HomeMy WebLinkAboutC-2477 - Professional Engineering Services for Hospital Road Widening, Cliff Drive ImprovementCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 9, 1985
Nobest Incorporated
P.O. Box 874
Westminster, CA 92684
(714) 644 -3005
Subject: Surety: The Aetna Casualty and Surety Company
Bonds No.: 86,S 1001 797 91
Contract No.: C -2477
Project: Cliff Drive Street Improvement Adjacent to
Cliff Drive Park
The City Council on November 12, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on November 18,
1985, Reference No. 85- 463897. Please notify your surety company that
the bonds may be released 35 days after this date.
Sincerely,
j
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
PLEASE RETURN TO:
City Clerk �� EXEMPT RECORDING REQUEST PEI
City of Newp rt Beach GOVERNMENT CODE 6103
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
NOTICE. OF COMPLETION
IS CONSIDERATION PUBLIC WO O I EXEMPT
C11
'I o All Laborers and Material Men and to Every Other Person Inte
8546389'7
/9
p J
101
YOU WILL PLEASE TAKE NOTICE that on November 12, 1985
the Public Works project consisting of Cliff Drive Street Improvement Adjacent to
Cliff Drive Park (C -2477)
on which Nobest Incorporated, P.O. Box 874 Westminster, CA 92684
was the contractor, and The Aetna Casualty and Surety Company, P.O. Box 1315,
was the surety, was completed. San Bernardino, CA 92402
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 13, 1985 at Newport Beach, California.
Ja2 �-� ci, yo-4—
Pu lic Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say;
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 12, 1985 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
November. 13; 1985 at Newport Beach, California.
City Ierk
RECORDED IN OFFICIAL RECORUs
OF ORANGE COUNTY CALIFORNIA
-3 ao PM NON 18,85
Y raECOAJE�+
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
November 14, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr'. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Cliff give Street Improvement Adjacent to
Cliff Drive Park, Contract No. 2477 on which Nobest Incorporated
was the Contractor and The Aetna Casualty and Surety Company was
the Surety.
Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
C
•
TO: CITY COUNCIL
FROM: Public Works Department
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
NOV 1219x5
APPROVED
November 12, 1985
CITY COUNCIL AGENDA
ITEM NO. F -16
SUBJECT: ACCEPTANCE OF CLIFF DRIVE STREET IMPROVEMENTS ADJACENT TO CLIFF
DRIVE PARK (C -2477)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to
DISCUSSION:
The contract for the construction of Cliff Drive street improve-
ments adjacent to Cliff Drive Park has been completed to the satisfaction of
the Public Works Department.
The bid price was $43,492.70
Amount of unit price items constructed $43,201.82
Amount of change orders 985.46
Total contract cost $44,187.28
Funds were budgeted in the Gas Tax Fund, Account No. 19- 3307 -006.
It was necessary to remove additional pavement to accommodate the "
new grades. A change order in the amount of $985.46 was issued to cover this
work.
The contractor is Nobest, Inc., of Westminster, California.
The contract date of completion was November 30, 1985. The work
was completed on October 16, 1985.
• Benjamin B. Nolan
Public Works Director
GPD:jd
CITY OF NEWPORT BEACH
OFFICE OF THE CM CLERK
(7141640-2251
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE: September 30, 1985
SUBJECT: Contract No. C -2477
Description of Contract Cliff Drive Street Improvement
Adjacent to Cliff Drive Park
Effective date of Contract September 27, 1985
Authorized by Minute Action, approved on September 23, 1985
Contract with Nobest Incorporated
Address P.O. Box 874
Westminster, CA 92684
Amount of Contract $43,492.70
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
L
� v
1 3
O N N
O1 U •r
0 ev 41 41
4 ULL
U C • #4-
L •r •r p
J ro C E O
r ro O 3
}i 0 N r L
N Cr ij
4- C •r •r
° c4t 3:40
O Tr rn
oroa a
n NCv
Oi N � E
7 ro i
•r N 4J d O
N C 1- 4-
U •r 0) O i
N ma U 07
N 0) C Q
.O O .0
4- ro N
000ss
N
C i L O
O > O 0 O C
N C N U
•r r O C r-
> O•r O y
OE} +rE
i N ro N
d N •r p
N i y > U
N > E g
4 O U 4/4W
° y L- 4J- Q
ro QV., C
b L Lip ; V) V
Es 3 u •> L
ro U >i1
r i C O C
L O e0 $- O
- 34-v 06
W
Q
K
O
0.
cr
O
U
2
H
E-•
uj
W
CO
O
Z
H
W Y
w
O
a5
f �
W U-
LQ LL
f- F- r+
J
In U
w O
a k-
H
0 Z
W n
LL v <t
4. Q N
H •-7 �
J O U
V Q
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.M. on the 13th day of September, 1985,
at which time such bids sUa ff be opene an read for
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE-PARK
Title ot Project
v
2477
Contract No.
$36,000
Engineer's Estimate
ob
o mil
Approved by the City Council
this 26th day of August , a;—w4&
Wanda E. Raggio I
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport-Beach, CA 92658 -8915.
For further information, call LTo_vd R. Dalton at 644 -3311.
Project Manager
CITY CLERK J
r
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE PARK
CONTRACT NO. 2477
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
PR I.a
The undersigned declares that he has carefully examined the location of the work, has read the.
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to.
furnish all materials and do all the work required to complete this Contract No. 2477
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Five Thousand Fifty _Dollars
and
No Cents
2. 90 Construct 18 -inch diameter R.C.P.
Linear Feet storm drain
Ninety Dollars
and
Nn Cents
er Linear Foo
3. 1 Construct curb inlet and local
Each depression (L = 7 feet)
Two Thousand Four Hundred Fifty Dollars
and
No Cents
•� �� of it
2,450.00
2,450.00
I
. PR I.b
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Construct valley gutter, including
excavation, patch back, valve box
adjustment, removals, etc.
5.
6.
7
0
2
One Thousand One Hundred Seventy Dollars
and
Nn Cents
Lump Sum Remove existing 12 -inch diameter
drainage system, including grate
inlet, catch basin and local depres-
sion; abandon1patch back, etc.
Lump Sum
833
Linear Feet
160
Tons
135
Tons
One Thousand Fifty Dollars
and
No Cents
Remove existing A.C. pavement and berms
Six Thousand Nine Hundred Dollars
and
No Cents
Construct Type A curb and gutter
TO
$6,900.00
Seven Dollars
and
Ninety Cents $ 7.90 $6,580.70
Per Linear Foot
Construct base material
Sixteen Dollars
and
No Cents $ 16.00 $2,560.00
Per Ton
Construct A.C. base course
Forty -four Dollars
and
Ei o Cents $ 44.80 $6.048.00
Per Ton
. . PR l,c
I� '
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 80 Construct A.C. overlay
Tons
Forty -four Dollars
and
Eigh�y Cents
Per on
TOTAL PRICE WRITTEN IN WORDS
Forty-three Thousand Four Hundred Ninety -two Dollars
and
Seventy Cents $ 43.492.70
tember 14. 1985 INCORPORATED
ate I er
_(714) 892 -5583
Bidder's Telephone Number
S /Larry Nod�and, Treasurer
Authorized Signature /Title
P 0. Box 874. Westminster, CA 92684
Contractor's License No. C asst ication Bi -der's A3d�ess
9 • 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 pricg,
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. & C assification
NOBEST INCORPORATED
Bidder
S /Larry Nodland, Treasurer
Authorized Signature /Title
F
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bi.d,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
1. Survey Kieth Bush & Assoc. Huntington Beach
2. Structures Al Williams Van
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
NOBEST INCORPORATED
Bidder
S /Larry Nodland. Treasurer
Authorized Signature /Title
FOf&RIGINAL SEE CITY CLERK'S FILE &Y Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, NOBEST INCORPORATED , as bidder,
and THE AETNA CASUALTY AND SURETY COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars ($ 10% ).
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
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE PARK 2477
Title of Project Contract NET
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day
of September , 19 85.
(Attach acknowledgement of
Attorney -in -Fact)
Linda D. Coats
Notary Public
Commission Expires: April 30, 1986
NOBEST INCORPORATED
Bidder
�Larry Nodland, Treasurer
Authorized Signature /Title
THE AETNA CASUALTY AND SURETY COMPANY
Surety
By S /Douglas A. Rapp
Title .Attorney -in -Fact
• 0
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 13th day of September ,
1985.
My commission expires:
October 18, 1988
�IFmi i1710TRAI :
S /Larry Nodland, Treasurer
Authorized Signature /Title
S /David E. Poole
Notary Public
Page 5
OR ORIGINAL SEE CITY CLERK'S Fe COPY Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
See attached sheet
S /Larry Nodland, Treasurer
Authorized Signature /Title
Nobest Incorporated
P.O. Box 874
Westminster, CA. 92684
Project
Client
Completion Date
Amount
Bus Bays
City of
Costa Mesa
1 -84
29,111.00
Banbury Ave.
City of
Westminster
1 -84
5,425.00
Gutter Construction
City of
Downey
1 -84
33,716.00
Median Improvement
Aka -Tani Landscape
1 -84
7,471.00
Median Improvement
City of
Paramount
2 -84
13,725.00
Misc. P.C.C. Imp.
Mendoza
Contracting
2 -84
11,165.00
W.C. Ramps
T.S.C. Electric
2 -84
2,406.00
Cul DE Sac Closure
City of
Culver City
2 -84
104,995.00
Talbert & Newland
City of
Huntington Bch.
2 -84
1,800.00
Alley Reconstruction
City of
Culver.City
3 -84
13,982.00
Misc. P.C.C. Imp.
City of
Hawthorne
3 -84
43,610.00
Otis Park Concrete
Artistic Landscape
3 -84
2,430.00
Misc. P.C.C. Repair
John T.
Malloy
3 -84
2,251.00
_
Buffalo Hills'Park
City of
Newport Beach
3 -84
34,366.00
Don Tuttle Park Imp.
City of
Burbank
4 -84
58,750.00
Alley Reconstruction
City of
Glendora
4 -84
50,934.00
Bluff Park,Concrete
Aka -Tani Landscape-:
5 -84
22,220.00
Median Curb
Mendoza
Contracting
5 -84
2,000.00
Parking Lot Repair
Certified Alloy
6 -84
4,918.00
Median Improvement
Sullivan Conc. Textures
7 -84
16,550.00
Misc. P.C.C. Imp.
Mendoza
Contracting
7 -84
2,054.00
Pits 1 & 2
Certified Alloy
7 -84
5,754.00
Genesha Blvd. Imp.
Britton
Construction
8 -84
143,834.00
Shuffleboard Courts
City of
L.A. Parks & Rec.
8 -84
26,450.00
Expossed Agg. Road
Sullivan Conc. Textures
8 -84
200,000.00
Flower Street
City of
Santa Ana
9 -84
26,609.00
Cu DE Sac Imp.
City of
Paramount
10 -84
30,690.00
Alley's #3
City of
Culver City
11 -84
61,509.00
Alley Improvement
City of
Newport Beach
12 -84
79,487.00
Longsworth Ave.
City of
Santa Fe Springs
1 -85
30,114.00
Lennox Blvd Imp.
L.A.Community Develop.
4 -85
89,936.00
Parking Lot
City of
Newport Beach
4 -85
92,441.00
Van Buren Place Imp.
City of
Culver City
6 -85
75,000.00
Bus Pads
City of
Burbank
6 -85
361500.00
Sidewalk Imp.
City of
Paramount
6 -85
141,000.00
Katella Ave. Imp. :.
City of
Anaheim
6 -85
367,550.00
0
NOTICE
0 Page 7
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will.not permit a substitute format for
these contract documents. Bidders are advised to review their content
with bonding, insuring and legal agents prior to submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating B+ (or higher) and
Financial Size Category Class X (or larger) in accordance with the
latest edition of Best's Key Rating Guide: Property
- Casualty.
Coverages shall be provided for all TYPES OF INSURANCE checked on the
CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
:. � � F'j,; -•' -r... ._� .-.ail -, �`s,c
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
HO # 86 S 1001 797 91
PR6[ : INCIUDED Page 8
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 23, 1985,
has awarded to NOBEST INCORPORATED
hereinafter designated as the "Principal ", a contract for
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE PARK CONTRACT NO 2477
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay, for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We
as Principal, and THE AMM CX%MTY AND SUFZTY CCtTANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
FORTY TtHM THOUSAND FwR Inmr4ED NINETY TWO AND 70/100 - -- Dollars ($ 43,492.70 �
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials., provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for .amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
I
4
0
Payment Bond (Continued)
• Page 9
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 23rd day of September , 1985
NOBEST INOORPORATED (Seal)
Name of Contractor (Principal)
uthoriilSIgnature and Title -s —
Authorized Signature and Title — = -p -� //
Nbi7t -F1Nii It - s?EQ� /
THE AEPNA cASUALTY AND SURETY COWANY(Seal)
Name of Surety
P. O. BOX 1315 — SAN BERNARDIND, CA. 92402
Add ess of Surety
Add
Signat a and Title'aff Authorized Agent
DOMIM A. RAPP, ATIOFMY IN —FACT
P. O. BOX 647 — FOSFlMAD, CA. 91770
ddress of Agent
(818) 571 -6560 or (213) 283 -0726
Telephone No. of Agent
--
t
wl,
Ĥ |/
Itfli"
#�� |J
#
§
( \
■ �
} \
§ }
} )
& )
\ \
}
}
\
;
[
§
2
;
.
■
,
)
|
2
{
;
\
/
E
(
(
>
\
r
\0;
\m
;
Q
|
&
§
c
}
(
\
[
[
\
to
\
\
(
�
\
)
&
/
q
[���
ft
;
ƒ
§
y
■
;
-
a
ft
ft
0
E
�
9
�
/
Ph
*
}
E
`
\
\
\
\
\
\
0
I
f
»
ti
(
!
m
\
}
[
3
(
to
(
rt
CL
lb
\
;
[
§
2
\{
�
\
!
sn
� ƒ \
:z
;- :armor!
} \;5 g§)
( \
�
l2Jz
a
\\.o
�\
\
-
�
( \
�
TW t"tNA &At TY AND SUREIY COWANY
,iie1A Nd,dd.41:W, 1.en 01:11'.
LOMOCAMLIALW
POWER OF ATTORIVEY AND CERTMATE OF AUTMORM OF ATTOMEYISI-w.rACT
e101eAtL11a .1rnwtRwue.etnwtmtenrwwn AroflwtvcarA+r . r,. ro ..,,wawao.••.�..e..,�,.1...dw.
fw.reer,addw.Nswlgtirevels delbfwesq,dMrwwe.RVId V. Rog kopf ,.o. ch2rdwK. Ro , +n•wl, ..d
eawbrA as e..MMwta.. +.�a w.w�.we.rM`+ Caedld Y. Rosdkopf, Aichaed K. Roaskopf,
Roba't A. Roadropf, Donald E. Rapp, Douglas A. Rapp, John Z. Schmidt, Richard C.
Lloyd or Sandra K. Vitt - -
d Rosemead California ebew wbaedAerrN.FiwPdd. w,d,Adi de.w.w.e.wrywwaddwne
b drt Own" ;A* drwdebeR ■ s4 aw, wumb so um" 9011A w.I Or bhle w.e ... M "M w. wM,n eve .w .uw dre"
20 W be hdb.wwew:
ybsawbbyreeNwts .PwrawA�w�ard.►ewwrrbewnr,..,,d a,w wI-p muWUr,n sw wm,Ild eeM,
br♦uWAL w Mw wMOM& w wr ad do wl.■,Idr dbrb
wb Is,a M dnlM wlwtn AfOfef(kn COSwANr,ebl.a rYP N b es drrs.na . d ds er.w ww dwr a dr adr
Nww. dates. afeeAaawtnAlowrefrotrAwr.wrersr ra,w...nr.:.s.a w +bM.r�rw w.1.
ww d1e wrr wt.e N dw�wlea
tsbelaeeww•d b,MA,rOrwadAaP rtiMwYSlAn.ilalydiadtir.wata,owr ♦dlel.PPibiw. w ndw wes b.w
N eebt:
tOtsR MSro:rronwmr AMMM
oraawbrel"IL ser PRW"bsillmosaCewswre�wwwm Mcw%w P'.ws bra .a Mfr of
wdsw V.w~wdleW dlI bMed blobsL wdws .rwoputowds.d1dw.Aedrdd Meewda
obdade ww, r w d owwo ase~ w MA" eb aww W*Aft ow ft"
wind: nblwrwr4ww +bw MOM ofbabxftwwAvgwomlwbw no" of0aro. w4w"A y
M4.rd w wNs"w"A00wwrwawiWsrw"ofOSebw soave 0a . es hwidw.w f.aiwiwYo►.wier6e*
SNr wa-. a. L• gb7leliPtMAwI�PtNbfebYRtINdR .P1aRRYN 7weklbt D..bdleb hddww pnpitlwds
aMO, bdMl�bbaa0111bfreYbehw111M .wW.tleb.eN W AMCdebwr `'.r1aeS.orwYallbiweloM'r
raalriweA W awaltuwrr. b. rwbawwN /ebllCtebw.sriowdrwirdve, A WseN.isww3vwrr: r Its mp
wow Iwo...et e.Padwa a w w elswsaalgalwRRds s..wb M ddww dn.o,s.e w 1w rdl.kawYllab a ouetw.s of
ewsessr. .
bb+d OV ft, 0 of swsGl4d / IW NWM C45b1wyn bdwwwaabwbwdwd. s,ehr+wairydM Aw.w+,e5bwby RwMeien
ND seeem ddw►ANr ,Mid, RMmiw n .w. n A,..rw n,e.en
words' 1
Pweds4
WMOi Preddew.ME...dMV*,Pwddwd.M.Sww Yq
R"kkw rp, P„rd.nh. Rwsed At S.bw.eW a
dewy Nw.swd w trMr1YP rM bwbb. ra,r..weellr.e.►rr e...sd w 1w,}rq,benMCrwdsy N nr Mdw. wive
, +dltb sw 6d,d s wdwMbe b wIM e b eet/nL
M nNnrW WIIfl1e OP, nE atflAW'Wtn AfesfneltY WeddAAY \.s ewsde wb wwn,nwrerob In ib AlPlstdnt
Tit* President .w a, woe wb ft ft w.b.Aw eve. tit
ab of April .*85 .
"� ne�aR�n�Y cawwr
sW.a crwweM eph Riernes
rNbhbe AsslstMt tliee President
ddwr d lbwrad
ON*" eth two April .M 85 . bladesdsedr.er uws JOSCMe P. KICKNAN
bww ftw wl%//q bw M deb eewa db MOM sod ow: dw baYS b As tatast Pita PiSe`idest e1
nE4NNGS1MlnAt0elaaPrYdaswANr ,MdaPwdewdbeaWbw wNNrr wb�i..edwlanwra:wrlWMdb sw
eMdr.dmp.MSt NMee /,rbdbes.Pldiwll�dbe,/,owRardM: s,dd,s 1wi,IrwedMSM,e:! inW„wmeMta
dM ordrPdw a wrdwer rArlb.wab rereb �dW fr,rlbar aw.d.
t 1
wee
go" w is" ago Hd Caewdweew"WIL%*ACAN,of"wswaOW ow.r ede 3rd dbd
Septortber » 85 E%)
PtwAst A. Walsh, secretary,
4reMPes.e "WMNUsA
86 S 1001 797 91 Page 10
PI: $391.00
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 23. 1985,
has awarded to— NOBEST INCORPORATED
hereinafter designated as the "Principal ", a contract for.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
NOBEST INCt mRA= — P. O. B= 874 — Westminster, Ca. 92683
as Principal, andTHE AETNA CASUALTY AND SURETY CCWANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FOFdT THREE THOUSAND POUR HUNDRED NINE'T'Y TWO AND 70/100— Dollars ($ 43,492.70 �
said sum being equal to 100% of the estimated amount of the contract, to be paid to
'the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
i
i
1
•.5
0 6
Faithful Performance Bond (Continued)
Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 23rd day of September , 19 85
NOBEST INOMPORATED fSeal)
Name of Contractor (Principal)
thorPrii d Si nature and T
Authoriz 7aZI:27 Signature �aodLRNe� J_ S�cu 7�9
THR AorNA CASIIMTy AND SUFEPY MmpANY (Seal)
Name of Surety
P. 0. BOX 1315 - SAN BMIARDMO, CA. 92402
Address of Surety
5-ignatLVre and Titleloff Authorized Agent
Douglas A. Rapp — Attorney-In -Fact
ROSSKOPF, RAPP & SaN= INS. ACMICY
P. O. BOX 647 - ROSEMPM . CA. 91770
Address of Agent
(818) 571 -6560 or (213) 283 -0726
Telephone No. of Agent
0 •
I
Y
t
r
NO
cl
%
IN
°
no`«
st
,, ,
!
!
!, 000 ,ONO
` --
` 0
NOW
�
»
# $ i #mow
ƒ\
os
153 ta�,
3 ,\ 0 s
D
\ \ \y-A $�
\
CP
i .
r
i0�
M ;M.
sx�QK
N
tq
r
r a
T H
N rwr
m K
m
K a
a w
� m
a
w n
M O
r
n
r• a
a 9
r
m
IA a
w a
r+
• a
K
T
0
H
m
N
K
i
i
M
w
n
T
m a
0 a
N O
rt
O
d x
rr o
N �
N
�r m
r�
w
f0
N &
r
to
r• H
m a
a a
T
a rr
m 0
:J T
w x
g r"
N m
m o
v n
w H
a
r m
rn
ft
O
M a
N
T
or T
N N
n
o w
H r*
ro T
0 0
a rD
T N
r K
o i
a �•
T i
7 rn
m w
K 0
w rr
r�
p w
a
o a
9 w
N 0
CL x
5
w o
w E
r
w
a
w
m
a
m w
n r•
o
P O
r G
K n
K
K
a
a
o a
rt
O N
H H
n m
e °r-
r
O, K
T a
o ro
� w
H
: .a
T
O
b'
m
rr
x
m
0+ 0 N
H LV
K
0 M M
En H
Fl 0
LO (
r b
r to
N
co
0 N
w
M
n
CD
5
w
T
x
CfD
a
m
H
m
r•
w
CL
ID
z
O
rr
w
H
K
it
r
r�
n
0
rn
THE *1 At tY AND SVKIV CUMVAW
HArl /y,al r :Mrit1-ix,rn Isilih
LrJK aCtalwrLrY
POWER OF ATMFMIEV AND CERTI LATE OF AUTHORITY OF ATTORMEY(5)4I*ACT
lawofc west Via "AmwMRt 0carWndw& C. rywmsA " 5IXVidwW'drAiaraw,+wAUgx a.wrndnr
awrdhwrdwL W AKKt la wwrwr dae wr wrCwdlWaw4CamMr dMVMr,r. S+n. d as.,nw•x,u. nwP xur . •..aau•a w
wawrar we brwrww wpm► error +w+ilw+K Gerald Y. Owskopt, Richard K. Ronskopf,
RGbm2 R. Roaskopf, D000ld E. Rapp, Douglas A. Rapp, John Z. Schmidt, Richard C.
Uotd or Sandra K. Witt - -
Rosatagd, Calitotaia .rwr..ror.ruawrrdu. was.,,.,s.wxow...Pe . r.+,rw'e...w . e..r.e
Now K w rK W wMwwY�Mw A ww MMKM wrr M liens arM AMA K. M M Y•wxV •'+A b wws w. ran+ri aw w u.w A.wY.
aMWMMM.MyrawwWKMwrWMMMM ww
rrMraw.a st rw/twr wrwsaM% WwOld 40 rWomjma*mW;* watAn rt"M gywwrwM'W'aa•r. MMt
ow" WA laE RThA CAWMttY we S MPrr GwArI(Mirr1'rWand R ow wxr:n aw•raw Artwr wwiuPwA w ow *AV
. rw( rdMrwrnrttnMCatrtatnroMUMtrra�warr ,W tnK. ai aiirabwx� ,+n�'.isn.w•Kr..ww�nnw.x
Ms r+rry rda,s W Awaaw
tMa MP+'wrwKi•rxwK Wr W wwMw dit WwiY7�wdyMw .siwud•warnrHwrrMrNMrtwiaxi iwrorwa bw
wr daa:
rwwa dwrrmw"ft Paso* K IV ro M coms"we.rK W raaM Y CaT 'mw wwr.mMww.,mn'.m ei
wawwMN• rtldw�KFMMyMI YM 'MrwwdwM4KKaNIMR�wInMrM,*rwK+4 W wridiwedYrisaMMrOd
Orwfrr ^riY M wv w,. waK wR A.tw ararYMW irrr aKS�waM wa,wilr yKP Mri
ttlt[A: fAw Maar4Km/ �twr. masada4ae►, �wr; easYYanYKM• r.' sdwbwe .negwlrrts.aewewwrwxrewblir
dwatAwiU W l IM' ywrMGa7M +MrMi+l�warMC(rMrtMrbOww.w+.r hwiewawe [rnrK.r�a tiK+wwa i
lwwa raei swwrwa, s MK Naaswt r As7MM r�rltrltna t Ls • MWwy rtes Agwh'a ourwraw K r Mwrr nsAwa.e w r
wwmwdv- wrd. it .gw"VKasiwoft Pan awwrPSwMatuw PwlmraMa r+ Na w Mir awilfaMw a awv* M d
rrsKPw. -
*- Pw- rAl.w.. ,
~wracre of Giiatw. of M*I" atsunn MID SLM" C MVAW wrier MMKwx. �.w..w(rw wn.re dYn
rtR &nrwr drdrdawft"w"rtsr. G*'xftmrcftIA lniawa. sn, Ewre w.wt�,.Pr•.ww�AmSw'ia Ka
adr•a.w wn sox�r d war•wr a Kwrr wrsArr wAryMSw re+ara aware: Ynr P..wewa, aKw■ A�,Kw 4rww:w a
�lrwrwwiwlMwfwilAKtwwdwMw/na W dalaaaolA W MW Wr1�f W a/ti+Yr�i.piuMppt n Mti +•IMr•d.wdri
wrAAwwdwwnrwaa.YarKarwrewr tw/rrA4rwwa6KSirw W Arlo Ow'AIAAw'MOv+Ony roAPaw Ca+'pN M wnwti.
,ww rwrmwdw v'rw.wwar MrsYMiirWwsH4mMngpddMbw. Mard..•aPs wwrr[mpw'v :r m. Mnx•.iw
+wsw0 b wi WPa r arsaua.a 4 WM M M 48411L
M tlfraBSvwIMldP,M4rIfACAIIMtn srAaMrr WMrArY Mwi WwiN Yn. «ywur.wxe•w Wxwwb A$A(SIS"t
Tire Presidsat .Wbrry6.AK wrdwbMwo dMww Arw. 6t7r
aw we April . M 85
yjY / palEir CGMAM
srw dCwxwaf7n� �� MA spfi . iVIC as
". (rwlPa ssiatsat iGS Prsaident
Carrw d H•wawd
On" gtb +wa April .V 85 ,wiwwww MKSUKMr ami Josvm P. KIIRMAM
K xw iwaw, www. wrq w aA Aw ww W OtMOr W sw: M rdW r Asgstsat Pits Prs ('tat of
M. E/ iMCARNtnNbWiET 'rCp�M1Y.MmMnawOanM/4WWNwnewC Wm +:rwunxwt:M rlrorM
wddwM/mpwAawc MM •wNMe /KhK14MrInK'wYwA(pawtKr.t w4 �Y. Mx 'awr•wrMSA.rKNir�hunrwilmtlM111
drmponKO,r w wear d rrlso dM xiAr.Iwl4 yy�yy��MKMrwwwwof
.I.�•
raw.waw.M4a,A,r aiYry AAEs
CINANCAtE a H. WjYs
KywsKM trMrar ibKt0lawd MCK7�,KM4►dNnWtIMM Caw rlt(� ,317d aft *I
September »85 '✓ {j
rlMteat A. walah, satrotivy .
���� 1MiaDKri�.
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
NOBEST INCORPORATED
P. 0. Box 874
Westminster, CA 92684
CERTIFICATE OF INSURANCE •
Page 12
INSURANCE COMPANIES AFFORDING COVERAGES
Compan
Letter y A OHIO CASUALTY INSURANCE GROUP
Company B
Letter
Company C
Letter
Company D
Letter
Company E
Letter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
X
Agency: ROSSKOPF, RAPP & SCHMIDT INS. AGY.
tape. V. P.
Date: 9 -23,85 Telephone: (818) 571 -6560 (213) 283 -0726
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIM CONTRACT Nn- 2477
Project Title and Contract Number
.NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Policy
LIMITS OF LIABILITY
IN THOUSANDS
000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
Ag.Proclucts
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
Bodily Injury
$
$
R1 Premises - Operations
Property Damage
$
$
x Underground Hazard
A
x Products /Completed Operations
Hazard
x Contractual Insurance
XLO _
305728
8 -3 -86
Bodily Injury
and Property
Damage Combined
$ 5001
$ 500,
Ix Broad Form Property Damage
x Independent Contractors
X Personal Injury
Marine
Aviation
Personal Injury
$ 500,
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
xAw-
Bodily Injury
(Each Person
$
A
Q Owned
305728
8 -3 -86
$
Bodily Injury
Each Occurrence
FxJ Hired
Pro ert Dama e
Non -owned
F y njury and
Property Damage
Combined
$ 600,
EXCESS LIABILITY
❑x Umbrella Form
xEO-
Bodily Injury
A
❑ Other than Umbrella Form
305728
8 -3 -86
and Property
Damage Combined
$ 1,000
$ 1,000
WORKERS' COMPENSATION
Statutory
ac
Accident)
and
EMPLOYER'S LIABILITY
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
X
Agency: ROSSKOPF, RAPP & SCHMIDT INS. AGY.
tape. V. P.
Date: 9 -23,85 Telephone: (818) 571 -6560 (213) 283 -0726
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIM CONTRACT Nn- 2477
Project Title and Contract Number
.NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
• Page 13
CITY OF NEWPnRT BEACH
AUTOMOTIVL LIABILITY INSURANCE LNDO!.f.MFNT
It is agreed that:
With respect to such insurance as is afforded by the po:n:y for Bodily Injury and
Property Damage liability, the City of Newport Beach, i oificers arid employees are
additional insureds but only with respect to liability iii damages arising not of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract desic:,ated below. The insurance
extended by this endorsement to said additional insuref, does riot. apply to bodily
injury or property damage arising out of automobiles (,) owned by or registered in
the name of an additional insure;, or (2) leased or re ted 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. (he limits of 1 "i4bili'ty undo r this endorsement for the additional insureds named in
paragraph 1 pf this endorsement shall be t;-,e 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
R
each occurrence
each occurrence
$1,60(,000 ----each occurrence
1'he limits of liability as stated in paragraph 3 cf 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 Contract: _CUFE_0_R1_V STRSET__I.MPR0KMEKT_ADJAU T.J9__CLlff DRUL- PARK._CL-2477)
Project Title and Contract No.).
This endorsement is effective 9 -23 -85 at 12:01 A.M. and forms a part of
Policy No. XAW- 305728 and XEC — 305728
Named Insured NOBEST INODRPORATED Endorsement No
10
OPr , P SCINIDT INS. AGY.
Name of Insurance Company WEST AMERICAN INS. 00. By
(OHIO CASUALTY INSURANCE GROUP) Autpqrized Rep sentative
DougVas A. Rapp, Vice President
i 0
PITY OF NEWPORT BEACH
COMPREHENSiVI GENERAL LIABILITY iNSURANT. ENDORSEMENT
It is agreed that:
Page '14
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and eaployees are additional irn-
sureds but only with respect to liability arising out of ,)perations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply s.
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.
The policy includes the following provision:
"The insurance afforded by the pn:icy 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 s,ch insurance) includes liability
assumed by the named insured under the indemnification or Mold harmless provision can -
tdined 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 underground property hazard
(commonly reftrrtd to as 'k19i i'hazards) j#m deleted.
UU1.
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 indicates by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ _ each occurrence
(X ) Single Limit
Bodily Injury Liability $ 1, 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: r1.LF _ 477)
Pro ect t e and ontract No.
This endorsement is effective 9 -23 -85 at 12:01 A.M. and forms a part of
Policy No. XLO- 305726 and XEX)- 305728
Named Insured NOSEST INCORPORATED Endorsement No. 10
Name of Insurance Company OHIO CASUALTY INS. CO. By Sxo P SCHMIDT INS. AGY.
uth ized Repre Cetive
as A. Rapp, Vice President
f
Page 15
CONTRACT
THIS AGREEMENT, entered into this C922r6ay of , 19,
by and between the CITY OF NEWPORT BEACH, hereinafter "City and
NOBEST INC. , hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
N
2477
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:
CLIFF DRIVE STREET IMPROVEMENT ADJACENT Td CLIFF DRIVE PARK 2477
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Forty -three
Thousand Four Hundred Ninety-two and 70/100 Dollars ($ 43,492.70 ).
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
r'
(f) Plans and Special Provisions for
(g) This Contract.
Page 16
'ROVEMENT
No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
APPROVED AS TO FORM:
&U,*k a - K&LO-4.
City Attorney
CITY
NOBEST INCORPORATED
Name of Contraccttor (Principal)
�
Be Noanu7i a�aas,b�T_
Authorized Sigifature and Title < -
t20� T
� � C
Q
\
r
\ \ }\
G
~
§
\}§ \
/
?2■`a> -
g
k')
}
%
[
iF
\ \�
\\
\
�
.
ET
f22
\
/k}�
k�
\
1 • CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CLIFF DRIVE STREET IMPROVEMENTS ADJACENT TO CLIFF DRIVE PARK
CONTRACT NO. 2477
I. SCOPE OF WORK
The work to be done under this contract consists of constructing a catch
basin and storm drain pipe, curb and gutter, pavement and incidental
items of work.
All work necessary for the completion of this contract shall be done in
x(08 accordance with (1) these Special Provisions, (2) the Plans (Drawing No.
�5lfr� -S, (3) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction 0985 Edition) and (4) the
Standard Spec ffkations for Public Works Construction (1985 Edition)
Copies of the Standard Special Provisions and Stan and Drawings may be
purchased at the Public Works Department for Five Dollars ($5). Copies
of the Standard Specifications may be purchased at Building News, Inc.,
3055 Overland Avenue, Los Angeles, CA 90034.
II. PAYMENT
A. The unit price and lump.sum for items of work shown in the Proposal
shall be full compensation for labor, equipment, materials and all
other things necessary to complete the work in place, and no other
allowance will be made therefor.
SP1of3
B. Payment for incidental items of work not separately provided for in
the Proposal (for example, sawcutting, demolition, AC patch back,
etc.) shall be included in the price bid for the related item of work
III. TIME OF COMPLETION
All work under this contract shall be completed by November 30, 1985, or
within forty -five (45) consecutive calendar days after the start of
construction,.whichever comes first.
IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access in accordance
with Section 7 -10 of the Standard Specifications and the Work Area
Traffic Control Handbook (WATCH).
The plan shall incorporate the location and wording of all signs, barri-
cades, delineators, lights, warning devices, temporary parking restric-
tions, and any other details required to asure that all traffic will be
handled in a safe and efficient manner with a minimum of inconvenience to
the motorists.
•
V. WATER
0 SP2of3
If the Contractor desires to use City's water he shall arrange for a
meter and tender a $500 meter deposit with the City. Upon return of
the meter in good condition to City, the deposit will be returned to
Contractor, less a quantity charge for water usage.
VI. CONSTRUCTION SURVEY
Field surveys for control of construction shall be the responsibility
of the Contractor. All such surveys, including construction staking,
shall be under the supervision of a California registered civil
engineer or licensed surveyor. Staking shall be performed on all
items ordinarily requiring grade and alignment at intervals normally
accepted by the agencies and trades involved. Payment for construction
survey staking shall be considered as included in the various items of
work and no additional allowance will be made therefor.
VII. CONSTRUCTION DETAILS
Removals, Excavation and Subgrade Preparation
Existing P.C.C. or A.C. improvements to be removed shall be
sawcut at minimum two (2) inches deep along property lines and
joint lines as shown on the plans. Final removal at the
sawcut lines may be accomplished by the use of jackhammers or
sledgehammers. Final removal accomplished by other means,
such as hard -blow pavement breakers and stompers, shall be
approved by the Engineer.
2. Removal of existing homeowner improvements and landscaping
that conflict with the proposed catch basin construction shall
be coordinated with the owner. Homeowner shall be given the
option to have the materials salvaged and placed in a location
that is acceptable to him.
3. Pavement and concrete that is removed and not suitable for
reuse as C.M.B. shall become the property of the Contractor
and shall be disposed of at the Contractor's expense in a
manner and at a location acceptable to cognizant agencies.
All costs for providing removal and disposal shall be included
in the unit price bid for the related item of work.
B. Asphalt Concrete
The work shall be done in accordance with Section 302 -5 and 400 -4
of the Standard Specifications, except as modified and supple-
mented below:
1. The surface shall be free of all dirt, debris, water, and
vegetation prior to overlay.
2. The Contractor shall apply tack coat to all A.C. work.
• . SP3of3
3. The Contractor shall grind off a 1 -inch by 4- foot -wide wedge,
feather a minimum of 5 feet, or equal method, subject to the
Engineer's approval, to effect a smooth join of overlay to
existing pavement at crown line.
4. AC base course shall be Type III -B2 -AR -4000.
5. AC overlay shall be Type III -C3 -AR -4000.
6. In overlay areas (Construction Note 4), AC patchback for curb and
gutter, etc. shall be 5 inches minimum thickness to 1 inch below
grade using AC per note 4.
7. In all other areas, AC patchback shall be 1 inch AC overlay on
3 -inch AC base course over 4 -inch base material per Construction
Note 5.
8. The actual width of reconstruction (Construction Note 5),
generally 11 to 13 feet from crown line to edge of new curb and
gutter, shall be per Engineer's markings prior to construction.
•
•
- • i
TO: CITY COUNCIL
FROM: Public Works Department
BY THE CITY COUNCIL
CITY OF NEWPORT BEMI
SEP 231 °35
APPROVED
September 23, 1985
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
SUBJECT: CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE PARK (C -2477)
RECOMMENDATION:
Award Contract No. 2477 to Nobest, Incorporated, for the total price
of $43,492.70 and authorize the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
At 11:00 A.M. on September 13, 1985, the City Clerk opened and read the
following bids for this project:
Bidder Total Price
Low Nobest Incorporated $43,492.20
2. Bruce Paving Co., Inc. $47,292.00
3. R. J. Noble Company $47,838.00
4. Clayton Construction Company $47,918.00
5. Sully- Miller Contracting Company $54,698.28
6. Gillespie Construction, Inc. $64,895.00*
*Corrected total price is $65,480.
The low bid is 21% above the Engineer's estimate of $36,000. The low
bidder, Nobest Incorporated, is a well - qualfied general engineering contractor
who has successfully completed previous City contracts.
The project provides for the construction of a storm drain catch
basin, approximately 100 linear feet of pipe and 1,150 linear feet of curb and
gutter, and reconstruction or resurfacing of the south side of Cliff Drive
between San Bernardino and Riverside Avenues. The work is intended to restrict
access of private vehicles onto Cliff Drive Park and to control storm water
runoff through the park.
Funds for award are proposed from the following accounts:
Description Account No. Amount
Cliff Drive Street Improvment 18- 3307 -006 $34,330.62
Street, Alley & Bikeway
Resurfacing /Reconstruction Program 02- 3385 -015 $ 9,162.08
September 23, 1985
Subject: Cliff Drive Street Improvement Adjacent to Cliff Drive Park (C -2477)
• Page 2
Plans and specifications were prepared by Fuscoe Williams Lindgren &
Short, Civil Engineers and Land Surveyors.
The contract specifies that all work shall be completed by November
30, 1985.
Benjamin B. Nolan
Public Works Director
LRD:jd
•
•
-1
14
Authorized to Publish Advertisements of al1nds including public
notices by Decree of the Superior Court of Orange County,
California, Number A -6214, dated 29 September. 1961, and
A- 24631, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange > Nunn .,.. ,, q o•.a
or imp n W m ) poMt
�Iln ID Cti� [OWmn vMM
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. 1 am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of I"ci ling £:i cis
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for 1 time
cmaecyuijl waeMAO wit the issue(s) of
198—
, 198_
198_
198^
198_
1 declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on August sl 198 5
at Costa Mesa, California.
Signature
•
by me,
day Of
• RaWa. �C14'
•
•
6 ` Ole)
TO: CITY COUNCIL
FROM: Public Works Department
August 26, 1985
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
ITEM NO. F -17
AUG 2 G 1985
APPROVED
SUBJECT: CLIFF DRIVE STREET IMPROVEMENT ADJACENT TO CLIFF DRIVE PARK (C -2477)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to 44ver- se rr:bieds to be opened at
11:00 A.M. on September 13, 1985.
DISCUSSION:
The current budget contains an appropriation for the construction of
street improvements along the south side of Cliff Drive between San Bernardino
Avenue and Riverside Avenue. The project includes the construction of a storm
drain catch basin, approximately 100 linear feet of storm drain pipe, and
approximately 1,150 linear feet of curb and gutter. The work is intended to
restrict access of private vehicles onto Cliff Drive Park,to control storm
runoff more effectively, and to protect park irrigation and landscape
improvements.
Plans and specifications were prepared by Fuscoe Williams Lindgren
& Short, Civil Engineers and Land Surveyors. Their construction estimate is
$36,000. Adequate funds are budgeted to award this amount.
The contract specifies that all work shall be completed by November
30, 1985.
A Negative Declaration of Environmental Impact has been prepared
and approved by the Environmental Affairs Committee. A Notice of Determination
will be filed with the County Clerk and published locally prior to award.
XvG 4
Benjamin B. Nolan
Public Works Director
• LRD:jw