HomeMy WebLinkAboutC-2646 - Miscellaneous Construction in Corona del MarCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
EO, BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 26, 1988
Nobest Incorporated
P.O. Box 874
Westminster, CA 92684
(714) 644 -3005
0
Subject: Surety: The Travelers Indemnity Company
Bonds No.: 402J471 -6
Contract No.: C -2646
Project: Miscellaneous Construction in Corona
del Mar
The City Council of Newport Beach on August 22, 1988 accepted
the work of subject project and authorized the City Clerk to
file a Notice of Completion and to release the bonds 35 days
after the Notice has been recorded in accordance with
applicable sections of the Civil Code.
The. Notice was recorded by the Orange County Recorder on
August 29, 1988, Reference No. 88- 430444.
Sincerely,
Wanda E. Raggio ((//
City Clerk
WER:pm
cc: Public Works Department
3300 Newnort Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk /1� 7 (ti -/V(/.
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
*EMPT RECORDING REQUEST PER
GOVERNMENT CODE 6103
EXEMPT
C2
NOTiCF. OF COMPLETION
88- 430444
IN OFFICIAL RECORDS
i COUNTY CALIFORNIA
-3 4s PM AUG 29'88
ICU CONSIOEMPON PUBLIC WORKS Lc� Q,,,j„a„,r,,(,
?o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 22, 1988
the Public Works project consisting of Miscellaneous Construction in Corona del Mar_
on which Nobest Incorporated, P.O. Box 874, Westminster, CA 92684
was the contractor, and The Travelers Indemnity Company, P.O. Box 5700, Brea, CA
was the surety, was completed. 92622 -5700
VERIFICATION
I, the undersigned, say:
OF NEWPORT BEACH
Works Director
I am the Public Works Director of the City of Newport Beach; the
Notice of Completion is true of my own knowledge.
r
G
tteljp01"'�
1 declare under penalty of perjury that the foregoing is true and correct.
Executed on August 24, 1988 at Newport Beach. California.
Public Vorks 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 August 22, 1988 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 August 24, 1988 at Newport Beach, California.
i
��
City Clerk �/
0
CIT F NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
August 26, 1988
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following document for recordation and return
to the above -named office:
C -2646 (Miscellaneous Construction in Corona del Mar);
C -2667 (Remodel 15th Street Restroom);
C -2694 (Construct Boundary Wall at Corporation Yard).
Sincerely,
3300 Newport Boulevard, Newport Beach
TO: CITY COUNCIL
FROM: Public Works Department
egust 22, 1988
BY THE CITY COUNCILCITY COUNCIL AGENDA
CITY OF NEWPORT BEAVEM NO. F -11
AUG 2 2 1986
APPROVED
SUBJECT: ACCEPTANCE OF MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR (C -2646)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The contract for the construction of the subject project has been
completed to the satisfaction of the Public Works Department. The work included
reconstruction of the stairway to Pirates Cove, construction of a sidewalk along
the seaward side of Ocean Boulevard, resurfacing of the westerly half of the
Corona del Mar State Beach parking lot and Avocado Avenue at Second Avenue,
reconstruction of First Avenue between Carnation and Begonia Avenues and
reconstruction of curb and gutter on St. James Road and via Barcelona.
The bid price was $125,397.75
Amount of unit price items constructed 130,911.65
Amount of change orders 23,429.69
Total contract cost
$154,341.34
The increase in the amount of the unit price items constructed was due
to the replacement of considerably more deteriorated curb and gutter on St.
James Road than had been anticipated.
Two Change Orders were issued. The first, in the amount of
$18,252.00, provided for construction of a beach access stairway opposite Orchid
Avenue. The second, in the amount of $5,177.69, provided for placing fill to
make grade under the Ocean Boulevard walk, additional pavement removal and
replacement at the St. James Road site, and replacement of an existing alley
approach on First Avenue.
Funds for the project were budgeted in the General Fund, Account Nos.
02- 3387 -015, 02- 3387 -053, 02- 3397 -183 and 02- 4197 -441, the Park and Recreation
Fund, Account No. 10- 7797 -070 and the Tide and Submerged Lands Fund, Account No.
23- 5697 -032.
The Contractor is Nobest, Inc. of Westminster.
The contract date of
completed on June 28, 1988.
4
Benjamin B. Nolan
Public Works Director
PO :so
completion was July 1, 1988. The work was
r 'h)
TO:
CIT -AOF NEWPORT BIACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
FINANCE DIRECTOR
FROM: CITY CLERK
DATE: April 18, 1988
SUBJECT: Contract No. C -2646
Description of Contract Miscellaneous Construction in
Corona del Mar
Effective date of Contract April 15, 1988
Authorized by Minute Action, approved on April 11, 1988
Contract with Nobest Incorporated
Address P.O. Box 874
Westminster, CA 92684
Amount of Contract $125,397.75
"9� 6e 4e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
6
April 13, 1988
0
T0: City Clerk
FROM: Public Works Department
SUBJECT: Miscellaneous Construction in Corona del Mar, C -2646
Attached are the original and three copies of the subject contract
documents. Please sign and have the Mayor sign the documents and
return to this office for further processing.
Gilbert Wong
Project Engineer
GW:dw
Attachments
El
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR
(C -2646)
RECOMMENDATION:
April 11, 1988
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
APR 111988
APPROVED
Award Contract No. 2646 to Nobest Inc. for $125,397.75, and
authorizing the Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 a.m. on March 31, 1988, the City Clerk opened and read the
following bids for this project:
BIDDERS
Low Nobest Inc., Westminster
2 Bruce Paving Co., Gardena
3 Griffith Co., Santa Ana
4 Coastline Construction, Laguna Hills
5 Wakeham -Baker Inc., Fountain Valley
6 Gillespie Construction, Costa Mesa
7 Damon Construction Co., Gardena
8 Jerry Cross Paving Co., Costa Mesa
9 Sully- Miller, Orange
10 F.A.V. Engineering, Huntington Beach
AMOUNT BID
$125,397.75
126,664.10
133,630.95
141,000.00
145,145.00
152,326.50
154,217.50
154,347.00
155,625.00*
181,450.00
* Corrected Bid Total is $155,564.53
The low bid is 26% below the Engineer's estimate of $170,000.00. The
disparity between estimated and bid amounts is attributed to the good com-
petitive bidding among contractors. Funding for award is proposed from the
following accounts:
ACCOUNT DESCRIPTION ACCOUNT NO. AMOUNT
• Sidewalk, Benches, Landscaping at Inspir. Point 10- 7797 -070 $28,067.75
Street & Alley Resurfacing Program 02- 3387 -015 16,500.00
Storm Drain Improvement Program 02- 3387 -053 3,500.00
Sidewalk, Curb & Gutter Replacement Program 02- 3397 -183 26,700.00
Channel Road Walkway to the Wedge 02- 4197 -441 25,630.00
CDM State Beach Parking Lot Resurfacing 02- 5697 -032 25,000.00
April 11, 1988
Subject: Miscellaneous Construction in Corona del Mar (C -2646)
• Page 2
The low bidder, Nobest Inc., is a well - qualified general contractor
who has successfully completed previous contracts for the City.
This project provides for the construction or reconstruction of
portland cement concrete and asphalt concrete drainage and surface improvements
at various locations in the City. The contract includes:
1. Reconstructing the stairway down to Pirates Cove.
2. Constructing and reconstructing sidewalk along the ocean side of
Ocean Boulevard between Goldenrod and Marguerite Avenues.
3. Resurfacing and restriping the westerly half of Corona del Mar
State Beach parking lot.
4. Resurfacing Avocado Avenue at Second Avenue.
5. Reconstructing 1st Avenue between Begonia Avenue and Carnation
Avenue.
• 6. Reconstructing curb and gutter along St. James Road and Via
Barcelona.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is July 1, 1988.
40 y
Benjamin B. Nolan
Public Works Director
BBN:dw
C:
•
•
TO: CITY COUNCIL
FROM: Public Works Department
•
March 14, 1988
CITY COUNCIL AGENDA
ITEM NO. F -17
U1 IhL P-10 (y,::NIL
CITY OF NEWPORT BEACH
MAR 141988
APPROAT..O
SUBJECT: MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR (C -2646)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Affirm the Negative Declaration of Environmental Impact.
2. Authorize the City Clerk to
DISCUSSION:
This project provides for the construction or reconstruction of
portland cement concrete and asphalt concrete drainage and surface improvements
at various locations in the City. The contract includes:
1. Reconstructing the stairway down to Pirates Cove.
2. Constructing and reconstructing sidewalk along the ocean side of
Ocean Boulevard between Goldenrod and Marguerite Avenues.
3. Resurfacing and restriping of the westerly half of Corona del Mar
State Beach parking lot.
4. Resurfacing Avocado Avenue at Second Avenue.
5. Reconstructing 1st Avenue between Begonia Avenue and Carnation
Avenue.
6. Reconstructing curb and gutter in St. James Road and
Via Barcelona.
• A Negative Declaration of Environmental Impact has been prepared by
staff for the new Ocean Boulevard sidewalks. Upon approval of the Environmental
Affairs Committee, Notices of Determination will be filed with the Clerk of the
Board of Supervisors and published in the local newspaper.
E
G
The estimated cost of the work is $170,000. Funding for
award is pro-
posed from the following accounts:
Account Description
Account No.
Amount •
Sidewalk, Benches, Landscaping at Inspir. Point
10- 7797 -070
$24,000
Street & Alley Resurfacing Program
02- 3387 -015
16,500
Storm Drain Improvement Program
02- 3387 -053
3,500
Sidewalk, Curb & Gutter Replacement Program
02- 3397 -183
26,700
Channel Road Walkway to the Wedge
02- 4197 -441
25,630
CDM State Beach Parking Lot Resurfacing
23- 5697 -032
25,000
CDM Alley Replacement Program*
02- 3397 -431
Balance Req'd
* If necessary for award, Staff proposed
to request City
Council to
transfer the balance of required funding from an
unexpended appropriation
for
alley replacement in Corona del Mar. The alley
replacement, deemed
by the
staff to not be as critical as the proposed Corona
del Mar drainage
and street
improvements in this contract, will be performed
at a later date.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is July 1, 1988.
Benjamin B. Nolan •
Public Works Director
BBN:ld
•
n
Authorized to Publish Advertisements of all kinds including public
notices by Decree of the Superior Court of Orange County.
California. Number A -6214, dated 29 September. 1961, and
A- 24831. dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange vvee worse wa enw.q cevereu
or r4- eno*we n f4- m r eeerr
,win ro vice cwnvr .ram
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 Inviting Bids
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 two
consecutive Weeks to Wit the issue(s) of
March 17 198--L
March 24
8
198
198_
198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on March 25 198 a
at Costa Mesa, California.
Signature
•
FILMIC C NOTICE _
NOTICE
INVITINQMS.
Seabd bids may be ra.
ceived at the office or the
^Ity Clerk, 3399 Newport
Boulevard B
P. O. Box 1768,
Vewpori each, OA
12658.8815 until 11:09 a.m.
in the 31st day If March,
1988, at which time such
Olds shall be opened end
by the City
14th day of
Clerk WANDA E. RADON), City
Prospective bidders may
obtain one Set of bid ii e
mente at no coat at the office
Of the Public Works Depart-
ment, 3300 Newport.
Boulevard,-P. Gam 1768,
Newport Beach, CA
�
92658 -8915.
For further In OMMIZ
call Gilbert Wong, Protect
Manager et 644-3311.
Published Orange Coast
Deily Pilot March 17, 24,
1988
Th55o
PROOF OF PUBLICATION
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11.00 a.m. on the 31st day of March_ , 1988,
at which time mime such bids shall be openednd read for
'v
IN CORONA DEL MAR
2646
Contract No.
$170,000
ng neer s stimate
W9 .0
•
�� �
Olt O
Approved by the City Council
this 14thday of March , 1988.
Wanda E
aggio
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 Gilbert Wong at 644 -3311.
Project Manager
.,
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
/�3 —
Nobest Incorporated
Contractor
C -2646
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
L]
MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR
CONTRACT NO. 2646
oononcni
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0: Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete this Contract No. 2646 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
Thirty -Seven Hundred Dollars
and
No Cents $220-m
—
Per Lump Sum
2. 4 Each Construct P.C.C. bench pad with eye
bolt per C.N.B. STD - 611 -L.
@ Two Hundred Dollars
and
No Cents $200.00 $800.00
Per Each
'3. 700 Tons Construct A.C. overlay (1" and
variable)
@ Forty -Five Dollars
and
No Cents $ 45.00 $31,50,00
er Ton
4. 3 Each Construct P.C.C. access ramp
@ Three Hundred Dollars
and
No Cents $300.00 $ 900.00
Per Each
WW, WA
EM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 6,000 Remove existing and construct
Square Feet 4" -thick A.C. over 4" -thick
aggregate base
@ Two Dollars
and
Sixt -Five Cents $ 2.65 $1900.00
er quare Foot
6. 44 Reconstruct existing P.C.C. curb
Lineal Feet
@ Fourteen Dollars
and
No Cents $ 14.00 $ 616.00 _.
Per Lineal Foot
7. 4 Each Adjust existing manhole frames and
covers to finished grade
@ Two Hundred -Fifty Dollars
and
No Cents $ 250.00
Per Each
8. 3 Each Adjust existing water meter and irrigation
boxes to finished grade
@ One Hundred Dollars
and
No Cents $100.00
Per Each
9. 150 Provide and install handrail
Lineal Feet
Fifty -Seven Dollars
and
No Cents $57.00 $8.550.00
er Lineal Foot
10. 8 Each Provide and install wheel stops
@Seventeen Dollars
and
No Cents $17.00 $136.00
Per Each
L.
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. 6 Each Remove existing traffic warning sign and
construct traffic warning sign
@ Two Hundred- Ninety Five Dollars
and
No Cents $295.00 $1,770.00
12. Lump S :;m Remove existing planter and construct
Type I planter
@ Fourteen Hundred Dollars
and
No Cents $.21400.00
Per Lump Sum
13. 1270 Remove existing variable A.C. /6" thick
Square Feet P.C.C. pavement and replace with
6" thick P.C.C.
@ Three Dollars
and
Eighty Cents $3.80 i $4L826.00..
Per quare Foot
14. 4,410 Construct P.C.0 walk
Square Feet
@ Two Dollars
and
Fifty Cents $2.50
Per quare oot
15. Lump Sum Remove and replace existing P.C.C. stairway
and landing at Pirate's Cove (except
handrail)
@ Twelve Thousand Dollars
and
No Cents $12,000_00.._.
Per Lump Sum
16. 1 Each Provide and install litter can holder
@ Two Hundred Dollars
and
No Cents $200.00 $200.00 _
Per Each
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
17. 4425 Remove existing A.C. walk and replace
Square Feet with P.C.C. walk
@ Two Dollars
and
Fifty Cents $2.50 $I1 ,06 ?.50
Per Square Foot
18. 4 Each Provide and install raised pavement
markers
@ Fifteen Dollars
and
No Cents $15.00 $60.00
Per Each
19. Lump Sum Install Corona del Mar State Beach
parking lot striping
@ One Thousand Two Hundred - Eighty Dollars
and
No Cents $1,280.00
er Lump Sum
20. 680 Reconstruct P.C.C. "Rolled" curb and
Lineal Feet gutter
@ Twenty -Three Dollars
and
Twentv-Five Cents $23.25 $1 ,810.00 _
Per Lineal Foot
21. Lump Sum Remove interfering portion and abandon
existing catch basin, 12" Dia. storm
drain and 3" Dia. curb drain
@ Five Hundred Dollars
and
No Cents $500.00 _
Per Lump Sum
22. 195 Remove interfering portion of existing A.C./
Square Feet P.C.C. driveway and construct P.C.C.
driveway with P.C.C. curb
@ Three Dollars
and
Sev t -Five Cents $3.75 $731.25
Per quare oot
PR 1.5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
23. 121 Remove interfering portion of
Lineal Feet existing P.C.C. pavement and local
depression and construct P.C.C.
gutter
Eleven Dollars
and
No Cents $11.00 $1.331.00
Per lineal Foot
TOTAL PRICE WRITTEN IN WORDS
One Hundred Twenty -Five Thousand
Three Hundred Ninety -Seven Dollars
and
Seventy -Five Cents $125�397.7S
March 30, 1988 ✓ Nobest Incorporated
Date Bi der
(714) 892 -5583
Bidder's Telephone Number
S/ Larry Nodland /Treasurer
Autho— riz�Slgnature Titre
359622.A P.O. Box 874 Westminster CA 92684
Contractor's License No. C asst ication Bid er's A dress
• • 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 SUBCONTRACTORS)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid
figures. In the event of error in the multiplication of estimated quantity by
unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held respon-
sible for bidder errors and omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For part-
nerships, the signatures shall be 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
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
359622 A
Contr's Lic. No. & Classification
March.30. 1988
Nobest Incorporated
Bi dew r
S/ Larry Nodland /Treasurer
Authorized Signature /Title
0
• 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 bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
I. Striping Orange County Striping Orange, CA
2. Handrail Crainveyor Corporation S. Elmonte, CA
3.
4.
5.
6.
7.
B.
9.
10.
11.
12.
Nobest Incorporated
Bidder
S/ Larry Nodland /Treasurer
Authorised Signature /Title
• FOR ORIGINAL SEE CITY CLERK 0FILE COPY Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Nobest Incorporated , as bidder,
and THE TRAVELERS INDEMNITY COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF THE TOTAL AMOUNT OF THE BID IN 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
MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR 2646
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver 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 21st day
of March , 1988 .
(Attach acknowledgement of
Attorney -in -Fact)
S /Tina Durand
Notary Public
Commission Expires: Sept. 2, 1988
NOBEST INCORPORATED
Bidder
S /Larry Nodland /Treasurer
Authorized Signature /Title
THE TRAVELERS INDEMNITY COMPANY
Surety
By S /Donald E. Rapp
Title Attorney -in -Fact
• •
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 30th day of March ,
1988 .
My commission expires:
October 18, 1988
Nobest Incorporated
Bidder
S /Larry Nodland /Treasurer
Authorized Signature /Title
S /David E. Poole
Notary Public
Page 5
.~ , � • Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
See attached sheet
Nobest Incorporated
Bidder
S /Larry Nodland /Treasurer
Authorized Signature /Title
The Travelers Indemnity Company
Hartford, Connecticut
If necessary, validation of this power of attorney is available at (203) 277 -7839. Collect calls will be accepted.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TILE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
Douglas A. Rapp of Rosemead, California —
its true and lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to
execute and deliver and affix the seal of the Company thereto, if a seat is required, bonds, undertakings, recognizances,
consents of surety or other written obligations in the nature thereof, as follows:
--
Any and all bonds, urtdertakings, reoognizances, consents of surety or other
written obligations in the nature thereof —
and to bind THE TRAVELERS INDEMNITY COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolutions adopted by the Board of Directors of
THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the Ist day of November, 1985
which Resolutions are now in full force and effect:
Virrim: That the Chairman of the Board, the President, any Executive Via President, any Senior Via President, any Via
President, any Second Via President, the Corporate Secretary or any Department Secretary may appoint attorneys -in -fare or
agents with power and authority, as defined or limited in their respective powers of attorney, for and on behalf of the Company to
execute and deliver, and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or other
written obligations in the nature thereof and any of said officers; may remove any such attornry -in -fan or agent and revoke the
power and authority given to him. t
Vurm: Put any bond, undertaking, recognizance, consent of suety or written obligation in the nature thereof shall be valid and
binding upon the Company when signed by the Chairman of the Board, the President, any Executive Via President, any Senior
Via President, any Vitt President or any Second Via President and duly attested and sealed, if a seal is required, by the Corporate
Secretary or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretary, or shall be
valid and binding upon the Company when duly executed and sealed, if a seal is required, by a duly authorized attomey -in -fare or
agent, pursuant to and within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the
I st day of November, 1985:
Vo7tu: That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by
facsimile to any power of attorney or special power of attorney or artification of either given for the execution of any bond,
undertaking, recognizance or other written obligation in the nature thereof, such signature and seal, when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon
the Company with the same fora and effect as though manually affixed.
This pmier of attorney revokes any and all powers of attorney dated prior to
November 1, 1985 —
IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to
be sf�ed by its proper officer and its corporate seal to be hereunto affixed this lst day of NoveRber
19 .
THE TRAVELERS INDEMNITY COMPANY
\NDE'MN
By
6EAL
::r -=
Secretary, Surety
State of Connecticut, Y Count ford—ss: ,
On this I -st day of Vorember in the year 1985 be re me personally came D. '„ Banta
to me known. % ho, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; i'r1 }: *1 ':;
Secretary (Suret)) of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which exe-
lvted the above instrument; that he signed his name thereto by the above quoted authority; that he knows the seal of said
corporation; that the seal affixed to said instrument is such corporate seal, and that it was so affixed by authority of his
office under the by -laws of said corporation.
Notary Public
My commission expires April 1, 1988
CERTIFICATION
I, J. Dennis Lane, Assistant Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, certify
that the foregoing power of attorney, and the above quoted Resolutions of the Board of Directors of November 1, 1985
have not been abridged or revoked and are now in full fora and effect.
Signed and Sealed at Hartford, Connecticut, this 8th
SEAL
S -2242 (RACK)
day of April 19 88
Assistant Secretary, Surety
11
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
0 Page 8
Bond No. 402J471 -6
Premium: Included
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 11, 1988
has awarded to Nobest Incorporated
hereinafter designated as the "Principal ", a contract for Miscellaneous Construction
in Corona del Mar (Contract No. 2646)
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 Nobest Incorporated
as Principal, and The Travelers Indemnity Comoany
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
One hundred twenty five thousand three hundred ninety
nAygn and 1100's Dollars ($125.397.75 ),
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
r
a
Payment Bond (Continued)
0 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 8th day of April , 19 88
s or or a Seal)
Name of Contractor Principal
Authorized Signature and `-t Rssj -DE*.)�
u7C thorize u a and TitTe
" ay
T elers Indemnity Company (Seal)
Name of Surety
P.O. Box 5700
ddress of Surety
ignatu—Mind liftle of Authorized gent ,
Douglas r Rapp, Attorney -in -Fact
ress of Agent
e ep one No. of Agent
a
STATE OF CALIFORNIA
SS:
COUNTY OF LOS ANGELES
On April 8, 1988 , before me, the undersigned, a Notary Public of
said county and state, personally appeared Douglas A. Rapp ,
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument as the attorney -in -fact and acknowledged
to me that he (she) subscribed the name on behalf of the corporation therein named as
surety and his (her) own name as dell rnnv —in —fa r�.
♦ ♦N � MN-. • .• .'�M MOH
Witness my a .12fflvLallslseal.2
Lisa L. Hollembaekii
SEAL O iy :� NOTARY PUBLIC CAI IIORN:A
Z ` ' PRINCIPAL Of110E IN
LOS A
MW COMMMV R Eagles Mar 3. 1988
♦a1�I1��a1�1N .N ar��N
STATE OF CALIFORNIA
ss.
COUNTY OF 0 RAN CE
On Ibis 11th day of APRIL , In the year 19—,
before me, The undersigned, a Notary Public In and for said Stale, personally appeared
ROBERT L. NODLA,TND
and _
ROBERT NODLAND II personally known to me
(or proved to me on the basis of satislactory evidence) to be the persons who executed the
within Instrument as President and Secretary, respectively. of The Corporation therein named,
and acknowledged to me that the Corporation executed 11 pursuant to Its by or a resolU-
lion of its board of directors.
WITNESS my hand and ollicial seal., j 0
Notary
In and'for said State.
OFFICIAL SEAL
KAY E A0DERSON
`��.4m
C
.�^
NOTARY PUBLIC'- CALIFORNIA
1J
».$gym
OitANGE C0(1NTY
My comm. expir9S SEP 27, 1991
r
;
�f%Mewl
—14W a SK. —"teee Fenn 222CA —i . 512
;CC",
waeorrs. ore
and _
ROBERT NODLAND II personally known to me
(or proved to me on the basis of satislactory evidence) to be the persons who executed the
within Instrument as President and Secretary, respectively. of The Corporation therein named,
and acknowledged to me that the Corporation executed 11 pursuant to Its by or a resolU-
lion of its board of directors.
WITNESS my hand and ollicial seal., j 0
Notary
In and'for said State.
The Travelers Indemnity Company
Hartford, Connecticut
If necessary, validation of this power of attorney is available at (203) 277 -7839. Collect calls will be accepted.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
Thai 'I'HE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
Douglas A. Rapp of Rosemead, California —
its true and lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to
execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances,
consents of surety or other written obligations in the nature thereof, as follows:
Arly and all bonds, undertakings, recognizances, consents of surety or other
written obligations in the nature thereof —
and to bind THE TRAVELERS INDEMNITY COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolutions adopted by the Board of Directors of
THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of November, 1985
which Resolutions are now in full force and effect:
Rn'En: That the Chairman of the Board, the President, any Executive Vin President, any Senior Vitt President, m Vice
President, any Second Via President, the Corporate Secretary or any Department Secretary may appoint attorneys -in -face or
agents with power and authority, as defined or limited in their respective powers of attorney, for and on behalf of the Company to
execute and deliver, and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or other
written obligations in the nature thereof and any of said o(5ces, may menme any such attorney -in -fact or agent and revoke the
power and authority given to him. t
Vol'Fac That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and
binding upon the Company when signed by the Chairman of the Board, the President, any Executive Vitt President, any Senior
Vice President, any Vice President or any Second Vitt President and duly attested and sealed, if a seal is required, by the Corporate
Secretary or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretary, or shall be
valid and binding upon the Company when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or
agent, pursuant to and within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the
1st day of November, 1985:
VOTED: That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by
facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,
undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon
the Company with the same force and effect as though manually affixed.
This power of attorney revokes any and all powers of attorney dated prior to
NoveTber 1, 1985 —
IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to
be s�ned by its proper officer and its corporate seal to be hereunto affixed this let day of November
19 .
THE TRAVELERS INDEMNITY COMPANY
By
f [ A L ;
*� Secretary, Surety
State of Connecticut, County of�rtford —ss:
On this '.St– day of ember in the year 1985 be me personally came D. '., Banta
to me known. who, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; t r, t h.-I o
Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which exe-
•vted the above instrument; that he signed his name thereto by the above quoted authority; that he knows the seat of said
corporation; that the seal affixed to said instrument is such corporate seal, and that it was so affixed by authority of his
office under the by -laws of said corporation.
Notary Public
My commission expires April 1, 1988
CERTIFICATION
I, J. Dennis Lane, Assistant Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, certify
that the foregoing power of attorney, and the above quoted Resolutions of the Board of Directors of November 1, 1985
have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Hartford, Connecticut, this
SEAL
•
S -2242 (RACK)
8th day of April 19 88 Z–.- 9. W..;
Assistant Secretary, Surety
• • Page 10
Bond No. 402J471 -6
Premium: $1,754.00
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 11, 1988
has awarded to Nobest Incorporated
hereinafter designated as the "Principal ", a contract for Miscellaneous Construction
in Corona Del Mar (Contract No. 2646)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Nobest Incorporated
as Principal, and The Travelers Indelfinity Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One hundred twenty five thousand Three hundred ninety Dollars ($ 125,397.75 ),
seven dollars and 75/100's
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
a
• • Page 11
Faithful Performance Bond (Continued)
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 8th day of April , 1988
Nobest Incorporate (Seal)
Name of Contractor Principal)
AOZ
Authorized Signatulle an
Authorized Signatu a and Title
y j The Travelers Indemnity Company (Seal)
Name of Surety
P.O. Box 5700
Brea Ca. 92622 -5700
ddress of Surety
i
By: At& 0.40
SignatureCAnd Title of Authorized Agent
Douglas A. Rapp, Attorney -in -Fact
P.O. Box 647 Rosemead Ca. 91770
AdcTress of Agent
(818) 571 -6560
Telephone No. of Agent -
STATE OF CALIFORNIA II
COUNTY OF Orange
OFFICIAL SEAL
KAY E ANDERSON
NOTARY PU SLIC - CALIFORNIA
a.. ORANGE COUNTY
My comm. expires SEP 27, 1991
NCNNOWLf OGMENII— C".—Atl. 6 See. —WI tWS fMT 27201 -9ex 1.1!
'•'IqV WOLCOri S. INC
On this 1 I th day of ` APRIL ____, In the year f9 88
before me, the undersigned, a Notary Public in and for said Slate, personally appeared
ROBERT L NODL_AND
and _
ROBERT NODLAND II --.personally known tome
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as President and Secretary, respectively, of the Corporation therein named,
and acknowledged to me that the Corporation executed II pursuant to Its bylaws or a resolu-
tion of Its board of directors.
WITNESS my hand and ollicial
In and lot said Stale.
4
STATE OF CALIFORNIA
as:
COUNTY OF LOS ANGELES
On April 8, 1988 , before me, the undersigned, a Notary Public of
said county and state, personally appeared Douglas A. Rapp
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument as the attorney -in -fact and acknowledged
to me that he (she) subscribed the name on behalf of the corporation therein named as
surety and his (her) own name as att� -----
witness my off�atailmseal.i
u;
Lisa L. Hollembaekl
SEAL D L• NOTARY PUBLIC CAI UORN:A
j PRINCIPAL On ICE ON
LOS ANGELES COUNTY
MY Com ass Eapin May 3.19N
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
CERTIFICATE OF INSURANCE
IN
AFFORDING CO
Pege 12
Company A
Letter Aetna Casualty &_Surety
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).
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Policy
Exp.
Date
LIMITS LI BILITY
IN THOUS
NDS 000
Each
g. ro
Complet
Occurrence
0 erati
A
GENERAL LIABILITY -
x Comprehensive Form
x Premises - Operations
x Explosion & Collapse Hazard
B6CO064
841CCA
8/3/88
Bodily Injury
Property Damage
$
$
$
$
X Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
x Broad Form Property Damage
Damage Combined
$1,000
$1,00(
x Independent Contractors
X Personal Injury
Marine
Aviation
Personal Injury
$ 1,00(
AUTOMOTIVE LIABILITY
ell
A
Comprehensive Form
❑x Owned
6FJ804
21CCA
8/3/88
Bodily Injury
(Each Person
$
$
/
Bodily Injury
Each Occurrence
Hired
ro ert
ama e
x Non -owned
❑
Bodily njury and
Property Damage
Combined
$1,000
EXCESS LIABILITY
A
[ Umbrella Form
❑ Other than Umbrella Form
16XS504
74WCA
8/3/88
Bodily Injury
and Property
Damage Combined
$1,000
$1,000
WORKERS' COMPENSATION
Statutor
ac
and
EMPLOYER'S LIABILITY
Acciden
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: Agency: Coroon & Black Insurance Services
Dougtii 4C hari?slAtV&ent
Date: S� % � Telephone: (818)571 -6560
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:
Miscellaneous Construction in Corona del Mar
Pro.iect Tit a and Contr
r
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.
a
• 0 Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to .uch insurance as is afforded by the policy for Bodily Injury and
Property Damage liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
(XA Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
each occurrence
$ l,nnn,nnn each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
ea
This endorsement is effective 4/8/88 at 12:01 A.M. and forms a part of
Policy No. 86FJ804021r -CA
Named Insured Nobest Incorporated Endorsement No. 1
Name of Insurance Company Aetna Casualty & By0��� ��
Surety Co. — Authorized Representative
0 . Page 14
CITY Of NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
it is agreed that:
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or nold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ 11000,000 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
Iiability 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: Miscellaneous Construction in Corona del Mar (Contract No. 2646
Project Title and Contract No.
This endorsement is effective 4/g/gg at 12:01 A.M. and forms a part of
Policy No. g6rnn64g41rrA
Named Insured * *nhF-gt Tnrnrpnrats-d Endorsement No.i
Name of Insurance Company
Page'15
CONTRACT
THIS AGREEMENT, entered into this tay of �% 19 �
A� ,
by and between the CITY OF NEWPORT BEACH, hereinafter "Ci—ty,"Aand
Nobest Incorporated , hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Miscellaneous Construction in Corona del Mar 2646
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Miscellaneous Construction in Corona del Mar 2646
Title of Project ontract 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 One Hundred
Twenty -five Thousand Three Hundred Ninety -Seven and 75 /100 Dollars ($ 25,39 .75
This compensation includes (l )—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)
in
• • Page 16
(f) Plans and Special
Corona del Mar
Title of Project
(g) This Contract.
Provisions for
Contract No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately 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.
APPROVED AS TO FORM:
City Attorney
Nobest Incorporated
Name of Contractor (Principal)
J& V2
Authorized Signat e a d T tle7R6- a >z9,i,
Authorized Signaturefand title SFc
i
STATE OF CALIFORNIA ,
ss.
COUNTY OF 0?
r
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
MISCELLANEOUS CONSTRUCTION IN CORONA DEL MAR
CONTRACT NO. 2646
I. SCOPE OF WORK
The work to be done under this contract includes the construction/
reconstruction of P.C.C. sidewalk, driveway approaches, curb, curb and
gutter, curb access ramp, stairway, and A.C. resurfacing, and per-
forming other incidental items of work as necessary to complete the
work.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawings
No. M- 5271 -S and No. M- 5212 -S), (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction (1985
Edition) and (4) the Standard Specifications for Public Works
Construction (1985 Edition), including supplements. Copies of the
Standard Special Provisions and Standard 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.
11. TIME OF COMPLETION AND SCHEDULE OF WORK
The Contractor's construction schedule submittal shall detail and satisfy
the following requirements:
A. All work under this contract shall be completed by July 1, 1988, or
within sixty (60) consecutive calendar days after the start of work,
whichever occurs first.
B. The Contractor shall complete work on /in Corona del Mar State Beach
parking lot, Pirate's Cove, and Ocean Boulevard by June 10, 1988.
C. There shall be no work performed on Corona del Mar State Beach
parking lot, Pirate's Cove, and Ocean Boulevard during weekends or
holidays.
The Contractor must employ sufficient men and equipment to meet this
schedule. If it becomes apparent during the course of the work that
the Contractor will not be able to meet this schedule, he will be pro-
hibited from starting work at additional locations until he has exerted
extra effort to meet his original schedule and he has demonstrated that
he will be able to maintain his approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from his
overall time of completion requirement, nor shall it be construed as
the basis for payment of extra work because additional men and equip-
ment were required on the job.
SPIof 7
r
• •
III. PAYMENT
The unit or lump sum price bid for each item of work shown on the
Proposal shall be considered as full compensation for all labor, equip-
ment, materials, and all other things necessary to complete the work in
place, and no additional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the
proposal (e.g., excavation, removal, sawcutting, patchback, protecting
property corners, root pruning, utility, etc.) shall be included in the
unit prices bid for other items of work. In addition, the items of work
for construction /reconstruction of PCC access ramps and driveway shall also
include construction of curb and paving.
The substitution of securities for any payment withheld in accordance
with Section 9 -3.2 of the Standard Specifications is permitted pursuant
to Government Code Sections 4590 and 14402 -5.
IV. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the
Engineer. Existing property corners and survey ties adjacent to removals
shall be protected and maintained. In situations where property corners or
survey ties interfere with the work, the Contractor shall notify the
Engineer a minimum of two (2) working days prior to removal so that the
Engineer can survey and reset property corners and survey ties.
V. WATER
If the Contractor elects 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 the City, the deposit will be returned
to Contractor, less a quantity charge for water usage.
VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access in accordance
with Section 7 -10 of the Standard Specifications except as modified
herein, and with the standards contained in the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
A. Traffic Control Plans
The Contractor shall submit written traffic control plans to the
Engineer and obtain his approval a minimum of five (5) working days
prior to commencing any work.
The plans shall incorporate the following:
1. The location and wording of all signs, barricades, delineators,
lights, warning devices, temporary parking restrictions, and
any other details required to assure that all traffic will be
handled in a safe and efficient manner with a minimum of incon-
venience to the motorists.
SP 2 of 7
2. A complete and separate plan for each phase of construction
shown in the proposed construction schedule showing all items
listed under 1. under Section VI A. and the restrictions of
Section II, TIME OF COMPLETION AND SCHEDULE OF WORK.
B. "NO PARKING, TOW- AWAY" Signs
Where any restrictions mentioned necessitate temporary prohibition
of parking during construction, the Contractor shall furnish,
install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if
streets have posted "NO PARKING" signs) which he shall post at least
forty (40) hours in advance of the need for enforcement. In addi-
tion, it shall be the Contractor's responsibility to notify the
City's Police Department, Traffic Division, at (714) 644 -3740, for
verification of posting at least 40 hours in advance of the need of
enforcement.
The signs shall (1) be made of white card stock; (2) have minimum
dimensions of 12 inches wide and 18 inches high; and (3) be similar
in design and color to sign number R -38 of the CalTrans Uniform
Sign Chart.
The Contractor shall print the hours, days and date of closure in
2- inch -high letters and numbers. A sample of the completed sign shall
be approved by the Engineer prior to posting.
C. Notification to Residents
Between 48 and 55 hours before closing a section of street or alley
or restricting vehicular access to garages or parking spaces, the
Contractor shall distribute to each affected address a written
notice stating when construction operations will start and approxi-
mately when vehicular accessibility will be restored. The written
notices will be prepared by the Engineer. The Contractor shall
insert the applicable dates and time at the time he distributes the
notices. Errors in distribution, false starts, acts of God, strikes
or other alterations of the schedule will require Contractor renoti-
fication using an explanatory letter furnished by the Engineer.
D. Notifications to City
The Contractor shall coordinate the work in Corona del Mar State Beach
parking lot and Pirate's Cove with the City's Marine Safety
Lieutenant - Parking Lot supervisor, Ray Garver, at (714) 644 -3044. In
addition, the removal /construction of the planter in Corona del Mar
State Beach parking lot and sidewalk along Ocean Boulevard shall be
coordinated with the City's work. It shall be the Contractor's respon-
sibility to make arrangements by contacting the City's Parks, Beaches
and Recreation Superintendent, Jack Brooks, at (714) 644 -3151.
Root Barrier - -In areas of tree root damaged concrete improvements, the
Contractor shall cooperate with the City's Parks, Beaches, and
SP3of 7
A f
Recreation Department for placement of root barriers per CBN
Std.- 118 -L. Root barriers will be provided and installed by the City
with a minimum of two (2) working days notification. The Contractor
responsible for removal of tree roots which interfere with the work.
If the Contractor elects to request City's forces to root prune free
charge, it shall be his responsibility to make arrangements by con-
tacting the City's Parks, Beaches and Recreation Superintendent,
Jack Brooks, at (714) 644 -3151, a minimum of one (1) day prior
to work.
VII. CONSTRUCTION DETAILS
A. Removals. Clearina and Grubbi
Existing PCC or AC improvements shall be sawcut as necessary a
minimum two (2) inches deep prior to removal. Final removal
at the sawcut lines such as hard -blow pavement breakers and stom-
pers, shall be approved by the Engineer.
Pavement, unsalvageable material, and concrete that is removed
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 pro-
viding removal and disposal shall be included in the unit price
bid for the related item of work.
2. Parkway Improvements - -The Contractor shall be responsible for
the protection of public and private improvements adjacent to
the work. Removal of existing homeowner improvements that
conflict or do not conform with the proposed PCC improvements
shall be placed on the owner's property. Homeowners shall be
given the option to have the materials salvaged.
3. Corona del Mar State Beach Parking Lot
a. Removal of existing landscaped island, including the P.C.C.
curb, interfering portions of the sprinkler system, and all
plantings and native material (except for palm trees to be
removed and relocated by others) within the islands down to
the subgrade (12 inches deep).
b. Removal of the existing A.C. pavement, base, and native
material within the new island, down to the subgrade of the
top soil (which will be supplied and placed by others).
Ocean Boulevard Sidewalk Construction
is
of
a. The Contractor shall remove interfering portions of curb,
sidewalk and portions of private driveways as necessary to
construct new curb, sidewalk,and driveway approaches. The
Contractor shall then allow approximately two weeks for grading
and construction of slope protection by others. The Contractor
shall promptly construct the improvements specified on the plans.
SP 4 of 7
• 0
The intent of this special provision is to cause work to be
completed as rapidly as practicable subsequent to removals by
the Contractor. The work, including removals by Contractor,
may be performed in stages as Contractor and Engineer mutually
agree as appropriate.
b. The Contractor shall provide all pedestrian control signs and
barricades needed for safe passage through and around the
construction. The Engineer shall maintain such signs and
barricades during that period of time when grading and
construction of slope protection is being performed by others.
c. Sidewalks shall be constructed with 2% cross fall toward the
adjacent curb. Walkways, landings and bench pads shall be
constructed with 2% crossfall toward the ocean bluff.
5. Pirates Cove Stairway Construction
The contractor shall construct the new stairway as specified herein
or submit an alternative method, including detailed drawings, writ-
ten procedures and substantiating calculations for the Engineer's
review in accordance with Section 2 -5.3 of the Standard
Specifications.
a. The Contractor shall clean the Pirate's Cove stairway to sound
concrete. The undermined portion of the existing stairway
shall be shored to support the wet weight of the new stairway
construction. A bond breaker shall be placed on surfaces of
the shored stairway to prevent bond to the new stairway.
b. The Contractor shall demolish and remove the shored portion of
the existing stairway in a manner approved by the Engineer.
Such work shall be done at least 28 days, but not more than 60
days subsequent to placement of the new stairway.
B. Asphalt Concrete
The work shall be done in accordance with Sections 302 -5 and 400 -4 of
the Standard Specifications, except as modified and supplemented below:
1. The surface shall be free of all dirt, debris, water, and vegeta-
tion prior to overlay.
2. The Contractor shall appply tack coat to all A.C. work.
3. The asphalt concrete shall be Type III -C3 -AR -4000 with approxi-
mately 5.8 percent paving asphalt. The Contractor shall feather a
minimum of five (5) feet when joining existing pavement.
Prior to placing the finish course, a tack coat of Type SS -lh
asphaltic emulsion at a rate not to exceed one -tenth (1/10) of a
gallon per square yard shall be uniformly applied to the A.C. base
course, and the portland cement concrete edges against which asphalt
concrete is to be place. The surface shall be free of all loose
material or dust when the tack coat is applied.
SP 5 of 7
Patchbacks (a minimum of 6" wide) -- Asphalt surface improvements
adjacent to any new construction shall be removed and reconstructed
by the Contractor with the same type materials to an equivalent
structural section as the existing asphalt improvements.
Compensation for patchback shall be included in the respective bid
items.
C. Portland Cement Concrete
1. Non - reinforced Concrete Improvements
Exposed surfaces of such
grade, dimension, color,
ments. Concrete improves
520 -C -2500 transit mixed
tures as approved by the
complete work within the
concrete construction shall conform in
and finish to adjoining P.C.C. improve -
nents shall be constructed with Class
concrete with additional cement and admix -
Engineer to enable the Contractor to
time constraints listed above.
The items of work for reconstruction of driveway approaches and
curb access ramps shall also include curbs, asphalt or concrete
pavement patch backs, sawcutting and removals, grading, etc.
2. Pirate's Cove Stairway
Concrete shall be transit mixed, Class 560 -C -3250 with Type V
cement, water: cement ratio less than 0.5, and additives. Pump
admixtures maybe permitted with prior approval by the Engineer.
The structural strength shall be 4,000 PSI min. in 28 days.
D. Utility Adjustments
The Contractor shall adjust to finished grade all sewer manholes, sewer
cleanouts, water valve covers, storm drain manholes, water meter boxes,
and irrigation boxes. Utility adjustments shall conform to City of
Newport Beach Standard Drawings Nos. Std.- 111 -L, Std. -116 -L and
Std.- 511 -L. All water valves, sewer cleanouts, and manhole frames and
covers damaged or damaged during adjustment operations shall be
replaced by the Contractor at his expense.
E. Metal Railings
All railings shall be hard anodizing aluminum schedule 40 -IPS or
approved equal conforming to the following:
1. 1P Dia. Standard pipe handrail with 15" reinforcing sleeves at
midposts and full height reinforcing sleeves at ends.
2. All components aluminum 6063 -T6 or 6061 -T6.
3. Posts @ 4P O.C. maximum set into 4" dia. blockouts. Posts grouted
with Quik -Roc or Por -Rok.
4. Clear anodized Architectural Class I -A41 coating (0.7 mils minimum)
SP6of 7
Ll
0
Striping, Pavement Marking, and Fire Hydrant Markers
�j
This item of work shall be done in accordance with Section 210 -1.6
"Paint for Traffic Striping, Pavement Marking and Curb Markings," of
the Standard Specifications, except as supplemented or modified below:
Paint for Corona del Mar State Beach parking lot striping and pave-
ment markings will be green water base furnished by the City. It
shall be the Contractor's responsibility to make arrangements by
contacting the City's Traffic Painter Supervisor, Fred Martinez, at
(714) 644 -3067, one week prior to striping.
Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and
Spotting" of Standard Specifications for Public Works Construction and
The Contractor shall establish control points and perform all
layout, alignment and spotting. The Contractor shall be respon-
sible for the completeness and accuracy of all layout alignment and
spotting. Traffic striping shall not vary more than 112 inch in 40
feet from the alignment shown in the plans. The Contractor shall
mark or otherwise delineate the new pavement markings within 24
hours after the removal /covering of the existing striping and
markings.
Striping and pavement markings shall be applied to two coats. The
first coat of paint shall be dry before application of the second
coat.
All labor and materials related to striping, pavement markings, and
raised pavement markers for removal, painting, and repainting as shown
on the plan shall be included in the "Lump Sum" bid. All raised pave-
ment markers shall be removed prior to overlay.
All labor and materials related to fire hydrant markers for removal and
replacement as shown in CNB Std. -902 -L shall be included in the unit
price bid.
SP 7 of 7
s.
f
F
Ll
0
Striping, Pavement Marking, and Fire Hydrant Markers
�j
This item of work shall be done in accordance with Section 210 -1.6
"Paint for Traffic Striping, Pavement Marking and Curb Markings," of
the Standard Specifications, except as supplemented or modified below:
Paint for Corona del Mar State Beach parking lot striping and pave-
ment markings will be green water base furnished by the City. It
shall be the Contractor's responsibility to make arrangements by
contacting the City's Traffic Painter Supervisor, Fred Martinez, at
(714) 644 -3067, one week prior to striping.
Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and
Spotting" of Standard Specifications for Public Works Construction and
The Contractor shall establish control points and perform all
layout, alignment and spotting. The Contractor shall be respon-
sible for the completeness and accuracy of all layout alignment and
spotting. Traffic striping shall not vary more than 112 inch in 40
feet from the alignment shown in the plans. The Contractor shall
mark or otherwise delineate the new pavement markings within 24
hours after the removal /covering of the existing striping and
markings.
Striping and pavement markings shall be applied to two coats. The
first coat of paint shall be dry before application of the second
coat.
All labor and materials related to striping, pavement markings, and
raised pavement markers for removal, painting, and repainting as shown
on the plan shall be included in the "Lump Sum" bid. All raised pave-
ment markers shall be removed prior to overlay.
All labor and materials related to fire hydrant markers for removal and
replacement as shown in CNB Std. -902 -L shall be included in the unit
price bid.
SP 7 of 7
s.