale rtlatfnp IherNb ePDONIkq AubWt Secnudeaw Anwraya -fnFact lOr WnpdeeS oava eMAdinp area attnap bads,nd uMSM1akiru andotnar wrYecga nsbhpuorylnme nature
vaned, and My wNpwrsf d �xaneYa deNhcW deukquM bcaknkle ti6Ntunorb[aNVM,W MtAd Oa vAtd AnddodusguPOndte CaIWenY W enYSUCh power eoeaecwed w mnihe0 by wcn lecaimHe
signaurs W IaWmi4 wtl,neu de wi0andbindinguan Uce Gawenyw5wsesaa aAnybaW a urdenakUp l0 whim H b allncbee."
1 WNW WWI ElM saMVIGtuNT INSURANCE COMPANY is ap formed a vanmct filet iy sue SUnty t shwas In tha SMao1 California ,andbatso duly 4cerese0
bbecona solewreryon Ends. undenekinpi, etc. pcanlueewreguirW bylhe MW dthe Uldled SMle4 r. ..... ..
And I WNaf anitymed Nelaepoacghewer dAUanoY b fwrintutltade udadect.
Givenunder mYhandendlhe eetld aidCMaanyst Wuren, NJ.,
94
fYYwtEb
0 0
Page 5
NON - COLLUSION AFFIDAVIT
State of California )
14i ) ss.
County of Qr- nqe )
T
Jaleh Tadideh being first duly sworn, deposes and
says that he or she is �; d nt of All" i l �ni n%ti nn x -t=ls ruction Inc
the party making the foregoing bid; that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true
and correct.
,•
Enginepring X Const—d7ion
..-
Subscribed and sworn to before me
19g�
President _
uthor' ed Signature /Title
this day of ,
..��
Notiry My Co ae
" I
5191
[SEAL]
EDWARD 5. F AllAH
COMM. i 1016424
Z?
-a Public — COII V610
ORANGE COUNTY
My Comm. E)pkes FEB 6. 1998
u
•
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 For Whom Person Telephone
Completed Performed (Detail)_ To Contact Number
1992 City of Santa Fe Springs Elmer Aman 310- 868 -0511
1991 US Department of the Army Nathan Sackerson 310 - 795 -2378
1993 L.A. Unified School Dist. Jerry Jones 213- 742 -7601
1993 Neptune Thomas Davis AIA Ron Twyford 909 - 279 -9001
1990 Pamco Development Jane Azizian 310- 521 -6741
Allied Engineering & Construction Inc
Bidder
5/91
Jaleh Tadideh President
Authorized Signature /Title
0
Sonde. 8901 0979
PremlM $8.000.00
Page 9
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted Septamher 19 1494 has awarded
to hereinafter
designated as the ' Principal ", a contract for Readily Achievable ADA Alterations !
Priority Structural ADA Alterations (Contract No. 2941 ) in
the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. 2941 and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we, Allied Engineering & Construction Inc.
as Principal, and Vigilant Insurance Company
as Surety, re a ouig,u atn2 the City of Newport Beach, inn
the sum of 34HR�;�� Dollars ($466.650.00 ),
said sum being equal to 100% of the estimated amount of the
contract, to be paid to the City or its certain attorney, its
successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, 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
5/91
0 0
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal 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 9th day of
September , 19A.
Allied Engineering & Construction Inc.
Name of Contractor (Principal)
�Iligilant Insurance Company
Name of Surety
15 Mountain View Rd.Warren, iQ U7061 -1615
V,Address of Surety
NOTARY
5/91
OF
Jaleh TadAeh, Preside
Richard Adair,Attorney in Fact
201 -5167 -9400
Telephone
AND SURETY MUST BE ATTACHED
0
0
ALL PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
) S.S.
COUNTY OF Los Angeles )
On September 9,1994 before me,
Patricia A. Dolan , personally appeared
X— personally known to me;
or proved to me on the basis of satisfactory evidence to be
the person (.%) whose name(A) is /am subscribed to the within
instrument and acknowledged to me that he / &kX01XblW executed the
same in his /kx=A th;eJ= authorized capacity(i)m), and that by
his /tlFxal(#2hair signature(&) on the instrument the person(ae) or the
entity upon behalf of which the person(a) acted, executed the
instrument.
WITNES,.S my hand and official seal.
(SEAL)
ignature of Notary Public
CAPACITY CLAIMED BY SIGNER:
OFFICIAL SEAL
PATRICIA A. DOLAN
m NOTARY PUBLIC- CALIFORNIA
LOS ANGELES COUNTY
My Commission Expires Feb. 8, 1995
Though statute does not require the notary to fill in the data
below, doing so may prove invaluable to persons relying on the
document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
X Attorney -in -Fact
Trustees)
Guardian /Conservator
Other:
Signer is representing: Surety
and
and
Limited General
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this
certificate to unauthorized document.
Title or type of document:_
Number of pages:
Date of document
Signer(s) other than named above: _
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE
wp /c: \form \acknmvlBfrev 12!92)
wphAfonn\acknowlg(mv 12/92)
9
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that
B4b No. 8901 U979
Pr ium included in FP Bond
Page 8
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted September 12, 1994 has awarded
to ALLIED ENGINEERING AND CONSTRUCTION INC. hereinafter
designated as the "Principal ", a contract for RFADII Y ACHIFVARI F ADA Al TERATIONS &
2ITY STRUCTURAL ADA ALTERATIONS (Contract No. 2g41 ) In
the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. 2941 and the terms thereof require the furnishing
of a bond, Fr�oviding that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or
other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent
hereinafter set forth:
NOW, THEREFORE, We, ALLIED ENGINEERING R CONSTRUCTION ING_
as Principal, and VIGILANT INSURANCF COMPANY
as Surety, e51fy d u to the City of Newport Beach, in
the sum of g H DA ��JX USI�ND Dollars ($45F�Sn_nn ) .
said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the contract; for which
payment well and truly made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,.that if the above
bounden Principal or his /her 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 Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and 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.
5/91
0 •
Page 8A
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 to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with 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 above named Principal and Surety, on the 9th day of
September , 1994.
Allied Fnginearing R fonstryctinn Tnc,
Name of Contractor (Principal)
Vigilant Insurance Company
Name of Surety
15 Mountain View Rd, Warren, NJ 07061 -1615
Address of Surety
E`r60_;VAI
5ro1
OF
Authorized Signature /Title
Jaleh T j'deh, President
by.
AubtlfWr ized Agent Signature
Richard Adair,Attorney in Fact
401- 967 -94UU
Telephone
AND SURETY NUST HS ATTACHED
E
0
ALL PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
) S.S.
COUNTY OF Los Angeles )
On
before me,
_, personally appeared
K1ChaPd Adair ,
X— personally known to me;
or proved to me on the basis of satisfactory evidence to be
the person(!() whose name() is /axxK subscribed to the within
instrument and acknowledged to me that he / %kroyxlxhW executed the
same in his /k*=%kkx)C= authorized capacity(i)m) , and that by
his /:km:aithaix signature(%) on the instrument the person(%) or the
entity upon behalf of which the person(s) acted, executed the
instrument.
WITNESS my hand and
(SEAL)
Signature of Notary
CAPACITY CLAIMED BY
official seal.
OFFICIAL SEAL
PATRICIA A. DOLAN
o NOTARY PUBLIC CALIFORNIA
LOS ANGELES COUNTY
My Commission Expires Feb. 8. 1995
Public
-------------------------------------------
-------------------------------------------
SIGNER:
Though statute does not require the notary to fill in the data
below, doing so may prove invaluable to persons relying on the
document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
X Attorney -in -Fact
Trustee(s)
Guardian /Conservator
Other:
Signer is represent
and
and
Limited Genera
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this
certificate to unauthorized document.
Title or type of document:
Number of pages:
Date of document
Signer(s) other than named above: _
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE
wp /c:\form\acknowlg(mv 12192)
wp /a: \form \acknowiglmv 12192)
POWER OF ATTORNEY
Knew 60 Men by phew Presslttsr Thal the ONT INSUPANCE COMPANY, 15 Mountain VWI&. Warren, Now Jersey, a Now York Corpora-
tion, has constituted and appointed, and does hereby constitute and appoint Howard Siskel, Richard Adair, Joseph E. Cochran,
and Bronwyn Murdock of Los Angeles, California ------------------------------------------ - - - - --
each its true and lawful Affomey -in -Fact to execute under such designation in its name and to affix Its corporate seal to and deliver for and on Its behalf as
surety thereon or otherwise, bonds or obligations given or executed in the course of Its business, and consents for the release of retained percentages and/or
final estimates.
In yatlntaeewbenW, the sea! VIONANT INSURANCE COMPANY has. mrtwm b Us aplawa. caused Praa Pma bbe signed by ss ViMPnadent and AMMaM Saenetary had Me 01* Mal WW
twrab atrued dde 19th day of November 1992
STATE OF MEW JERSEY es.
County of Somerset
VIINLANT RANGE C M ►Andy
ey
Mtcrsan
VbeYMNdaM
On rat 19th ds'o1 November to 92. Wbn ma pNaNWly Arne Rido or oT:NmN b" state and by had trim to W AMm.a Secretary of sr VIGILANT 111-
SUNANCE COMPANY. theme, ft daacribed b ant ~ seemlad ar breeotria PowNa AIINMy, and tru aW RNlwd O. C'CTMrbeep by me dulyawom. did depot and ab that he is Assistant See aury
of Na VIONANT INSURANCE COMPANY and andM the mrpane MN Pre W : dal aN seat RMaed b the bneesep Powa a A"MMy r K" CNpaar MM Nd rM #w aaeed by NAhNaY a the Iii LM
a Yd CampMy, and MN W slerrd aed Power a Aasnp M AWSIaa 9acatNy a aW corrpariy a' eu aueway: and Sut M Y aeawbtM well aeNpe McCMaM ant sines hall b M IW Vi PrMdMt
a Md CW110", and that the egnattra of Md GOOW McCrMn NOW~ b had PNMr or AltenMy is in do eeanMr hMdW" a Mid (Yves McCNMe and was MN aubMnbsd by *~y a had
apLawa ant b IN 's ataMM.
ACIMMSdpsd Nd ewNn b beta ma
�� •'.i r r TIM date b IMn.
Na.y Part
CERnA1CAT10N
STATE OF NEW JERSEY JANET A. SCAVONE
County of Somerset as. Notary Mud. Stec of New JeNoy
No.2065520
Ymq gn�sOa�
a IM
1. xu W M WW. AM bum SWIV Ary a the VNaANT INMANCE COMPANY, do anby mdMy MN the 16110 beylwM nCTg y M a Wod by b Bwd a CMCtm
T June 17. 1974 and most neeeWalY amended Math a. INS and that der 6y4aw Is In ins forms and N1N.1.
..'4117116M )w
$KIM 2. M lands. N1denMaps. contracts and ~ snare ntn other than M abets rot and T behalf a On Company ~ a N tethNlMd by taw ar M chatter b Mecuse. my and allies be sm Ned
W the nanw and T b~ of tin Company ebtMr by the CN mien N are Vica Cnairmas or the prMidenl ar a VitwPfflodenl. latch wah the SMatW w an AssrtaM Secretary, unosr their aspec ne
designation. except that Nry bee a none a anent a anaruy~W designated in any min utrn it fin Sherd a tlxeaten N fhaEX901WA Canna t". ar in any pprer a anwney executed M V anded
to in Sectim a babe. may Macau any s15'In bond, aMellatNq W ether o11- " M ptbsldad In such nwakit onn N Panel of WIM my.
Sectiona.Allixis, Clow WYNiserdTbehallathaCan
PIssden NTto[aReeldna,pinycosh tlw Seaelaryaani
a ar tabwlnp eMMn: Clsarnerl, Vb t.YUdnen. Pretl4ta.
lk~NMVMNSWVMXWTPMMANMCDMPA"YWd* CNrMdbbaMMedM9yNgNAlybnwxMYrIMSMea California ,andrNMNAyeMMad
bbNxmteesrsuroryTbTds,undwtM W.at .Pen"KWwneuWdbytW*mof WLWAOBlain.
AndltuMtNCedaythattlN bagMgPOMraAxanrysngrrb 1pfarWNdeMtl. j
STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
SEPTEMBER 7P 1994 POLICYNUMBER: 1191320 - 94
CERTIFICATE EXPIRES: 4-1-95
I-
CITY OF NEWPORT
P.O. BOX 1768
NEWPORT BEACHP
L
BEACH
CA 92659 -1768
JOB: ALL OPERATIONS
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate 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. X
PRESIDENT
EMPLOYER
ro-
ALLIED ENGINEERING AND CONSTRUCTIONP INC.
3304 YORBA LINDA #268
FULLERTONP CA 92631
' - HIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF W2621REV. 5-94)
09 -14 -1994 04:57PM FROM ALLIED TO 16196939405 P.02
• • Page 10
�.%' °.reC�ef.✓�'x
't: � ^...�.�.
} .;+ <�r.
S.±a11�r��! ''=
.,:..,,:%.... �` _.W ,."Y� J�_.
r.-i.. "� i��
COMPANIES AFFORDING COVERAGE
MARK RUBIN INSURANCE
TIERRA GRANDE
••
y ,
, CA SAN
M •• 1'•
_ • NAL UNION INSURANCE COMpANy
LETTER OF
110URED
17E
ALLIED • CONSTRUCTION,
"7;
•
3304 • • D BLVD.,
71• M • I••
FULLERTON, .
i
� • ;ni"� i�+rw.i F" `t 'T ^?R.�•F+o'yr �. CST". .ntY^`. y'°�`�, "�n ' + T� v.'�f'3 CR;`• L':�f �t u Sh'.3`T 'd y>} Eli
.'.,�' :.m ''-•+ ;v :r�. n+i`' :,o;: , iw: x:;..
_v �•
'
111 111
Ii!
m
1,000,000
S
1 111
_ ,�
11,000,000
•
-.•.°
Vq
_
111
�.5..•
- J'
1 1 1
'._ •J
®
111 111
� °�� �, ��.,ymC '7
j
� ° M 171• 7i/
M644-9309218
• • .
� •
J
r '��{�y ��..
•111
��
.J
•
t.:.i':h t ,. y' ":,�m
111
111 111
J J
J• FOR TKI CRY OF NV~
BEACH BY %I V4 WMF OF M NAMED MMED .
Readily .. •1• Alterations And Priority.Structural •1'
C-2941
mow;
N.
CITY OF NEWPORT BEACH
,
S •
NEWPORT
• / • /
NEWPORT BEACH, CA 92659-1768.
71 �I�//I/ /
+- --:
09 -15 -1994 01 :53PM FROMqJLLIED
TO 16196939405 P.02
page 11
It is agreed that:
With respect to such insurance as is afforded by the policy.
for General Liability, the City of Newport Beach, its officers
and employees are additional insureds, but only with respect
to liability arising out of operations performed by or on
behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional
insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s)
shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall 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 liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability
Insurance (subject to the terms, conditions and exclusions
applicable to such insurance) includes liability assumed by
the named insured under the indemnification or hold harmless
provision contained 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(s) named in Paragraph l of this endorsement
shall be the limits indicated below written on an "Occurrence"
basis:
(g) Commercial ( ) Comprehensive
General Liability $ 1,000,000 each occurrence
$ 1,000,000 aggregate
The applicable limit of contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
$191
09 -15 -1994 01 :54PM FROM ALLIED
TO . 16196938405 P.03
Page 12A
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newwtpmort Beach
by registered mail, Attention:, 1 l l o ��Lerat�on'sa& ent.
Readily Achlevab e
7. Designated contract: Priority Structural ADA Alterations C -2941
This endorsement is effective 9/16/94 at 12:01 a.m.
and forms a part of Policy No. 91644-9309218 of AMERICAN INTERNATIOtML SPECIALTY
(Company Affording coverage). LINES INSURANCE COMPANY
Insured: ALLIED ENGINEERING & CONSTRUCTION,
INC.
ISSUING COMPANY
By: L
Authorized Re r sentat ve
slut
Endorsement No..
09 -15 -1994 01:55PM FRO PLLIED TO • 16196938405 P.04
Page 12
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. with respect to such insurance as is afforded by the policy
for Automobile 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 said additional
insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall 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 liability of the company affording
coverage."
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 Multiple Limits
or Single Limit:
( ) Multiple limits
Bodily Injury Liability
Bodily Injury Liability
Property Damage Liability
P) combined Single Limit
Bodily Injury Liability &
Property Damage Liability
per person
$ per accident
S
$ 1,000,000
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage 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.
5191
09 -15 -1994 01 :56PM FROM ALLIED
TO 16196938405 P.05
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public works Department.
Readily Achievable ADA Alterations & Priority
5. Designated Contract: Structural AD C-2941
T tle and Contract No.
This endorsement is effective 9/6/94 at 12:01 a.m.
and forms a part of Policy No. 91 64 4- 930921 8 of vnmTruaaT. rmiTnnt rnrcrmnNir�
(Company Affording Coverage). COMPANY OF PA
Insured: ALLIED ENGINEERING & CONSTRUCPION, Endorsement No.:
INC.
ISSUING COMPANY
By:
Authorized Representative
5191
v
E
CG
Page 13
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self - insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Allied Engineering & Construction Inc.
Date Name of Contractor (Principal)
f -2941
Contract Number - Authorized S nature and Title
Jaleh Tadjdeh, President
Readily Achievable ADA Alterations and Priori
T
5/91
Structural ADA Alterations
i
Page 14
CONTRACT
IS AGREEMENT, entered into thisday of d ,
19 , by and between the CITY OF NEWPORT BEACH, hereina er "City,"
an Allied En ineerin &Construction Inc. , hereinafter
"Contractor,' s made with reference to the following facts:
A. City has heretofore advertised for bids for the following
described public work:
Readily Achievable ADA Alterations &
Priority Structural ADA Alterations C -2941
Title of Project Contract No.
B. Contractor has determined by City to be the lowest
responsible 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:
Readily Achievable ADA Alterations &
Priority Structural ADA Alterations C -2941
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.
5191
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of Four Hundred Sixty -Six Thousand Six Hun red Fifty
Dollars ($ 466,650.00 ). This compensation
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) 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.
• •
Page 14A
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)
(b)
(c)
(d)
(e)
(f)
& Priority Stru(
(g)
Notice Inviting Bids
Instructions to Bidders and
therein
Payment Bond
Faithful Performance Bond
Certificate of Insurance and
Plans and Special Provisions
tural ADA Alterations
Title of Project
This Contract
documents referenced
Endorsement(s)
for Readily Achievable ADA Alteration
Contract No.
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active 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 written above.
•. i�. ASTO FORM:
r.
ATTOR
CITY OF NEWPORT BEACH
A Municipal Corporation
B c.i
ayor
Name of Contractor
Authors Signature and Title
•
•
•
July 25, 1994
CITY COUNCIL AGENDA
ITEM NO.__??___
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND
PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941)
RECOMMENDATIONS:
Rescind the,June.13, 1994 . award, of Contract. No. 2934.
2. Approve an exception to the capital projects moratorium.
3. Approve the plans and specifications for the project.
4. Authorize Staff to advertise Contract No. 2941 for bids.
DISCUSSION:
The FY 1994 -95 budget contains a carryover appropriation to
construct "readily achievable" and "priority structural" access alterations at
City facilities. The alterations are required so that City facilities will comply
with the provisions of the Americans with Disabilities Act (ADA) of 1990.
With respect to the moratorium, the Council's action included an
exception for "a contract or project which is already substantially underway ".
Inasmuch as the project was budgeted in F.Y. 1993 -94 and the plans and
specifications were completed before adoption of the moratorium, it is felt
the project qualifies for an exception to the moratorium under the above
provision. In addition, the work is mandated by Federal law.
On June 13, 1994 the City Council awarded Contract No. 2934 for
the readily achievable portion of the access alterations to TLS Construction,
• Inc. (see attached June 13 report for Agenda Item No. 35.). Subsequently, TLS
held a pre- construction meeting with Staff and submitted it's contract
documents. Unfortunately, TLS's liability insurance organization is not
authorized (licensed) by the Insurance Commissioner to conduct the business
of insurance in the State of California. Moreover, TLS has informed Staff that
since it does not have at least 3 years of experience doing business within
the State, it cannot obtain liability insurance from an admitted insurer as
required by the contract documents. Staff therefore recommends that the
award to TLS be rescinded.
0 0
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND
PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941)
July 25, 1994
Page 2
•
LEESAK Architects AIA, Inc., of Costa Mesa has now completed
plans, specifications and estimates (PS &E) for the priority structural portion of
the access alterations. The alterations are termed "priority structural" in that
they should be completed as soon as practicable to allow use of a structure
by a potentially large group of disabled persons. The priority structural work
includes removing and reconstructing restrooms at Cliff Drive Park,
remodeling and refurbishing restrooms at Corona del Mar State Beach and in
Harbor View Homes, and removing lesser -cost barriers at 14 total sites.
If the award of Contract No. 2934 for the readily achievable work
is rescinded, Staff recommends that the City Council approve combining the
readily achievable work with that of the priority structural work and bidding
both as Contract No. 2941. The effect of combining the two contracts into
one should be 1) less total project costs due to the larger contract size, and
2) reduced staff time to administer contracts.
Public Works Department and Building Department personnel •
have overseen the PS &E preparation and the ADA compliance portions of the
project, respectively. Because of the high total bid amounts for the
previously -bid contract, Staff has raised the readily achievable construction
estimate from $100,000 to $170,000. LEESAK's priority structural
construction estimate is $300,000. Adequate funds are available in the carry-
over appropriation to award a contract for these combined amounts.
Inasmuch as the work is required by Federal law, the project is
categorically exempt from the provisions of California Environmental Quality
Act.
447"r'�', 2 dZ
Benjamin B. Nolan
Public Works Director
LD:so •
Attachment
•
•
TO: CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
•
June 13, 1994
CITY COUNCIL AGENDA
ITEM NO. _35____
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934)
RECOMMENDATION:
Award Contract No. 2934 to TLS Construction, Inc. for the total
bid price of S 151,662.00, and authorize the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on June 1, 1994 the City Clerk opened and read the
following bids for this project:
Low TLS Construction, Inc.
2. MJS Construction, Inc.
3. United Builders
4. Wakeham- Baker, Inc.
(1) Corrected total bid price is $151,662.00
(2) Corrected total bid price is 174,695.00
TOTAL BID PRICE
$153,682.00 (1)
174,695.00 (2)
182,250.00
• The corrected low total bid price is 21% above the construction
estimate of 5125,000. This disparity is probably due to the Architect's
underestimate of construction costs for work that is spread throughout the
City.
TLS is a well - qualified general engineering contractor who has
satisfactorily completed previous contract work for the City. TLS is presently
completing general contract work on the Balboa Island Fire Station.
E
0
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934)
June 13, 1994
Page 2 •
This project provides for first phase of barrier removal at 25 sites
as shown on the attached Map of Facilities and Key. In general, the work
includes replacing or modifying front entry doors, furniture, restroom
fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing
signage. The contract is considered "readily achievable" in that barriers to
access may be removed from City parks, libraries, restrooms and public
buildings at relatively little cost.
Funds to award this contract are available in the appropriation for
Americans with Disabilities Act Improvements, Account No. 7014 - 98290003.
Plans and specifications for the project were prepared by Hutson
& Partners (formerly Hutson & Rome Partnership) and by Public Works
Department personnel. The contract specifies that all work shall be
completed within 75 calendar days or by September 10, 1994.
Plans and specifications for the second phase of ADA work, which •
will remove more costly "priority structural' barriers, are currently being
completed by another architectural consultant. Plans and specifications for
the third and most costly phase of ADA work, termed "structural', have not
yet been started.
i
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
•
0
0
MAP OF FACILITIES KEY
•
1
POLICE STATION
15
BEGONIA PARK
870 Santa Barbara Drive
Begonia and First Avenues
Newport Beach
Corona Del Mar
3
MARINER'S BRANCH LIBRARY
16
CHANNEL PLACE PARK
2002 Dover Drive
Channel Place at 44th Street
Newport Beach
Newport Beach
4
CORONA DEL MAR LIBRARY
17
INSPIRATION POINT
420 Marigold Avenue
Ocean Blvd. at Orchid Avenue
Corona Del Mar
Corona Del Mar
5
BALBOA BRANCH LIBRARY
18
LAS ARENAS PARK
100 E. Balboa Blvd.
Balboa Blvd. at 16th Street
Balboa
Balboa
6
ADMIN. GENERAL SERVICES BUILDING
19
LIDO PARK
592 Superior Avenue
Via Lido at Entrance to Lido Isle
Newport Beach
Newport Beach
• 7
BALBOA PIER RESTROOMS
20
LOOKOUT POINT
Base of Balboa Pier
Ocean Blvd. at Goldenrod Avenue
Balboa
Corona Del Mar
8
MARINE DEPT HEADQUARTERS
21
NEWPORT ISLAND PARK
Base of Newport Pier
Marcus at 39th Street
Newport Beach
Newport Beach
9
BALBOA YACHT BASIN
22
WEST JETTY VIEW PARK
829 Harbor Island Drive
Ocean Blvd. at Channel Road
Newport Beach
Balboa
10
MC FADDEN SQUARE RESTROOMS
23
WEST NEWPORT PARK
70 Newport Pier
Seashore Drive at 57th Street
Newport Beach
Newport Beach
11
CITY ATTORNEY'S OFFICE
24
38TH STREET PARK
3300 Newport Boulevard
Balboa Blvd. at 38th Street
Newport Beach
Newport Beach
12
PUBLIC WORKS DEPARTMENT
25
15TH STREET RESTROOMS
•
3300 Newport Blvd.
15th Street at Ocean Front
Newport Beach
Balboa
26
GALAXY PARK
Galaxy Drive at Rigel Circle
-I+iewpert Beach—
Newport Beach
14
CDM YOUTH CENTER
27
SPYGLASS RESERVOIR PARK
5th and Iris Avenues
Muir Beach Circle Cut -De -Sac
Corona Del Mar
Newport Beach
01 Q 1
4O
SQ
'Np T�11j�NYS a
e
N )
ovoa 33aonwvr
°�'o •taa' V o
G�
3
SANTIAGO D2
p
•aa oa
c+i I A V t Y
Eb m �a
4
War
iL 1 V I, 17 V "'�X
Y4
Nis T-doa*aR
a
a
l�
Q
a
0
0
o �
I
IN
• 0 ov
June 13, 1994
• CITY COUNCIL AGENDA
ITEM NO.__35____
BY 7 HE Cl i r' CU'JPJ.;;_
TO: CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) APPROVED
RECOMMENDATION:
Award Contract No. 2934 to TLS Construction, Inc. for the total
bid price of $ 151,662.00, and authorize the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
•At 11:00 A.M. on June 1, 1994 the City Clerk opened and read the
following bids for this project:
Low TLS Construction, Inc.
2. MJS Construction, Inc.
3. United Builders
4. Wakeham- Baker, Inc.
(1) Corrected total bid price is $15 1,662.00
(2) Corrected total bid price is 174,695.00
TOTAL BID PRICE
$153,682.00 (1)
174,695.00 (2)
182,250.00
The corrected low total bid price is 21% above the construction
• estimate of $125,000. This disparity is probably due to the Architect's
underestimate of construction costs for work that is spread throughout the
City.
TLS is a well - qualified general engineering contractor who has
satisfactorily completed previous contract work for the City. TLS is presently
completing general contract work on the Balboa Island Fire Station.
• 0
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934)
June 13, 1994
Page 2 .
This project provides for first phase of barrier removal at 25 sites
as shown on the attached Map of Facilities and Key. In general, the work
includes replacing or modifying front entry doors, furniture, restroom
fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing
signage. The contract is considered "readily achievable" in that barriers to
access may be removed from City parks, libraries, restrooms and public
buildings at relatively little cost.
Funds to award this contract are available in the appropriation for
Americans with Disabilities Act Improvements, Account No. 7014- 98290003.
Plans and specifications for the project were prepared by Hutson
& Partners (formerly Hutson & Rome Partnership) and by Public Works
Department personnel. The contract specifies that all work shall be
completed within 75 calendar days or by September 10, 1994.
Plans and specifications for the second phase of ADA work, which •
will remove more costly "priority structural" barriers, are currently being
completed by another architectural consultant. Plans and specifications for
the third and most costly phase of ADA work, termed "structural', have not
yet been started.
`
i
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
•
i
i
r
• 1
POLICE STATION
15
BEGONIA PARK
870 Santa Barbara Drive
Begonia and First Avenues
Newport Beach
Corona Del Mar
3
MARINER'S BRANCH LIBRARY
16
CHANNEL PLACE PARK
2002 Dover Drive
Channel Place at 44th Street
Newport Beach
Newport Beach
4
CORONA DEL MAR LIBRARY
17
INSPIRATION POINT
420 Mangold Avenue
Ocean Blvd. at Orchid Avenue
Corona Del Mar
Corona Del Mar
5
BALBOA BRANCH LIBRARY
18
LAS ARENAS PARK
100 E. Balboa Blvd.
Balboa Blvd. at 16th Street
Balboa
Balboa
6
ADMIN. GENERAL SERVICES BUILDING
19
LIDO PARK
592 Superior Avenue
Via Lido at Entrance to Lido Isle
Newport Beach
Newport Beach
7
BALBOA PIER RESTROOMS
20
LOOKOUT POINT
•
Base of Balboa Pier
Ocean Blvd. at Goldenrod Avenue
Balboa
Corona Del Mar
8
MARINE DEPT HEADQUARTERS
21
NEWPORT ISLAND PARK
Base of Newport Pier
Marcus at 39th Street
Newport Beach
Newport Beach
9
BALBOA YACHT BASIN
22
WEST JETTY VIEW PARK
829 Harbor Island Drive
Ocean Blvd. at Channel Road
Newport Beach
Balboa
10
MC FADDEN SQUARE RESTROOMS
23
WEST NEWPORT PARK
70 Newport Pier
Seashore Drive at 57th Street
Newport Beach
Newport Beach
11
CITY ATTORNEY'S OFFICE
24
38TH STREET PARK
3300 Newport Boulevard
Balboa Blvd. at 38th Street
Newport Beach
Newport Beach
12
PUBLIC WORKS DEPARTMENT
25
15TH STREET RESTROOMS
3300 Newport Blvd.
15th Street at Ocean Front
•
Newport Beach
Balboa
13
UTILITIES ADMIN. BUILDING
26
GALAXY PARK
949 W. 16th Street
Galaxy Drive at Rigel Circle
Newport Beach
Newport Beach
14
CDM YOUTH CENTER
27
SPYGLASS RESERVOIR PARK
5th and Iris Avenues
Muir Beach Circle Cul -De -Sac
Corona Del Mar
Newport Beach
si
.r 4
4�
OPCKQP
�b0 �(3aJ
SANTIAGO DR 'rn" kg q+
7y Y C
'aa oa
m
,BAY ap
S �•
Qrl?8;;Z
� •anla Lxodrn`!N
�4S
8
a U>- a
I t
A,&
1l
FM's
v
-O
Lt aDMVllfl .
A
avow aaaoarrvr
y yt
m
U
�I
4�
OPCKQP
�b0 �(3aJ
SANTIAGO DR 'rn" kg q+
7y Y C
'aa oa
m
,BAY ap
S �•
Qrl?8;;Z
� •anla Lxodrn`!N
�4S
8
a U>- a
I t
A,&
1l
FM's
v
-O
Lt aDMVllfl .
e
0 0
May 9, 1994
CITY COUNCIL AGENDA
MAY ITEM N0.____24__
TO: CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT AND BUILDING DEPARTMENT
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
1..100 A.M. on June 1, 1994.
DISCUSSION:
The FY 1993 -94 budget contains an appropriation to design and
construct projects that will eliminate barriers to disabled persons at City
•facilities. The projects will bring City facilities into compliance with the
provisions of the 1990 Americans with Disabilities Act (ADA).
Hutson & Rome Partnership, now known as Hutson & Partners,
has completed plans, specifications and estimate (PS &E) for Phase 1 (readily
achievable) ADA alterations. Hutson's scope of work included providing the
following services:
1) verifying information of record in the field and collecting other
necessary field data as required to prepare accurate PS &E for
Phase 1 alterations;
2) preparing detailed PS &E which conform with the requirements of
the 1991 Uniform Building Code and the applicable ADA
regulations;
3) providing clarification and in- the -field assistance, if needed (but
not inspection nor contract administration), to resolve any and all
design- related problems which may arise during construction;
19 and
4) consulting with City's staff and contractor as needed to establish
design parameters, obtain copies of City records, review work
progress, and complete the services listed above.
9 9
SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934)
May 9, 1994
Page 2
The Phase 1 work consists of removing barriers at the 25 sites
shown on the attached Map of Facilities and Key. In general, the work
includes replacing or modifying front entry doors, furniture, restroom
fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing
signage. The work is considered "readily achievable" in that certain portions
of our parks, libraries, restrooms and public buildings may be made
accessible to all persons at relatively little cost.
Hutson's construction estimate is $100,000. Considering that the
work is scattered throughout the City, Staff increased Hutson's estimate by
25% to $125,000 for bid advertisement. Adequate funds to award this
amount are available in the current ADA appropriation.
Inasmuch as the work is required by Federal law, the project is
categorically exempt from the provisions of CEQA.
•
The contract requires that all field work be completed within 60
consecutive calendar days or by September 10, 1994, whichever occurs first. •
Liquidated damages are $500 per calendar day.
Contract documents for Phase 2 (priority structural) ADA
alterations are nearing completion, and will soon be submitted for Council
approval to advertise for bid. Design work will then begin on Phase 3
(structural) ADA alterations to the remaining City facilities.
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
Raimer Schuller
Building Department Director
n
1
POLICE STATION
15
BEGONIA PARK
870 Santa Barbara Drive
Begonia and First Avenues
Newport Beach
Corona Del Mar
3
MARINER'S BRANCH LIBRARY
16
CHANNEL PLACE PARK
2002 Dover Drive
Channel Place at 44th Street
Newport Beach
Newport Beach
4
CORONA DEL MAR LIBRARY
17
INSPIRATION POINT
420 Marigold Avenue
Ocean Blvd. at Orchid Avenue
Corona Del Mar
Corona Del Mar
5
BALBOA BRANCH LIBRARY
18
LAS ARENAS PARK
100 E. Balboa Blvd.
Balboa Blvd. at 16th Street
Balboa
Balboa
6
ADMIN. GENERAL SERVICES BUILDING
19
LIDO PARK
592 Superior Avenue
Via Lido at Entrance to Lido Isle
Newport Beach
Newport Beach
7
BALBOA PIER RESTROOMS
20
LOOKOUT POINT
•
Base of Balboa Pier
Ocean Blvd. at Goldenrod Avenue
Balboa
Corona Del Mar
8
MARINE DEPT HEADQUARTERS
21
NEWPORT ISLAND PARK
Base of Newport Pier
Marcus at 39th Street
Newport Beach
Newport Beach
9
BALBOA YACHT BASIN
22
WEST JETTY VIEW PARK
829 Harbor Island Drive
Ocean Blvd. at Channel Road
Newport Beach
Balboa
10
MC FADDEN SQUARE RESTROOMS
23
WEST NEWPORT PARK.
70 Newport Pier
Seashore Drive at 57th Street
Newport Beach
Newport Beach
11
CITY ATTORNEY'S OFFICE
24
38TH STREET PARK
3300 Newport Boulevard
Balboa Blvd. at 38th Street
Newport Beach
Newport Beach
12
PUBLIC WORKS DEPARTMENT
25
15TH STREET RESTROOMS
3300 Newport Blvd.
15th Street at Ocean Front
•
Newport Beach
Balboa
13
UTILITIES ADMIN. BUILDING
26
GALAXY PARK
949 W. 16th Street
Galaxy Drive at Rigel Circle
Newport Beach
Newport Beach
14
CDM YOUTH CENTER
27
SPYGLASS RESERVOIR PARK
5th and his Avenues
Muir Beach Circle Cul -De -Sac
Corona Del Mar
Newport Beach
JZT 4
�G
S4
�Q�o�kYg a
SANIMGO DR
�Q'11
1oa
�
gAY
�a7
0
ie
fn 6
t was,
Y�
'aA'ifl,
�zqJ'
IO
a
0
m
o t�
O
1�
tl�
O
X
S
N
W
QO'
33HWV(
avow NO
z d
fn Pgt�
_R
nip,
a
d 6
SANIMGO DR
�Q'11
1oa
�
gAY
�a7
0
ie
fn 6
t was,
Y�
'aA'ifl,
�zqJ'
IO
a
0
m
o t�
O
1�
Authorized to Publish Advertisements of all kinllcluding public notices by
Decree of the Superior Court of Orange County, California. Number A -6214,
September 29, 1961, and A -24831 June 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
May 13, 19, 1994
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on May 19 , 199 g__,
at Costa Mesa, California.
i
Signature
i'f -o✓
Sealed butt may be re-
calved at the office -of the
City Clerk, 3309 Newport
Boulevard, P.O. BOX 1768,
Newport Beach, CA 92659.
1768 until 11:00 A.M. on
the tat day of JUNE, 1994
at which Bme Such bids
shag be opened and read
Approved byy the City
Council this 9TN day of
MAY, 1994,
Wanda E. Reggio,
City Clerk
Prospective bidder ra may
obtain "0 set of bid docu-
men s at no cost at the 01.
Bee of the Public Works
Department, 3300 Newport
Boulevard, P. O. Box 1768,
Newport Beach, CA 92659-
1768.
For further Information,
ce0 lJOyd Dalton, Project
Manager„ at (714) 644-
3311.
Published Newport
Beach -Costa Meat Daily
Pilot May 13, 19, 1994.
Fth682