Loading...
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, ƒ§ |/ 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