HomeMy WebLinkAboutC-2211 - San Joaquin Hills Road and San Miguel Drive Traffic Median Landscape Development: Paving Only0
September 15, 1981
CITY OF NEWPORT BEACH
Nobest, Incorporated
P.O. Box 874
Westminster, CA 92683
Subject: Surety:
Bonds No.:
Project:
Contract No.:
The City Council on July
subject project and auth
Notice of Completion and
Notice of Completion has
OFFICE OF THE CITY CLERK
(714) 640 -2251
Balboa Insurance Co.
102535 `
Traffic Median Landscape
2211
27, 1981, accepted the work of
Drized the City Clerk to file a
to release the bonds 35 days after
been filed.
Notice of Completion was filed with the Orange County Recorder
on August 4, 1981 in Book No.14168, Page 33. Please notify
your surety company that bonds may be release 35 days after
recording date.
Wanda E. Andersen
City Clerk
WEA:lr
CC: Public Works Dept.
City Ilall • 3300 Newport Boulevard, Newport Beach, California 92663
Please Return to:,
City Clerk's Office
City Hall
3300 Newport Blvd.
Newport Beach, CA 92663
NO CONSIDERATION
41 J1
EXEMPT
NOT1C C MP ,ETION
PUBLIC WORKS
BK 14168P0 33
7K+ to OFFMAL �ceMes
7AM 9 C> 1H M. GIIfM�ll . A6 4'84
A.
to All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Tema Int-h 19gl
the Public Works project consisting of San Joaquin Hills Road and San Miguel Drive _
Traffic Median Iandscane Development: paving_ Only (Contract No. 2211)
on which Nobest c or ed, p
was the contr c,(p , and Balboa
was the su wa9'completed.
I, the undersigned, say:
VERIFICATION
CIT); OF NEWPORT ) BFACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ,July 29th 1981 at Newport Beach, California.
is 1,qorii irec or
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 July 27th, 1981 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 July 29th, 1981 at Newport Beach, California.
City Clerk
July 29, 1981
0 0
' CITY OF NEWPORT BEACH
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, California 92702
OFFICE OF THE CITY CLERK
(714) 640 -2251
Dear Mr, Branch:
Attached for recordation is Notice of Completion of Public
Works project consisting of San Joaquin Hills Road and San Miguel
Drive Traffic ?Median Landscape Development: Paving Only,
Contract No.,2211 on which Nobest Incorporated was the
contractor and Balboa Insurance Company was the surety.
Please record and return to the City Clerk's Office.
Thank you,
14ANDA E. ANDFRSFN
City Clerk
14EA: da
Fncl.
City flail • 3300 Newport Boulevard, Newport Beach, California 92663
Please Return to:
City Clerk's Office
City Hall
3300 Newport Blvd,
Newport Beach, CA 92663 NOTICF. OF COMPLETION
NO CONSIDFRATION
PUBLIC WORKS
I o All Laborers and Material Men and to Every Other Person Interested
YOU WILL PLEASE TAKE NOTICE that on .Tina 1Orh 1981
the Public Works project consisting of San Joaquin Hills Road and San Miguel Driye___
Traffic Median landscape Development: Paving, Only (Contract No. 2211)
on which Nobest, Incorporated, P.O. Box 874, Westminster, CA 92683
was the contractor, and Balboa Insurance Company _
was the surety, was completed.
�JTY OF NEWPORT BEACH
Pu lic Works Director
VERIFICATION
I, the undersigned, say:
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 July 29th 1981 at Newport Beach, California.
ores 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 July 27th, 1981 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 July 29th, 1981 at Newport Beach, California.
l
City Clerk
i
• TO: CITY COUNCIL
FROM: Public Works Department
July 27, 1981
CITY COUNCIL AGENDA
ITEM NO. -- eo
SUBJECT: ACCEPTANCE OF SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC
MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY (C -2211)
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 filed.
DISCUSSION:
The contract for the construction of planters and paving in the
• medians of San Joaquin Hills Road and San Miguel Drive has been completed to
the satisfaction of the Public Works Department.
The bid price was $79,617.00
Amount of unit price items constructed 82,030.00
Amount of change orders None
Total contract cost $82,030.00
The increase in the amount of unit price items constructed was
primarily due to a greater area of the cobblestone pavement than had been
estimated.
Funds were budgeted in the Parks and Recreation Fund.
The design was performed by Paula A. Bosza, Landscape Designer.
The contractor is Nobest, Inc., of Westminster.
The contract date of completion was June 30, 1981. All work was
completed by July 3, 1981.
• c J
/ � t �hC�liH
Benjamin B. Nolan
Public Works Director
GPD:jd
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the.office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M.
on the 30th day of Aori1 ,1981, at which t me sue— uch bid
shall be opened and read af
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY
Title of Project
2211
Contract No.
$84,700
Engineers Estimate
Approved by the City Council
this 13r th day of April ,1981.
Wanda E. Andersen
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,
Newport Beach, CA 92663.
For further information, call Lloyd Dalton at 640 -2281.
Project Engineer
. CITY OF NEWPORT BEACH •; PR la
PUBLIC WORKS DEPARTMENT
PROPOSAL
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY
Title of Project
2211
Contract No.
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposed
to furnish all materials and do all the work required to complete this Contract No. 2211 in
accordance with the Plans (Drawing No. P- 5101 -S) and Special Provisions, and will take in
full payment therefor the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 13,835 Construct 4" "Cobblestone" PCC pavement
Square Feet
2
3
as
@ Two Dollars
and
Twenty Cents $_ 2.20 $30.437.00
Square Feet
3,450 Construct "Sandblasted" PCC planter
Linear Feet walls
@ Ten Dollars
and
No Cents $ 10.00 $_34,500.00
Linear Feet
4,840 Construct 4 "PCC Mow Strip
Square Feet
@ Two Dollars
and
No Cents $ 2.00 $ 9,680.00
Square Feet
625 Construct Conduit Sleeves
Linear Feet
@ Eight Dollars
and
No Cents $ 8.00 $ 5,000.00
Linear Feet
Contract No. 2211
cont
TOTAL PRICE WRITTEN IN WORDS:
Seventy -nine Thousand
Six Hundred Seventeen Dollars
and
Nn Cents
• PR lb
S I RP RATED
Bidders Name
$ 79,617.00
April 30, 1981 S /John W. Behymer
Date (Authorized Signature)
CONTRACTOR'S LICENSE NO. 359622 TELEPHONE NUMBER (714) 894 -5000
CONTRACTOR'S ADDRESS P. 0. Box 874, Westminster, CA 92683
• • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3.. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5.
of the California Labor Code for all apprenticeable occupations.
359622 A
Contr's Lic. No. & Classification
April 30, 1981
Date
NOBEST.INCORPORATED
Bidder
SJ,lnhn Rehvigna Vice Prpcidpnt
Authorized ignature /Title
0
DESIGNATION OF SUBCONTRACTORS
• Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1.
11
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
NOBEST, INCORPORATED
Bidder
S /John W. Behymer. v'
Authorized Signature Tirtieident
FOR,RIGINAL SEE CITY CLERK'S FILE C�Y
Page 4
Bond No.: L05- 027962 -65
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, NOBEST, INCORPORATED , as bidder,
and BALBOA INSURANCE COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid,
not to exceed Ten Thousand and no /100 Dollars ($10,000.00 ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day
of April , 1981.
(Attach acknowledgement of
Attorney -in -Fact)
96T. r,• J
Commission expires June 8. 1984
NOBEST, INCORPORATED
Bidder
S /John W. Behvmer, Vice President
Authorized Signature /Title
BALBOA INSURANCE COMPANY
Surety
By S /Jean Pyle
Title Attorney -in -Fact
NON - COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 30th day of April ,
19 81.
My commission expires:
December 18, 1984
NOBEST, INCORPORATED
Bidder
S /John W. Behymer, Vice President
Authorized Signature /Title
S /Jan Moses
Notary Public
FOR _VGINAL SEE CITY CLERK'S FILE C� Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY.
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
NOBEST,,INCORPORATED
S /John W. Behymer, Vice President
Authorized Signature /Title
0
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Colleted For Whom Performed (Detail) Person to Contact Telephone No
To be submitted
NOBEST, INCORPORATED
Bidder
S /John W. Behymer, Vice President
Authorized Signature /Title
0
CAN' CSI;, NEWPORT BEACH
DATE May 29, 19981
- h
TO: FINANCE DIRECTOR
FROM: City Clerk
OFFICE OF THE CITY CLERK
(714) 640 -2251
SUBJECT: Contract
Description of Contract San-Joaquin Hills Road and
San Miguel Drive _Traffic _Median Landscape Development:
Paving Only ------- - - - - -- - - -- -- -
Effective date of Contract May._2?,_j- 983-
Authorized by Resolution No. 10036 ado( -ed on 5 -11 -81
Contract with Nobest, Incor.por_ated
Adress P.O. Box 874
Westminster,CA 92683
7vnount of Contract $79,617.00
WANDA F. ANDERSEN
City Clerk
5 -8]
();Y 1!:,11 , ;3 :io O Nc�%janrl 1',nulcc;i<<I. Ac�rE���rt Bc:wh. (;ilii��ruc< 92)66:;
• CITY OF NEWPORT BEACH • PR la
PUBLIC WORKS DEPARTMENT
PROPOSAL C
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE (L�
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY - mif
Title of Project
Ti �, /
2211
Contract No.
To the Honorable City Council •,�r�'
City of Newport Beach r I //l 66
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen: 6
The undersigned declares that he has carefully examined the location of the work, has read
the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposed
to furnish all materials and do all the work required to complete this Contract No. 2211 in
accordance with the Plans (Drawing No. P- 5101 -S) and Special Provisions, and will take in
full payment therefor the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
13,835 Construct 4" "Cobblestone" PCC pavement
Square Feet
@ -7 C.CJ c'� Dollars
and
/ iilJP� I/ Cents $2,Z4D
Square Feet
2. 3,450 Construct "Sandblasted" PCC planter
Linear Feet walls
$30437co
@ / P h Dollars
and
Cents $ /P•OCD $3 Y,S00, eo
Linear Feet
3. 4,840
Construct 4 "PCC Mow Strip
Square Feet
7--
@ % C7
Gf�
Dollars
�—
and
Cents
$ Z • 00
p
$ f ,20 to
Square Feet
4. 625
Construct Conduit Sleeves
Linear Feet
JJ,
Dollars
—
and
Cents
$
$ 37S
Linear Feet
•
• PR lb
Contract No. 2211
cont
TGTA �PRF WRITTEN IN WORDS:
l wo jYlourav
ycuv NuHcfr�ol�0,>{1wo Dollars
and
_ Cents
I -
1T 1
Date
�, tN CUP:Ptiis:ii a
Bidders Name
J
orized Signa
CONTRACTOR' S L ICENSE NO. ' j 5 9 (Q 22 TELEPHONE NUMBER rJ il_)
P.D. Box 374
CONTRACTOR'S ADDRESS M'eatminliteL Cal. 92W
Ll
NSTRUCTIONS TO BIDDERS
• Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL.form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
5 Q(Q"ZZ 4 NOCEST, INCORPORATED
Contr's Lic. N.. & Classification 1�dde
Date Lgthorized Signature /Title V n
0
DESIGNATION OF SUBCONTRACTOR(S)
• Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
12.
NO ®EST, INCORPORATED
Bidder
Authorized Signature it e
V PY L°- S
Vic
n
• Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has.not directly or
indirectly, entered into any arrangement or agreement.with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached.bids; that no bid has been
accepted.from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does.not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested., offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to_�before me
this day of_7
19�.
My?*� F:
�✓'1 � niSES
Ji1 n Jyi
NOBLI -SI, INCORPORATED
Notary Public
i /
—�f
• Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY.
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
NOBE$f, INCO- IRPORATED
;✓ V
I VIq?--5
•
0 Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
leted For Whom Performed (Detail) Person to Contact Telephone No
NOGEST, INCORPORATED
Bidder
Authorize Signature /Title V
�Y'� �
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
• Page 4
Bond No.: L05- 027962 -65
That we, Nobest, Incorporated , as bidder,
and Balboa Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid, not to exceed
-Ten Thousand and no/ 100--------------- --- -- -- ----- ---- Dollars ($-10,000-00- )
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Landscape Development, Paving Only
San Joaquin Hills Road & San Miguel Drive, Traffic Median
e
t
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day
of April 1981.
Nobest,,.Incorporated
Bi4d r /
(Attach acknowledgement of
Attorney -in -Fact) / �CiC/ � —f✓T�
zed Signature /Title
Balboa Insurance Company
Surety
By
L Je� Pyle �
Title Attorney-In-Fak
STATE OF CALIFORNIA
/ ss:
County of ORANGE
On this 3Uth day of
DOUGLAS J XEYWORTH
it 19 . 11 before me
a Notary Public in and for the said
County of ORANGE State of _._- CALIFORNIA— ..., residing therein, duly commissioned
and sworn, personally appeared Jean Pyle . . -. —._ .known to me to be the Attornrry•in -Fact of the
Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me
that h 5 d the name of the Balboa Insurance Company O'creto and his ou,n name as At tome 1n- Fact.
� r
OF rl SEAL %
- DUiIGL451 KEYvlOR!A ryYfi f � Y f --
wo i..•r to }u F;;aN!,x otn blic in and or th ount o
��.�
OR4 \GE CCCOry
MY Cm- ,mission EXP. June S. 1984
ORANGE State of CALIFORNIA —
l •
- *BALBOA INSURANCE COMPANY
620 NFWPOPI CPNTPF f ti !'vt -. NEWPOAr 6:.A.CH CALI rt)ra,nA 92CO,-
GPA__.
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Knott, All :Men hr These Presents, That BALBOA INSGRAN( 1. COMPANY, a corporation duly organized and rsisli;g
under the laws of the State of California, and having its principal ofticc in Newport Beach, Oranee County. Cahfoniiu, does by
these presents make, constitute and appoint .-
JEAN PYLE
of_ Anaheim and State of California _j,, true and lawful Attomer(s)tn -Fact, with (till
power and authority hereby conferred in its amne, place and stead. to execute. acknowledge and deliver.... —_,_ ...
,. CONTRACT BONDS (S. B. A. Guarantee Agreement )=$249, 999.99; LICENSE F, PEP,%IIT
BONDS - $50,000.00.MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $SO,000.00;
COURT BONDS - $50,000.00;_ FIDUCIARY BONDS - $50,000.00
"THIS POWER
and to bind the Company thereby as tally and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby rauf'ong and cordinniug f;l that the said
At tornes,(A -in -Fact may do in the premises. Said appointment is made under and by authority of the hallowing iesolution adopted
by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March. 1961.
"Be It Resolved, that the President, anv Vice- President, any Secretary or any Assistant Secretary shall be and Is hereby
vested with till! power and authority to appoint any one or more suitable persons as Attorney(s)-in -Fact to represent and act for
and on behalf of the Company subject to the following provisions:
".Sealion 1. Artornev -in -Fact. Attorney -in -Fact may be oivea full power and authority for and in the name of and on
behalf of the Company. to execute, acknowledge and deliver, any and all bonds, raco'enirainces, contracts, agnte!nco Li of indefiutity
and other conditional or obliaatuiy midertakings and any and all notices and ducuuients canceling or let nu flat lug die Company -s
liability tliansnder, and any ntch imtrunienis a" executed by any such Attorney -urEact shall be binding upon the Cornpam as it
signed by the President and .sealed and attested by the Corporate Secretary.'
In, lt'imess IVhereraf. Balboa Insurance Qnupauy has caused these presents to be sinned by its Senior
V1Ce President and its corporate seal to be hereto if fI)xcil This,._. Sth _._. day of
�_. .._ January__ All, 1981
(k Inccra cte9
State of Ca;lfornla � o
County Of. Change )
BALBOA t,ASrk'RAjXE fOy -IPANY �
By
On this 5th �„I✓ /January A.D , 19_81.._ , before nie
: =fin, '"� -_ persnnuly carte
William Palgu Lt to tie known, who, being by file duly sworn, did depose and say,
DSission Viejo, California
that he rcve.es m_.,._...�. _. J that he is
Senior Vice President of BALBOA INSURANCE COMPANY, the company described in. and which
executed the above inslrumeul: that he knows rite seal of said Company: that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors ofsaid Compan and that fie signed his name d roCla by like order.
"°CST ' V -u tan Puhlit,
w 2 e
}
1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and lore"'ing Is a full, eve and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the saol Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Potver of Attorney is signed and seabed by f:reshn!ie under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Cuutpany at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repe;dcd:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation. and the seal of
this Corporation, Wray be affixed or punted by facsimle to any cerriiicate to a Power of Attorney of this l'urpurauou, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under by hand and the seal of said Company, at Newport Beach, Cahtornia. [his_ 3Uth_ _ day. of
April I 19 81
THIS POWER OF ATTORNEY EFFECTIVE ONLY
IF ATTACHED TO BOND NO. L05- 027962 -65
B29Bi72
(; U �PCretary
• . Page 8
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
PA`:MENT BONG
KNOW ALL MEN BY THESE PRESENTS.,.That
tjas,L . r;2= 5
WHEREAS, the City Council of the City of Newport Sea --h, State of California, by
motion adopted V,;y 11, 1931
has awarded to — OORr'' NOBEST, IWORAT;Ell
a
hereinafiter designated as the "Principal ", a contract for _
SM J4KNIN HILLS ROAD AND SAN MIGJEi DRIVE
in the City of Newport Beach, in strict conformity with the Drawings and Specifics ions
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: =nd the
terms thereof require the furnishing of a band with said contract, provic-Anc that if
said Principal or any of his cr its subcontractors, shall :"ail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We 140BFs'T , wearoyAla*,
as Principal,
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
!SEVENTY NWF-- M005XjQ1) 51' VPj a SEJEMTiEF -" ik oo Dollars ($ 79,047.x' _?,
said sum,-being one -half of the estimated air&ount payable by the City of Newport Beach
under the.terms of the contract, for which payment well and truly to be made we bird
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 Princioa-, or
his subcontractors, fail to pay for any materials, provisions, provender, or Other
supplies or teams, used in, upon, for, or about the performance of the work contracte?
to be done, or for any other work or labc,- thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or iabo; °, 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 4204 of tine
Government Code of the State 0 California.
This bond shall inure to the benefit of any aid a1T persons, companies, and
corporations entitled to file claims under Seciion.::181 of the California Civil Co £
so as to give a right of action to them or their assigns in any suit brought upon
l
Pay en* pond (Continued)
this bond, as req:ired by the Provisions of Section 4205 of ':he GoverrFi_,t
the State of California.
And said Surety, for value received, hereby stipulates and agr. -eS ' ^,a_ _... _
extension of time, alterations or additions to the *_erms of the ccntvGci.,r
work to be- .performed thereunder or the specifir.ations accompanying the
any wises affect its obligations on this bound, and it does hereby waIN,e t• c
such change, extension of time, aitera *_ions or additions'to the terms of th_
or td the work'or to the specifications,
T
In the event that any principal above named executed this bond as an in3ivid.: .
it is agreed that the death of any such principal shall not exonerate the Surety i'r�m
its obligations under this bond.
.IN WITNESS WHEREOF, this instrumert'has been duly executed by the Principal and
Surety above named, on the 2G day of MAY 19:
V
Authorized Signature and Titre
VFIpPEPS If i�t3Ri1NCE CJPifLrFS y {Se9
name of Surety
Vo. BOX
Be4 Lc5 A LAH 17LS , CkLlF,
Addross of Syirgty, �—
i .i...<
Appr ved as to form- Signature end l i i) e of
_ Address of Agent
City Attorney
?.ix 5 71 - =:60
telephone No. of Agent
STATE OF CALIFORNIA,
ss
COUNTY OFOr�__
ON may.
26, -- 19 81
before me, the undersigned, a Notary Public in and for said State, personally appeared
AMOWLEDGMT— Cwpenti *okotts F" nt -.tv. &M
John W. Behymer known to me to be the
_—Vice PresidP.nt.
of the Nobest Incorporated _
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that Such Corporation executed the same.
WITNESS my hand and official seal.
Nobry Pealic in ad said Stab.
SA' I f l °Ick
��-
ORANGE CGUN7Y
MY carom expires JUL
AMOWLEDGMT— Cwpenti *okotts F" nt -.tv. &M
John W. Behymer known to me to be the
_—Vice PresidP.nt.
of the Nobest Incorporated _
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that Such Corporation executed the same.
WITNESS my hand and official seal.
Nobry Pealic in ad said Stab.
STATE OF CALIFOR.A!A
ss:
.....................COUNTY of LOS ANGELES
On ..... MM .... ..... 20 1 �.9 1.1 ............... before me, the undersigned, a Notary Public of said county
....... `' /, t� p � Ap
and state, per tonally appeared --- .------ - ----_DDdh.'1LD-- -E •...bF P P..---........---- ...... .... ..... .......... _........... __.- - -....
known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to
me to i,e the person who executed the within instrument on behalf of the corporation therein named, and
ackno le l�fi „�p,,� „k6at �madnoemryornti9n executed the same.
OFFICIAL SEAL
s ^” _
LINDA D. YATES
by' NOTARY F'U 6lIC CALIFORNIA _ • ..�1+1 �� �T�pr. .....
.�.• t > -pAL OFFICE IN
x
COUNTY o •\L• Public
tdy Comnissicr, Expires April 30,
1482
inn„ m,,,,„ uwn wnn,n n ,nm„imuu,,nm „u,,,,,,,,,,,,,,,,, n,..... ...nnwnnn,w
FAITHFUL PERFORMANCE BOND 1 a �;,t, s•:C .
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of Califr.r ^5'c•. ::
motion adopted may 11, 1581,
has. awarded to � NOBEST, INCORPORATED,
hereinafter designated as the "Principal", a contract for
SAN JOAWIN HILLS MAP AND SAN Nr l L DRIVE
TRAFFIC MEC,IAN LANDSCAPE DEYELOPMENT: PAVING ONLY CC••2211 )
in the City of Newport Beach, in strict conformity with the Drawings and Speci4ica ions
and other contract documents on file in the office of the City Clerk of the City; e=
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract ar_
terms thereof require the furnishing of a ,bond for the faithful performance c•f said
contract;
NOW, THEREFORE, We, NOSEST,, tmc000 Areb
as Principal, and
as Surety, are held and firmly bound unto the City of Newport Beach, in the sun o=
SEVEWY WNE 1%OuSArib:Si4 NN'tL5 W*TEEN s oo /tots Dollars 1$ 7�, ,0'7 ^'
said sum being equal to 100% of the estimated amount of the contract, to be :aid ;c
the said City or its certain attorney, its 'successors, and assigns; for whir' payr:,er;t
well and truly to be made, we bind ourselves, our heirs, executors and adnir. strat•Drs,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden rrinc"rcl,
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, a -,-
ditions, and agreements in the said contract and any alteration thereof made as lt�r `n
,provided on his or their part, to be kept: Bind performed at the time and in the minner
therein specified, and in all respects according to their true -intent and m_arrinn, and
shall indemnify and save harmless the City of Newport Beach, its officers a.. ^.j a;entS ,
as therein stipulated, then this obligation shall become null and vo`d; rt =_rwise i
shall remain in full force and virtue.
And said Surety, for value received, hereby slipul•ates arrd agrees th:_t -^ c!. .:_,.
extension of time, alterations or additions to the terms of tr =_ -ontract cy t_ ° :-
work to be performed thereunder or to the specificat,ons.a-
in any wise affect its obligations on this bond, apd it does :Jr._°ecy e;ai,e _d
Faithful Performance Bond (Continued)
i
of any such change, extension of time, alterations or additions to t i,e tear-
contract or to the work or to the specifications.
In the event that any principal above naned executed this Do-16
it is agreed that the death of any such principal shall not e):jnei-Etc ter
its obligations under this bond.
T,N WITNESS WHEREOF, this instrument.has been duly executed by the
Surety 'a bove-,named, on the 1 76 day'of HAY
l Csf ST It';C(DRPOPA-rEb
Name rf..,Contractor (Principal)
Mlarized Signature and Title
Authorized Signature and Title
LXYELOMIS IMSURAOC-e- COHPA:IiZV
Name cf Surety
Addr ss of Surety
Signature and Title of Ainhoir"I.-1:. ! gert
Approved as to form-
Address of Agent
"City Attorney (213)
Telephone No. of Agent
II
STATE OF CALIFORNIA
SS:
.................... .........................COUNTY OF Los ANGELES
On ................ HA. Y.. .U--- �- [Ml ..................... before me, the undersigned, a Notary Public of said county
and state, per;,onally appeared .._._-----.--.—_ DOMALb ---E'- PAPP ----------- - --- ..---- - --- - ---- --
known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to
me to Le the person who executed the within instrument on behalf of the corporation t!icrein named, and
"�• t! ^dL k� YATES
NOT;.:2Y F:IOLIC CALIFORNIA
FRZ t .7PAL OFFICC IN
'•�'m/ LC•S nWLI.CS COUNTY
My Commission Exp�mL April 30, 1982
_. _.
- _.. ...- ...:.......................
executed the same.
Not'x Public
' STATE OF CKIFORNIA
ss.
j COUNTY OF QrAnge— _ —_ - -1
11N May 26,
before me, the widersigned, a Notary Public in and for said State, personally appeared
C i
OFFICIAL Sr—AL
'�.
SALLY IJI.RICH 1
Il
NOTAPY o,lel -C 7A!,IP ORN,,
ORANGE COUNTY
My comm. expires AIL 27, 1984
ACg10YILFDaYFNT— eprprNwr- wolcottl ipw tiF -1tA. 3M
known to me to be the
of the __ tvoeeST lncorpora —uu
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
ij
i•
i
i'
r
(
t
iy
CERTIFICATE•OF INSURANCE ` Page 13
City of Newport Beach
3300 Newport Boulevard Newport Beach, CA 92663
-
COMMERCIAL UNION
Policy
VLetter
NOBEST INCORPORATED -
. FREMONT I14DEMNTTY
No.
This is to certify that policies of insurance listed
above and are in force at this tine, including.attached
below have been issued to the insured named
endorsement(s). '-
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSAImS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
ac
Date
occurrence Acareoato
GENERAL LIABILITY
-
Comprehensive Form
TOP
Bodily Injury
$
S
A
`,gyp Premises- Operations
11 /1/
1
Explosion E Collapse Hazard
57
Property Omega
$
$
0 Underground Hazard
]1 Products /Completed- Operations
729
Hazard
Yl Contractual Insurance
Bodily Injury
and Property
f 500,
= 500,
Jp Broad Form Property Damage
Dame a Coati nod
fIndependent Contractors
I Personal Injury
Personal Injury
$
-O Marine
500,
500,
0 Aviation
AUTOMOTIVE LIABILITY
B
ygl:amprehensive Form
CAE
Bodily Injur
f
66
Each Person
y injury
Each Occurrence
D Owned
47
8/21/8R
f
\00MEN
j{7 Hired
53
\
Pro art Dania e
y n ury a
Property Damage
f 500,
T] Non -owned
��
Combined
ERE
1p Unbrella Form
20
10 /10
AOdil Injury
C
0 Other than Umbrella Form
3177
and Property
$ 11000,
$ 1,000,
Dams a Cambined
-
URKE
ta uto
D
and #WP80
0755
0
t
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s). -
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 certificate holder by nail.
Att ntion: Public Works Department
GOODMAN INSURANCE AGENCY INC. 5/6/81
By t r z epresentat ve cy. 1864 S. SANTA CRUZ - - WiTueRr
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,
T
..,. _
'.r dam. "�_
• Page 14
I 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 to
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
(X) Single Limit
Bodily Injury Liability
and
Property Damage Liability.
Combined
occurrence
E each occurrence
500,000..
E each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,.
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department. _ _
5. Designated Contr ct:,sttir. JQ G/�Vl rl/ �lf SiPiVw!-(' KC alvC Fre �� ' L
1 j-cdca -. k�S«10f D.e C � ye ontract a 2Zf1
This endorsement is effective 5/6/81 at 12:01 A.M. and forms a.part of
Policy No. CAR 66 nv •53
Named Insured NOBEST INCORPORATED Endorsement No.
Name of Insurance CompanyCOMMERCIAL UNION
. -5
• Page 15
• 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 the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable -to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach..
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
O Multiple Limits -
Bodily Injury Liability E each occurrence
Property Damage Liability $ - each occurrence-
( $ Single Limit -
.Bodily Injury Liability S 500,000. each occurrence
and
Property Damage Liability -
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department`
7. Designated Contract: L(t y 1lY
` n ,ry ggnn GeM t QL! e
�'Icc�Lu �&&- Jvletpe ti Vg Title
This endorsement is effective 5/6 /B1 . at 12:01 A.M.
Policy No. m
Named Insured
Have of Insurai
O 2211
fo;4s a part of-
Tr—p, /T, "
,.
_ .
,�. 4
:� �,
.. ._,..., �.....,.. �__ti�u ..
• Page. 16
CONTRACT
THIS AGREEMENT, entered into this �ay of /i 19 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City, n
NOBEST INCORPORATED hereinafter "Contractor is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211
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:
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211
Title of Project Contract. o.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manher, 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
Seventy-nine Thousand Six Hundred Seventeen .($:- 79,617 '.DO ).
This compensation includes 1 any loss or. damage arising from the nature of t e
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)
0
t �
.....'hT .. .w �:°i�- `3'x'4... �£`- .'%rev AHSd• z.. "..t+ a... .. v: xaS'.':..a s-'-' +L. sY.�: .':... � .. ..... «�:.
a�i s.. mss-•' _ . ...1°f..v £!YY.e.� _
t
1 Page 17
(f) Plans and Special Provisions for SAN JOAQUIN HILLS ROAD AND SAN
MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211
Title of Project Contract No.
(g) This Contract.
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. .
CITY OF NEWPORT BEACH
ATTEST:
1
City Clerk
APPROVED AS TO FORM:
C ty Attorney %�—
By
Its
_BQBEST, 1
f[�
CITY
CONTRACTOR
STATE OF CALIFORNIA,
r ss.
COUNTY OF Orange I
-- ON! May 262 19_ 81
before me, the undersigned, a Notary Public in and for said State, personally appeared
John W. Be_h mmr known to me to be the
» Vice
of the Nnbeg Tn .nrnda .ems _
the Corporation that executed the within Instrument, known to me to be the person who
exeruted the within Instrument, on behalf of the Corporation, therein named, and acknowledged
�JF r 3C ALA to me that such Corporation executed the same,
ORANGE COUNTY
r ; , WITNESS my hand and official seal.
��•� rub My carom_ expires JUL 27, 1984 :)
..-- :�•_,.-- mss- rf�� <:.; �_�,�
AMOWLEDMENT— Cupamba%- Wakotts Fp !!a —Re. W Nohry Public in a said State.
I. SCOPE OF WORK
0 CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE
TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT:
PAVING ONLY (C -2211)
SP 1 of 2
The work to be done under this contract includes clearing and grubbing; excavation
and disposal of earth; installation of conduit sleeves; and construction of
"cobblestone" portland cement concrete pavement, sandblasted portland cement concrete
planter walls, and portland cement concrete mow strips.
This contract requires the completion of work in accordance with these Special
Provisions: the Plans (P- 5101 -S), the Standard Special Provisions and Standard
Drawings for Public Works Construction, 1980 Edition; and the Standard Specifications
for Public Works Construction, 1979 Edition and 1980 Supplement, hereinafter referred
to as the Standard Specifications. Copies of the Standard Specifications may be
purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Copies
of the City's Standard Special Provisions and Standard Drawings for Public Works
Construction may be purchased for $5 from the Public Works Department.
II. COMPLETION OF WORK
The work to be done under this contract shall be completed within 30 calendar
days from the date the City awards the contract.
III. WORK AREA AND TRAFFIC CONTROL
The Contractor may occupy a 12 -foot wide portion of the roadway adjacent to a
traffic median where work is being performed, provided that he install traffic
control in accordance with Section 7 -10 of the Standard Special Provisions.
IV. PAYMENT
Payment for incidental work, such as excavation and disposal of earth, installation of
conduit sleeves, traffic control, etc. shall be included in the unit prices bid for
each item of work in the Proposal, and no additional compensation shall be made.
V. WATER
Water for this work shall be provided free of charge by the City. The Contractor shall
make his own provisions for water supply and application, and shall contact the City's
Utilities Supertintendent, Mr. Gil Gomez, at 714/640 -2221 to arrange for the water
service connection.
VI. GUARANTEE
The Contractor shall guarantee, for a period of one year after acceptance of the
work by the City Council, all materials and workmanship against defect. Any
such defect shall be repaired at the Contractor's expense.
VII. CONSTRUCTION DETAILS
A. Cobblestone Pavement
1. Concrete
Portland cement concrete shall be class 520 -C -2500.
2. Color
SP2of2
2a. Color hardener shall be a "Lithochrome color hardener" as manufactured
by L. M. Schofield Co. of Los Angeles, California.
2b. Color wax curing and finishing compound shall be a "Lithochrome Colorwax"
as manufactured by L. M. Schofield Co. of Los Angeles, California.
2c. Final color shall appear uniform throughout the surface area and shall
match the existing San Joaquin Hills Road median island paving when the
concrete is fully cured.
3. Pattern
"Cobblestone" pattern imprint shall match the existing San Joaquin Hills
Road median island imprint.
4. Workmanship
"Cobblestone" pattern joints shall be straight and continuous without
noticable swaying or offsets between dyes and with consistent depth of
imprint.
B. Conduit Sleeves
Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves
shall be located below the finished paving surface in accordance with Detail K,
sheet 5 of the plans. Sleeve diameters shown on the plans are to accomodate
future installations of PVC irrigation laterals with couplings, plus 2" PVC
pressure conduit with fittings and irrigation controller wires. Sleeves may
run continuous through planter openings. Sleeve ends shall be capped in a
manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or
heavier.
TO: CITY COUNCIL
FROM: Public Workq
SUBJECT: SAN JOAQUIN
DEVELOPMENT:
RECOMMENDATIONS:
0
- May 11, 1981
J CITY COUNCIL AGENDA
ITEM N0.
By fhe Qj f Y CUUiVCIL
CITY OF NEWPORT BF.gCH
Department
TILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE
PAVING ONLY (C- 2211)
1. Waive the informalities associated with Nobest, Incorporated's
bid proposal.
2. Adopt a resolution awarding Contract No. 2211 to Nobest,
Incorporated, for $79,617 and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on April 30, 1981, the City Clerk opened and read the
following bids for this project:
Bid Position Bidder
1 Nobest, Incorporated
2 Luz Pina General Engineering
3 Santa Ana Valley Contractors
*Bid contained mathematical errors
does not change bid position.
Bid Amount
$82,442.00*
$93,984.25
$97,112.35
Corrected bid total ($79,614)
The corrected low bid is 6% below the Engineer's estimate of $84,700.
Adequate funds are provided under Budget No. 10 -7- 797 -038.
The low bidder's ( Nobest, Incorporated) bid proposal did not include
completed "Statement of Financial Responsibility" or "Technical Ability and
Experience References." Inasmuch as this data has now been submitted to the
Engineer, it is recommended that the informalities associated with the Nobest,
Incorporated, bid be waived. Norbest, Incorporated, has not performed previous
contracts for the City; however, it is a well - qualified contractor who has com-
pleted similar projects for other Southern California agencies.
The project provides for construction of stamped concrete paving,
planter walls and curbside mow strips in existing unlandscaped.medians on
San Miguel Drive between Pacific View Drive and Spyglass Hill Drive and on
San Joaquin Hills Road between MacArthur Boulevard and Marguerite Avenue (see
attached sketch).
F
0 0
May 11, 1981
Subject: San Joaquin Hills Road and San Miguel Drive Traffic Median Landscape
Development: Paving Only (C -2211)
Page 2
Plans and specifications were prepared by Paula A. Bosza, landscape
designer, and because of funding limitations, were divided into two separate
contracts by the Public Works Department. The second contract proposed to be
awarded in July of this year, will provide for automatic sprinkling systems and
plant materials within the medians.
Work on the paving contract is to be completed by June 30.
Benjamin B. Nolan
Public Works Director
LRD:jd
Att.
� oPo
RL �a
ff"�yJ V
o�
pc R'
a\ �
�_Liv�EY I
i
LOC4T
1.
i
r /
F \� Y
y LC
4Ly�
,ia0< 7
\ 0
F
1-
W-1 N
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
5AN JDAI-'-.CIIN PILLS ROAD AND SAN
M16LIEL DRIVE TRAFFIC MEDIAN LAND-
;CAPE DEV=LOPMENT - PAVING ONLY
ice,
ep
i „'•)'Y .:;;. \V _rte\
h `
c' .. \iC 1 I ��.1 i 1 t✓
it I J2 \ \i O lt
_:_
l� FJ : 1\:���I
,' - Tn w i rw/” L4,,,
77/7""'
QEaCf T` Q! /OC
r-
I i \\
�( C4rvy
II CRES> GR.
,I
�l C�9NYOiv L.
1
Av'rZeAlnif,z
C.7p coo
�. ^r.• �, �\ ✓SAS;
DRAWN.. '7r/ DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO" _
DRAWING NO.
9 0
RESOLUTION NO. 1.0036
A RESOLUTION OF THE.CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
(NO. 2211) TO NOBEST, INCORPORTED IN
CONNECTION WITH THE PAVING OF SAN JOAQUIN
HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC.MEDIAN
LANDSCAPE DEVELOPMENT
WHEREAS, pursuant to the notice inviting bids for work
in connection with the paving of San Joaquin Hills Road and San
Miguel Drive traffic median landscape development, in connection
with the plans and specifications heretofore adopted, bids were
received on the 30th day of April, 1981 at 11.00 a.m., and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is NOBEST, INCORPORATED.
NOW, THERFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of NOBEST, INCORPORATED in
the amount of $79,617.00 be accepted, and that the contract for
the described work (Contract No. 2211) be awarded to said bidder;
and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
MAI 11
ADOPTED this day of
Mayor
ATTEST:
City Clerk
HRC /pr
5/11/81
Amitxr _ 2 _:._.
_ I V•
AWL 20, i961
i <Ubini INCORPORATED
12 IJ NESTUN AQ
t1AHU=N OPUVE, CA 92649
The accompanying halance sheet of NOBEST, INCORPORATED
as of rEbRU ARY 28, 1981 and the related statements of income and
retained earnings for the period then ended have been compiled
ov me.
.A compilation is limited to presenting in the form of financial
statements information that is the representation of management.
1 have not audited or reviewed the accompanying financial
statements and, accordingly, do not express an opinion or any
otter Torm or assurance on them.
Management has elected to omit substantially all of the dis-
closures (footnotes and the statement of changes in financial
position) required by generally accepted accounting principles.
if the omitted disclosures were included in the financial
statements, they might influence the user's conclusions about
the company's financial position and results of operations.
Accordinqly, these financial statements are not designed for
those who wre not informed abort such matters.
Very truly yours,
hco abd
ASSET.
Esn in .- ;k_s 8 on hand s 4.038
S et ent i on s 106.39z
A courts rec. —trade 304.277
norK in � :ogress 24.869
gimp I oy e e�advanc es 200
h5woncEs to officers 24.109
iota! current assets
rixed assets
Construction equipment
49,030
Vehicles
34,820
Mobile rjdics
5,300
Urrice equipment
1,302
Less: Accun•, depreciation
(39,685)
Total fixed assets
Uther assets
Deposits 75
Prepaid interest 5,100
Prepaid Corp. income tax 5,100
Urganizeticn costs 1,091
Amort organization exp (472)
Dotal other assets
IUTAL ASSETS
S 463, 887
50,767
10,894
S 525,547
SLL ACCOUNTANK' COMPILATION kLPOR
hALIEW C. AND MAFIA DIANA 010, CP:1u, P1k:Wi'OUF IicACH, CA 42A60
J
ro 1 Y, es
c i nci) sp t x
t
3. 2
D.)
e
67,012
:J cer 3 employee loans
57,530
*_ate income tax
200
1 a, current I il-i I it ie q
------------
U! hzrt L11b ILI; ILS
total other liabilities
Dotal I. i,3bi I I ties
ui OCKHOLL)E:j6l EOULITY
CaE)ital stock 12.800
i r easm y, stock (8,100)
qet ai red ec: rr) inos 80. 123
Net Income for period (4.695)
-----------
Dotal shareholder equity
i I'AL L!Ab IL 1*1 S AND
I CC& 11 ODDF P3, EQUITY
44� , 418
0
447.418
80. 129
------------
$ 525.547
COMPILATION RL.PORI
cfAl.iLl� I., AN�;' AilA.1,11A !'!A?4A J! CPAj, lfl-M-OPI- Hi At -H. 0
.:1� c
:o:ai i,even jes
* °c cos sale_=.
u i•,'iJ SS f'R CIF i I
Indirect costs
GROSS Pi, Af2GIN
yen k Admin txpense
lNet Income Before Taxes
Prov for State income tx
tvet income for period
S 736,32'
736,323
674,962
61 , 361
17,834
43,527
61,066
(17,539)
0
$ (17.539)
100.0%
100.0%
91.7
8.3
2.4
5.9
8.3
(2.4)
.0
(2.4)
S 2.421,347 100.0 °0
2,421.347 IOO.G%
2, 156, 302 89. 1
__--- 265.045 10.9
58,899 21.4
206,146 8.5
290,640 8.7
(4,495) (.2)
200 .0
------------
(4,695) (.2)
- .. ACCOUNTANf�' COMPILATION PL.PnR7'
A,ieT) r•IAI7IA !)IAf.A 01 it), CPAS, NI.WPOPT Hi ACC, CA Q,1660
;ne r 5, 888
J ..t eSL 0
T01A_ $ 24.109
Less Accum de::reciation
Construction equipment $ (18.281)
`.'enic1es (20.309)
0frice equipment (735)
mohile radios (360)
IOIAL $ (39.685)
prepaid interest
r r epa id
i nt er est
S 185
Prepaid
interest
(32.16)
322
~repaid
interest
(28.98)
348
~repaid
interest
4.038
214
;ne r 5, 888
J ..t eSL 0
T01A_ $ 24.109
Less Accum de::reciation
Construction equipment $ (18.281)
`.'enic1es (20.309)
0frice equipment (735)
mohile radios (360)
IOIAL $ (39.685)
prepaid interest
r r epa id
i nt er est
S 185
Prepaid
interest
(32.16)
322
~repaid
interest
(28.98)
348
~repaid
interest
(30.65)
214
~repaid
interest
4,031
tUTAL
$ 5,100
Accounts payable
Accounts
payable
- trade
S 263,894
'101 AL
S 263,894
Accrued payroll taxes
fed (,/ti and r ICA. $ ( 18,976)
CA 22,211
:al w/H ta 6,358
U i 600
u 1 (309)
U T A
i0l'AL 5 - - -- -7,905
Accrueu interest
Accrue(y 'Tit - R Nodland 5 2,282
:icL ACCCAINTA1J1-5' COMPILATION RLPORT
C. AND rdARIA DIA11A UF10, CPA: , NE1VP(?i( "T H-ACli. CA 92660
c, C 1- C. ey
2:16.34)
":ye' soil !ian.d
Contract payable(
, ayai)le(167.87)
Contract payable( 184.66)
Contract payable
1 01 AL
Notes payable
U C b (90 days)
U C B (147.89)
.
101 AL
Officer & employee loans
Hobert Nocland
John behymer
Jack Guest
F 'r H i I ey
TOTAL
Other notes payable
Due o f t i c er s— R No dl and
TOTAL
----------
3, 02 3
$ 921
15,761
2,014
1,672
1,919
22,287
65,600
1,452
S 67,082
43,700
8,000
0
5,830
57.530
$ 0
----------
$
SHE ACC:OUiqTAN*1'i' COMPILATION REPORT
I'ALILa C. AAA r,tARIA DIAiqA O'll'O. CPAS, NLYWOPT HLACH, CA 92660
uirect cost cf sales
------------- - - - - --
`lv
571
r:ork in progress $
28,418
3.86
$ 3.702
.15
Architect blueprints
0
.00
0
.00
bor:d expense
1,948
.26
15, 96 1
.66
Lirect labur
90.754
12.33
458;098
18.92
Union benefits
35,740
4.85
125,537
5.31
N_- rkmans comp insurance
9,846
i.34
39,762
1.64
General insurance
1,085
.15
11,426
.47
Employee travel, Iociging
0
.00
750
.03
Equipment ren Lai s
109,547
14.88
4 00. 65 2
16.55
Asateriol 8 supplies
213,856
29.04
655,942
27.09
uutside services
17,212
2.34
86,076
3.55
Payroll taxeti 8 henef its
7,917
1.08
37,406
1.54
pub - contracts
183.297
24.89
334,944
13.83
utner
212
.03
7,915
.33
Less. ilork in progress
(24,669)
(3.38)
(24,869)
(1.03)
----
',D AL 5
----
----------
- - - - --
674,962
- -- - --
91.67
---- - - - - --
$ 2156.302
---- - - - - --
- --- - - - - --
89.05
Indirect costs
bidding expense 5
596
.08
S 1,810
.07
Depreciation
0
.00
0
.00
Equipment Aepreciation
5,514
.75
18,940
.78
Lquinment - gas,oiI.repair
1,480
.2.0
2,011
.OB
cquipmenl- rental
562
.08
5,196
.21
Payroll taxes B 1) enefits
64
01
64--'"
.00
mall tools expense
60
.01
247
.01
tax, license, F. permits
531
.07
825
.03
iravel exl;ense
0
.On
107
.00
Irt:ck - f)::s,oil,reuair
9,027
1.23
28,437
1.17
i r� ";ck - rental
.00
810
.03
iraval
0
OG
335
.01
u c -.e;
`)
.00
1 16
. Of)
----
1AL s
----
- - - - --
17.64
- - - - --
2.42
---- - - - - --
58.899
---- - - - - --
2.43
& Admin k.:xoense
4dvertisir) 5
278
.04
Auf.o ex, ecru
1,429
i9
8,380
.35
e
0
.00
283
.01
uLc_ Aiv
f- UMNLATi:i7J
RtPDiti
DI.,kNA ,..
1U, CPP.�,
i'+_.'rr'Oi,T
ii:'A( H. CA 9 2560
�:Ot� I I
1� I
SEE ACCGUNIANT:-,� COMPII-A'rl(.N M-PORT
k'IA.LI it C. AND MANIA I)IA14A Olw. cijk;i. HLACH, CA 92660
---------------------
-x, enst�
----------------------
r- ::,-i I s 1.3 r i e s
6, 116
.81,
-'2< 771
(lo
e r.,c zi c; n
144
.02
35
i
S
S er
1,091
E r) me n t
516
.07
i 256
e i t h & welfare insu r
1,560
.21
1,550
. iJ6
n t E; I es� expense
9.506
1.29
21,716
.90
e r 1 3 accounting
2,499
.34
5,127
.3,1
L) f ic e supplies, expense
I , 127
.15
2,432 -'
.10
Officer life insurance
120
.02
199
.01
Officer SaIsr-Y
23,392
3.18
103,552
4.28
UrganizaLior) expense
0
.00
229
.01
uther comp., benefits
3,984
.54
3,984
.16
Uther general expense
72
.01
1,174
05
Other taxes & license
355
.05
5,385
22,
Payroll taxes
2,768
.38
10,453
.43
Property taxes
0
.00
295
.01
Rent
3,800
.52
9,970
.41
Telephone
1,805
.24
4.353
.18
Union benefits
0
.00
0
.00
Utilities
324
.04
612
.03
i1 o - �k.mansl comp insurance
0
.00
0
.00
60i 28
0
.00
0
.00
66U 05
0
.00
0
.00
660 19
0
.00
0
.00
660 40
0
.00
0
.00
-
IOTA!_
- - - - - - - - -
61 .066
8.29
- - - - - - - --
210,640
8.70
SEE ACCGUNIANT:-,� COMPII-A'rl(.N M-PORT
k'IA.LI it C. AND MANIA I)IA14A Olw. cijk;i. HLACH, CA 92660
THE NEW POR I ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
April 15, 1981
..... ......................... ........
I certify (or declare) under penalty of perjury that the
foregoi is true and correct. Dated at Newport
Beach, Cali Jrn /ia, thus 1 lay ofgpril 19.8j`
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92525.
_ -_- space for the Coact^ Clerk's Fliina Stamp
A
Notice
Proof of Publication of
Bid - San Joaquin Hills
Landscape dev.
PUBLIC NOTICE
NonCE INVITING BIDS
Sealed bids may be received at the
office of the City Clerk, 3300 Newport
Blvd., Newport Beach, Ca 92663 until
11 a.m. on the 3M day of April, 1981,
at which time such bide shall be opam
ad and pad for
SAN JOAQUIN aUrS ROAD AND
SANMIGUELDRIVE
TRAFFIC MEDIAN LANDSCAPE
DEVELOPMENT: PAVING ONLY
CONTRACT NO. 2211
ENGINEER'S ESTIMATE: 584,700
Approved by the City Council this
13th day of April, 1981, Signed: Wan-
da E. Andersen, City Clark.
Prospective bidders may obtain o
set of bid documents at no coat at the
office of the Public Works Department,
3300 Newport Blvd., Newport Beach'
CA 92663.
For further information, all Lloyd
Dalton, project engineer, at640 -2281.
Publish: April 15, 1981 in The
Newport Emigv. - NE669
PROOF OF PUBLICATION 7- 4095NG -0
_► I '
3t)
TO: CITY COUNCIL
FROM: Public Works Department
April if 1981
CITY COUNCIL AGENDA
ITEM NO. F_ / 3
ORIGINAL
SUBJECT: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE
DEVELOPMENT: PAVING ONLY (C -2211)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 A.M. on April 30, 1981.
DISCUSSION:
The current budget contains an appropriation of $90,000 for land-
scaping and automatic irrigation systems in traffic medians on San Joaquin
Hills Road between MacArthur Boulevard and Marguerite Avenue, and on San Miguel
Drive between Pacific View Drive and Spyglass Hill Drive. A sketch showing
the project locations is attached.
Plans and special provisions for this project were prepared by
Paula A. Bosza, landscape designer, under the direction of the Parks, Beaches
and Recreation Department. To achieve the requirement for low maintenance
medians, the consultant included a substantial quantity of stamped concrete
paving and planter walls in her design. Since the originally budgeted $65,000
was insufficient to provide for paving, automatic sprinkler systems and plant
materials, the Public Works Department staff revised the plans and specifica-
tions to provide for paving only under Contract 2211.
The Engineer's estimate for the paving only contract is $84,700.
A $25,000 midyear budget amendment has previously been approved to provide
total current funding of $90,000 for the project.
A second contract with an estimated cost of $60,000 will provide for
automatic sprinkler systems and plant materials. This work will be included
in the proposed FY 1981 -82 budget.
The estimated date of completion is June 1, 1981.
Benjamin B. Nolan
Public Works Director
LD:jd
Att.
O� � CPf y1�L P
/ e2l i
t7 ✓'
vc. pRaR Z�r+
Pt
lw
0 ( P
D��n ^ p5 p�. .OF.r R 6•
v' aaP ! ooa"
r p� ul
y
p
o \
ti I
�✓ ICU I I
2
ti
w
✓4✓' 1
GOCA7;
CITY
.1J
�f�J r'g� =b ,v<E �-
SPORT C<PR /LY
2i
V
T /✓E[
2,z
v
5AN JOAQUIN HILLS ROAD AND SAN
MIGUEL DRIVE TRAFFIC MEDIAN LAND-
SCAPE 06.VEL0PMEN7 - PAVING ONLY
I ( 1
Li
LAKE%
� f ✓c�K/Ft%.7T 6EdCF Ty .
r�
i i CA.vyG
C/IP coo
!/VTERNEGG.'�
JCif✓GYiG
1
DRAWINQ NO.
DRAWN
DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWINQ NO.