HomeMy WebLinkAboutC-2730 - Miscellaneous Concrete Repairs in Cameo Shores; Orange Street and Prospect Street/Street End Construction; Broad Street Between Westminster Avenue and Bolsa AvenueCITfOF NEWPORT BEACH
November 30, 1989
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Nobest Incorporated
P.O. Box 874
Westminster, CA 92683
Subject: Surety:
Bonds No.:
Contract No.:
' Project:
(714) 644 -3005
The Continental Insurance Company
158 85 46
C -2730
Miscellaneous Concrete Repairs in
Cameo Shores; Orange Street and
Prospect Street /Street End
Construction; Broad Street between
Westminster Avenue and Bolsa Avenue
The City Council of Newport Beach on October 30, 1989, 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 portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on
November 8,. 1989, Reference No. 89- 602362.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk /�' i>v.
City of Newp rt Bea h
3300 Newport Boulevard
Newport Beach, CA 92663
89- 602362
OPT RECORDING REQUEST PER 0
GOVERNMENT CODE 6103 RECORDED IN OFFICUU.RECOM
EXEMPT Of ORANGECOUNIY,CALIfOti1WA
C11 10:O NOV 81989
NOTiCF. OF COMPLETION
PUBLIC WORKS
1 o All Laborers and Material Men and to Every Other Person Interested:
NOd� �—AW
YO WILL PLEASE TAKE NOTICE that on August 22, 1989 ary21 198
the Public Works project consisting of Miscellaneous Concrete Repairs', i Shores;_
Orange Street and Prospect Street /Street End Construction; Broad Street between-
" —`
Westminster Avenue and Bolsa Avenue (C -2730)
on which Nobest Incorporated P.O. Box 874 Westminster. CA 92683
was the contractor, and The Continental Insurance Company, P.O. Box 5700, Brea, CA
was the surety, was completed. 92622 -5700
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
'Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 1. 1989 at Newport Beach, California.
4Y,1�2 �--m Q X6�
blic 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 October 30, 1989 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 1, 1989 at Newport Beach, California.
i
City Clerk
JV4 tDAVIRM39 T94
•
C
•
TO: CITY COUNCIL
FROM: Public Works Department
October 30, 1989
CITY COUNCIL AGENDA
!.Y a,OUNffM NO. F -13
OCT 3 0 1989
APPRI0 VED
SUBJECT: ACCEPTANCE OF MISCELLANEOUS CONCRETE REPAIR IN CAMEO SHORES; ORANGE
STREET AND PROSPECT STREET /STREET END CONSTRUCTION; BROAD STREET
BETWEEN WESTMINSTER AVENUE AND BOLSA AVENUE - CONTRACT NO. 2730
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 projects has been
completed to the satisfaction of the Public Works Department.
The bid price was $101,969.00
Amount of unit price items constructed 121,195.59
Amount of change orders 1,214.00
Total contract cost $122,409.59
The increase in the contract in the amount of the unit price items
constructed was due primarily to the addition of the resurfacing of Broad Street.
The change orders were issued. The first, in the amount of $814.00,
provided for the removal and disposal of a large disease tree which interfered
with the storm drain construction. The second, in the amount of $400.00,
provided for the removal and disposal of deteriorated pavement on Broad Street.
Funds for the project were budgeted in the General Fund, Account Nos.
02- 3397 -183, 02- 3497 -466, and 02- 3488 -053.
The Contractor is Nobest, Inc. of Westminster.
The contract date of completion was August 22, 1989. All of the work
except the Ocean Front street ends was completed by that date. After approval
of the revised designs, the two street ends were completed by September 22, 1989.
Benjamin B. Nolan
Public Works Director
PD:so
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK /
DATE: June 14, 1989
SUBJECT: Contract No.
Description of Contract Misc. Concrete Repairs in Cameo Shores;
Orange Street and Prospect Street /Street End Construction;
Broad Street between Westminster Avenue and Bolsa Avenue
Effective date of Contract June 14, 1989
Authorized by Minute Action, approved on May 22, 1989
Contract with Nobest Incorporated
Address P.O. Box 874
Westminster, CA 92683
Amount of Contract $101,969.00
4�'" 1 ✓' '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
CITY CLERK
NOTICE INVITING BIDS
Y Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 176B, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 11.tb. day of ham 1989,
at which time such bids shall be opened and read for
MISCELLANEOUS CONCRETE REPAIRS IN CAMEO SHORES;
ORANGE STREET AND PROSPECT STREET /STREET END CONSTRUCTION;
BROAD STREET BETWEEN WESTMINSTER AVENUE AND BOLSA AVENUE
it e o Project
I..
V
2730
Contract No.
$120 00
,000.
Eng— n rs Estimate
0P"P'i&1%§kqqN.
In
/s,
Approved by the City Council
this 24th day of April , 1989.
Wanda E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Steve Luy at 644 -3311.
Project Manager
"1 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."
Ce -/- 89
re
Nobest, Inc.
Contractor
C -2730
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
MISCELLANEOUS CONCRETE REPAIRS IN CAMEO SHORES;
ORANGE STREET AND PROSPECT STREET /STREET END CONSTRUCTION;
BROAD STREET BETWEEN WESTMINSTER AVENUE AND BOLSA AVENUE
Contract No. 2730
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. 2730 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
Square Yards
_.2. 140
Tons
3. 73
Tons
4. 26
Tons
Mobilization and traffic control
Twenty Eight Thousand--------- - - - - -- Dollars
and
No ---------------------------- - - - - -- - Cents $ 28,000.00
Per Lump Sum
Place 4" -thick crushed aggregate base
@ Thirty Six ------------------ - - - - -- Dollars
and
No-------------------------------- -Cents $ 36.00 $ 5,040.00
Per Ton
Place 3" -thick A.C. base course
@ Seventy Six----------------- - - - - -- Dollars
and
No-------------------------------- -Cents $ 76.00 $ 5,548.00
Per Ton
Place 1" and variable -thick A.C.
finish course
@ Seventy Six----------------- - - - - -- Dollars
and
No-------- ----- ------------------- -Cents $ 76.00 $ 1,976.00
t t • PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 1,150 Construct Type A curb and gutter with
Linear Feet 18" gutter
@ Ten - ------------------ -- --- - - - - -- Dollars
and
Fifty---------------------- - - - - -- -Cents $ 10.50 $ 12,075.00
Per Linear Foot
6. 415 Construct Type A curb and gutter
Linear Feet with 2' gutter
@ Twelve --------------------- - - - - -- Dollars
and
No------------------------------- -Cents $ 12.00 $ 4,980.DO-
Per Linear Foot
7. 2,000 Construct 4" thick PCC sidewalk
Square Feet
@ Two------------------------ - - - - -- Dollars
and
Eighty--------------------- - - - - -- -Cents $ 2.80 $ 5,600.00
er quare oot
8. 160 Construct PCC alley approach
Square Feet
@ Two ------- ----------------- - - - - -- Dollars
and
No------------------------------- - -Cents $ 2.00 $ 320.00
Per Square Foot
9. 2,400 Construct PCC roadway
Square Feet
@ Two ------------------------------ -0ollars
and
Eighty---------------------- - - - - -- -Cents $ 2.80 $ 6,720.00
Per qu�oot
10. 2,060 Construct PCC driveway
Square Feet
@ Two--- ------ ----------- -- -- - -- - -- -0ollars
and
No ------------------------- - - - - -- - Cents $ 2.00 $ 4,120.00
Per Square Foot
11. 1,600 Construct PCC landing
Square Feet
@ Two------------------------ -- - - -- -0ollars
and
Eighty ---------------------- - - - - -- -Cents $-2.80 $ 4,480.00
Per quare Foot
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
12. 1 Relocate bike rack
Each
@ Three Hundred Fifty-------- - - - - -- Dollars
and
No------ -------- -- -- ---- -- - - - - - -- -Cents $ 350.00 $ 350.00
Per Each
13. 2 Construct curb inlet
Each
@ Three Thousand Two Hundred Fifty - - Dollars
and
No -------------------------- - - - - -- - Cents $ 3,250.00 $ 6,500.00
Per Each
14. 1 Construct pipe collar
Each
@ Three Hundred --------------- - - - - -- Dollars
and
No------------ -------------------- --Cents $ 300.00 $ 300.00
Per Each
15. 200 Install 18" ACP storm drain
Linear Feet
@ Seventy Five---------------- - - - - -- Dollars
and
No-------------------------------- - -Cents $ 75.0_0 $ 15,000.00
Per Linear Foot
16. 240 Construct PCC cross gutter
Square Feet
@ Four------------------------ - - - - -- -Dollars
and
No--------- -- ---------------- ------ -Cents $ 4.00 $ 960.00
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
One Hundred One Thousand Nine Hundred Sixty Nine - - - - -- -Dollars
and
No------------------------------ ---------- -- ---- ------- -Cents $101,969.00
May 11, 1989
Date
(714) 892 -5583
Bidder's Telephone Number
359622 A
Contractor's License No. & Classification
Nobest Incorporated
s /Larry Nodland, Treasurer
Authorized Signature /Title
P.O. Box 874, Westminster, CA 92683
idder's Address
• 0 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. 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
May 11 „ 1989
Date
Nobest Incorporated
Bidder
s /Larry Nodland, Treasurer
Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work Subcontractor Address
1• Storm Drain Coast Pipeline Villa Park, CA
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Nobest, Incorporated
s /Larry Nodland, Treasurer
Authorized Signature /Title
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, Nobest Incorporated , as bidder,
and The Continental Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent (10 %) of the Total Amount of the Bid Dollars ($_ ),
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 Concrete Repairs in Cameo Shores, Orange Street and Prospect Street /Street
e OT vroject uontrdct No.
in the City of Newport Beach, is accepted by the City Council of said City, and if
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
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety from
its obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11th day
of May , 19 89.
(Attach acknowledgment of
Attorney -in -fact)
s /Irene Foster
Notary Public
Commission Expires: March 5, 1993
Nobest Incorporated
Bidder
s /Larry dl
Noand, Treasurer
Authorized Signature Title
The Continental Insurance Company
Surety
By: s /Linda D. Coats
Title: Attorney -in -Fact
NON - COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths, say that neither they nor any of
them have, in any way, directly or indirectly, entered into any arrangement 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 considering 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 suggested, 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
whomsoever 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.
Nobest Incorporated
Btd Uer
s /Larry Nodland. Treasurer
Authorized Signature /Title
Subscribed and sworn to before me
this 11thday of May ,
19 89.
My commission expires:
September 27, 1991 s /Kay E. Anderson
Notary Public
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
I -
I
Nobest Incorporated
Bidder
s Larr Nodland Treasurer
Authorized Signature Title
•
Page 7
NOTICE
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.
Payment and Faithful Performance Bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State
of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
Insurance Companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders'
Rating A (or higher) and Financial Size Category Class VIII (or larger)
in accordance with the latest edition of Best's Key Rating Guide:
Property- Casualty. Coverages shall be provide as specified in the
tan ar peci ications for Public Works Construction, except as
modified y the Specia revisions.
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, except as
modified by the Special Provisions.
1 F
for
at sbown
on the Per`orcaan ^e ^n,. ! "
0
Page 8
PAYMENT BOND BOND 11158 85 46
EXECUTED IN QUADRUPLICATE
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted May 22, 1989
has awarded to Nobest Inco
hereinafter designated as the "Principal ", a contract for Miscellaneous Concrete
Repairs in Cameo Shores; Orange Street and Prospect Street /Street End Cong-t�ruction;
Broad Street Between Westminster Avenue and Bolsa Avenue C -2730
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents in the office of the City Clerk of the
City of Newport Beach;
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 CONTINENTAL INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
AND NO /100
ONE HUNDRED ONE THOUSAND NINE HUNDRED SIXTY -NINE/ Dollars ($ 707 969.00 �.
said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the contract; for which payment well and truly
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal
or his subcontractors, fail to pay for any materials, provisions, or other
supplies, used in, upon, for, or about the performance of the work contracted tob
be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, 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.
I'
,
Page 9
Payment Bond (Continued)
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil
Code so as to give a right to them or their assigns in any suit brought upon this
bond, as required by 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 26th day of May , 19 89 .
NOBEST INCORPORATED (Seal)
Name of Contractor (Principal)
Aut" horizeed'51gnatu�Title
Atithorized Signature and Tit el
THE CONTINENTAL I (Seal)
Name of Surety
P. 0. Box 5700
Brea CA 92622 -5700
Address of Surety
a
S1g ure and TItle of Authorized Agent
Douglas A. Rapp, Attorney -in -Fact
70 S. lake. Amp- Sutra 11019 Pasadena, CA 91101
Address of Agent
818/796 -3888
Telephone No. of Agent
STATE OF CALIFORNIA
ss.
COUNTY OF 0 RAN GE
On this Ist _ day of JUNE , in the year 1989 ,
before me, the undersiggned, a Notary Public in and for said State, personally appeared
ROBERT NODLAND
and
OFFICIAL SEAL ROBERT NODLAND II , personally known to me
gv_' KAY E ANDE RSON, or roved to me on the basis of satisfactor evidence to be the ersons who executed the
NOTARY PUBLIC - CALIFORNIA ( p y p = O9kNGE COUNTY {� within instrument as President and Secretary, respectively, of the Corporation therein named,
My cumm. expires SEP 27, 1991 and acknowledged to me that the Corporation executed it pursuant to its by -laws or a resolu-
tion of its board of directors.
WITNESS my hand and official
11 ACx!10WEECGMENT —Cot e —Pres. 6 Sec.— Wolcous Form 222CA- -Rev. 5 e2
_1982 WoLCOTTS. INC ary Public in and for said State.
State of California ) �)
County of Los Angeles
on this 26th day of May in the year 1989 before me a
Notary Public personally appeared novGLAS A. RAPP personally m m
know to e (or proved to e on the basis of satisfactory evidence) to be
the person whose name is subscribed to this instrumnt as the Attorney -in-
Fact of The Continental Insurance Company ,
and acknowledge to me that he (she) subscribed the name of
The Continental Insurance Company_ thereto as surety, and his
(her) own name as Attorney -in -Fact.
OFFICIAL SEAL
MARGARET BRADT =
@o NOTARY PUBLIC CALIFORNIA /
PRINCIPAL OFFICE IN —/
S ANGELES COUNTY _
mmissCIn Expires Apni 221991: Nosy Publi n- and for said County
The C *tinental Insurance Cony
— 180 Maiden Lane, New York, New York 038
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted
and appointed, and by these presents does make, constitute and appoint
DOUGLAS A. RAPP, PASADENA, CALIFORNIA
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be given to
ALL OBLIGEES
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
TWENTY MILLION (20,000,000) DOLLARS
This Power of Attorney is granted and is signed and sealed by facsimile underand by the authority of the following Resolution adopted by
the Board of Directors of the Company on the 1st day of November, 1977:
-RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the
Company, be, and that each or any of them is. authorized to execute Powers of Attorney Qualifying the attorney named in the given Power of Attorney to execute in behalf of the
Company, bonds, undertakings and all contracts of smeryship; and that an Assistant Vice President, a Sectelary or an Assistant Secretary be, and that each or any of them hereby is,
authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile, andany such Powev of Anomey or certificate bearingsuch facsimile signatures or facsimile w3ishall bevalid and bindmguponiheCompanywhen so affixed and in the future
with respect to any bond, undertaking or contract of suretyship to which it is attached."
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this lst day of May, 1985.
THE CONTINENTAL INSURANCE COMPANY
Attest:
By
=� -P ✓3
Robert W. Adler, Sr., Assistant Vice President Michael 1. Beemaert, Vice President
STATE OF NEW YORK )
COUNTY OF NEW YORK
On this lst day of May, 1985, before me personally came Michael J. Beernaert, to me known, who being by me duly sworn, did depose
and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation described in and which executed the
above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
ETHEL TARANTO
NOTARY PUBLIC, Slate Kings York of
No. 14 -4643[ 17 Quail. in Kings County
CERTIFICATE M
Commission Expires arch 30, 1986
I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO
HEREBY CERTIFY that the foregoingand attached Power of Attorney remains in full force and has not been revoked; and furthermore that the
Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
Signed and sealed at the City of New York, in the State of New York. Dated the 26th day of May ,19 89
I BOND 4315L
-;
lames M. Keane, Assistant Vice President
"—" Printed in U.S.A.
Page 10
FAITHFUL PERFORMANCE BOND BOND 11158 85 46
PREMIUM: $1,520.00
EXECUTED IN QUADRUPLICATE
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted May 22, 1989
has awarded to Nobest Incorporated
hereinafter designated as the "Principal ", a contract for Miscellaneous Concrete
Repairs in Cameo Shores; Orange Street and Prospect Street Street End Cons-f—ru-H—ion;
Broad Street between Westminster Avenue and Bolsa Avenue C -2730
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents in the office of the City Clerk of the
City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof require the furnishing of a bond for the faithful performance of
said contract;
NOW, THEREFORE, We NOBEST INCORPORATED
as Principal, and THE CONTINENTAL INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
AND N0 /100
ONE HUNDRED ONE THOUSAND NINE HUNDRED SIXTY -NINE/ Dollars ($ 101,969.00 ),
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 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 keep truly and perform the covenants,
conditions, 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
STATE OF CALIFORNIA
ss.
COUNTY OF ORANGE
On this 1st _ day of JUNE . in the year 49—
before me, the undersigned, a Notary Public in and for said Stale, personally appeared
P.OBEP,T NODLAQD
and
ROBERT NODLAND II personally known to me
OFFICIAL SEAL (or proved to me on the basis of satisfactory evidence) to be the persons who executed the
KAY E ANDERSON i within instrument as President and Secrelary, respectively, of the Corporation therein named.
p :.� •a NOTARY PUBLIC — CALIFORNIA and acknowledged to me that the Corporation executed it pursuant to its by -laws or a resolu-
ORMMGE WUNiY
My comm. expires SEP 27, 1991 ) tion of its board of directors.
WITNESS my hand and official seal
ACBNOWLEOGMENT —Coro —Pros 6 Sec.— WOlwlli Form 222CA —Rev 582
1;1982 WOLGOITS. INC. otary Public in and for said Slate.
r State of California Iss.
County of Ins Angeles
On this 26th day of May in the year 1989 before me a
1,btary Public personally appeared DOTIM AS A. K FP personally
know 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 of The Continental Insurance Company ,
and acknowledge to III that he (she) subscribed the name of
The Continental Insurance Company thereto as surety— , and is
(her) own name as Attorney -in -Fact.
�Rmuanmlmnnmmmxoemlmawomwxaounuunxrarmxclnmrlulu «xnwA
a OFFICIAL SEAL
_ MARGARET BRADT 14
g D NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN ? /ff w w�A
s,q LOB ANGELES COUNTY s P�1 Q and said Count
33 MyCOmmissranExpNesApri122 ,1991 t'y y
ilNlplllaanry ; +..v.ewaiuunmow...ma „gym. „a„nnoi,eaeipire April
..
Page 11
Faithful Performance Bond (Continued)
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 of any such change, extension of time, alterations or additions of
the contract or to the work or to the specifications.
In the event that the 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 26th day of MAY , 19 89 .
NOBEST INCORPORATED (Seal)
Name of ontractor Pr1nc1pa
AuthorizedSgnature and Title
A h�i t o� Sigrrature and Title
THE CONTINENTAL INSURANCE COMPANY (Seal)
Name of Surety
P. 0. Box 5700
Brea CA 92622 -5700
Address fl Surety
Sign ure and Ti a of Authorized Agent
Dougla A. Rapp, Attorney -in -Fact
70 S. Lake Ave.. Suite 1100, Pasadena, CA 91101
Address of Agent
818/791 -3888
Telephone No. of Agent
The Cietinental Insurance ConWny
180 Maiden Lane, New York, New York 038
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted
and appointed, and by these presents does make, constitute and appoint
DOUGLAS A. RAPP, PASADENA, CALIFORNIA
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be given to
ALL OBLIGEES
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
TWENTY MILLION (20,000,000) DOLLARS
This Power of Attorney is granted and is signed and sealed by facsimile underand by the authority of the following Resolution adopted by
the Board of Directors of the Company on the 1st day of November, 1977:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board. the President, an Executive Vice President or a Senior Vice Preiidem or a Vice President of the
Company, be. and that each or any of them is, authorized to execute Powers of Anoney qualifying the attorney named in the given Power of Anorney to execute in behalf of the
Company, bonds. undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be. and that each or any of them hereby is,
authorized to aveu the execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile, and any such Power of Attorney or ceniflcate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future
with respect to any bond, undertaking or contract of suretyship to which it is attached."
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1st day of May, 1985.
THE CONTINENTAL INSURANCE COMPANY
Attest:
By
Robert W. Adler, Sr., Assistant Vice President M¢hael 1. Beernaen. Vice President
STATE OF NEW YORK
COUNTY OF NEW YORK
On this 1st day of May, 1985, before me personally came Michael J. Beernaen, to me known, who being by me duly sworn, did depose
and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation described in and which executed the
above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
eyes c'� ETHEL TARANTO
NOTARY PUgctC, State o(New York
No. 24-•x663117 Qual. in Kings County
CERTIFICATE M
Commission Expires arch 30, 1986
I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the
Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
Signed and sealed at the City of New York, in the State of New York. Dated the 26th day of May 119 89
11 BOND 4315L
;' yt6�"G
��`�'• -'�' lames M. Keane. Assistant Vice President
Printed in U.S.A.
w x
a Page 12
CERTIFICATE OF INSURANCE
PRODUCER
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER
_
COMPANY B
LETTER
INSURED
Nobest Incorporated
COMPANY C
P.O. Box 874
Westminster, CA 92683
LETTER
°COVERAGES s .
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
L7
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMBS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
$
(OCCURANCE BASIS ONLY)
COMMERCIAL
PRODUCTS /COMPLETED
$
COMPREHENSIVE
OPERATIONS AGGREGATE
CONTRACTORS
❑
PROTECTIVE
PERSONAL INJURY
$
❑ CONTRACTUAL FOR SPECIFIC
CONTRACT
❑ PRODUCTS /COMPL OPER.
XCU HAZARDS
EACH OCCURANCE
S
❑ BROAD FORM PROP. DAMAGE
❑ SEVERABILTTY OF INTEREST
FIRE DAMAGE
S
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES S
❑ REMOVED
MARINE
(ANY ONE PERSON)
AUTOMOBILE UABILITY
COMBINED $
❑ COMPREHENSIVE
SINGLE LIMIT
BODILY INJURY S
OWNED
(PER PERSON)
BODILY INJURY $
❑HIRED
(PER ACCIDENT)
NON -OWNED
S
DAMAGE
EXCESS LIABILITY
EACH
AGGREGATE
UMBRELLA FORM
;.'
OCCURRENCE
❑ OTHER THAN UMBRELLA FORM
S
$
STATUTORY
WORKERS' COMPENSATION
5
EACH ACCIDENT
AND
S
DISEASE - POLICY LIMB
EMPLOYERS' LIABILITY
S
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /RESTHICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
Miscellaneous Concrete Repairs in Cameo Shores; Orange Street & Prospect Street/
Street End Construction; Broad Street Between Westminster Ave & Bolsa Ave C -2730
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENEWED,
CfTY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SWILL PROVIDE 30 DAYS MIN. ADVANCE
3,300 NEWPORT BLVD.
NOTICE TO THE CRY OF NEWPORT BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92658 -8915
ATTENTION:
AUTHORIZED REPRESENTATIVE ISSUE DATE
�.rv.o. roar
C, f.
•
CONTRACT
•
Page 15
THIS AGREEMENT, entered into this /' ay of 4�� , 19�
by and between the CITY OF NEWPORT BEACH, hereinafter " y," and
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 Concrete Repairs in Cameo Shores;
Orange St. and Prospect St'. /Street End Construction;
Broad St. Between Westminster Ave. & Bolsa Avenue C -2730
Title of Project Contract No.
(b) Contractor has determined by City to be the lowest responsible
bidder on said public work, and Contractor's bid, and the compensation set forth
in this contract, is based upon a careful examination of all plans and specifi-
cations 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 Concrete Repairs in Cameo Shores;
Oranqe St, and Prospect St. /Street End Construction;
Broad St. Between Westminster Ave. & Bolsa Avenue C -2730
Title of Project Contract No.
which project is more fully described in the contract documnts. 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 One Thousand Nine Hundred Sixty Nine -------------- $ 101.969.00 ).
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
obstructions 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 incor-
porated herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
f
Miscellaneous
Cameo Shores;
(f) Plans and Special Provisions for St. /Street En
e
(g) This Contract.
Page 16
Concrete Repairs in
Orange St. & Prospect
n
4. Contractor shall assume the defense of, and indemnity 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.
CITY OF NEWPORT BEACH
Wy
Mayor
ATTEST:
City Attorney
f
Nc3�sr 3.'^►co�2'i oZAT�
Name of Contractor (Principal)
A/� 0-o—�
Authorized Signature and Title
Authorized Signature and Title
CITY
1
STATE OF CALIFORNIA
COUNTY OF — QgANGE
OFFICIAL SEAL
1, �" KAY E AN 7ER50N
NOTARY PUBLIC -CALIFORNIA
�. ORANGE COUNTY
My Comm. expires SEP 27, 1
I ss,
On this 1st day of JUNE , in the year 19 89,
before me, the undersigned, a Notary Public in and for said State, personally appeared
ROBERT NODLAND
and
_ROBERT NODLAND II_ _ personally known to me
(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 thereln named,
and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu-
tion of its board of directors.
WITNESS my hand and official seal.
ACVIOWLEOGMEV —COfD —Pres 8 Sec — WOlcplls Foam 2t2CA —eev, 5 -9E
+aa<woLCmrs. �K tary Public in and for said State.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
MISCELLANEOUS CONCRETE REPAIRS IN CAMEO SHORES;
ORANGE STREET AND PROSPECT STREET /STREET END CONSTRUCTION;
BROAD STREET BETWEEN WESTMINSTER AVENUE AND BOLSA AVENUE
CONTRACT NO. 2730
SECTION PAGE
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1
II. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . 1
III. AWARD AND EXECUTION OF THE CONTRACT. . . . . . 1
IV. TIME OF COMPLETION AND SCHEDULE OF WORK. . . . 1
V. WATER . . . . . . . . . . . . . . . . . . . . . 1
VI. PAYMENT . . . . . . . . . . . . . . . . . . . . 2
VII. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . 2
A. Traffic Control . . . . . . . . . . . . . . 2
B. Access . . . . . . . . . . . . . . . . . . 2
VIII.
CONSTRUCTION SURVEY STAKING. . . . . . . . . . 2
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . 2
A. Sidewalk and Pavement. . . . . . . . . . . 2
B. Miscellaneous Construction . . . . . . . . 3
C. Removals and Excavation. . . . . . . . . . 3
D. Asphalt Concrete . . . . . . . . . . . . . 3
X.
STEEL PLATES . . . . . . . . . . . . . . . . . 3
XI.
STORM DRAIN CONSTRUCTION . . . . . . . . . . . 4
0 , SP 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
MISCELLANEOUS CONCRETE REPAIRS IN CAMEO SHORES;
ORANGE STREET AND PROSPECT STREET /STREET END CONSTRUCTION;
BROAD STREET BETWEEN WESTMINSTER AVENUE AND BOLSA AVENUE
CONTRACT NO. 2730
I. SCOPE OF WORK
The work to be done under this contract consists of constructing
sidewalk, curb and gutter, roadway base and pavement, driveway
approaches, storm drain and curb inlet, etc. The City reserves the
right to delete Orange Street and Prospect Street street end
construction (R- 5593 -S) from the proposed construction.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing
No. D- 5183 -S, R- 5370 -S and R- 5593 -S (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction 988
Construction (1988 Edition). Copies of the Standard pecia Provisions
and Standar-d 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. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of the award, the Contractor shall possess a General
Engineering Contractor A License or a Concrete Contractor C -8 License.
III. AWARD AND EXECUTION OF THE CONTRACT
The bidder's attention is directed to the provisions of Section 2 -1 of
the Standard Special Provisions for requirements and conditions con-
cerning award and execution o the contract.
IV. TIME OF COMPLETION AND SCHEDULE OF WORK
The Contractor's schedule of work shall satisfy the following
requirements:
A. All work under this contract shall be completed by August 22, 1989,
and;
1. Work in Cameo Shores shall be completed within thirty (30)
consecutive calendar days.
s
6 SP 2 of 4
2. Work at Prospect Avenue and Orange Avenue street ends shall be
completed within thirty (30) consecutive calendar days.
3. Work on Broad Street shall be completed within thirty (30)
consecutive calendar days.
4. Work on Pacific Drive shall be done in two phases to allow for
traffic flow and completed within ten (10) calendar days.
B. The Contractor shall ensure the availability of all materials prior
to the start of work. Unavailability of materials will not be
sufficient reason to grant the Contractor an extension of time at
any site.
C. No work shall begin until a schedule of work has been approved by
the Engineer. The Contractor shall submit his proposed schedule of
work per Standard Specifications Section 6 -1 and Standard Special
Provisions Section 2 -1.4.
V. WATER
If the Contractor desires to use City 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
the Contractor, less a quantity charge for water usage.
VI. PAYMENT
The unit price bid for each item of work shown on the proposal shall be
considered as full compensation for all labor, equipment, materials and
all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
Payment for all items of work not separately provided for in the
proposal shall be included in the unit prices bid for the related items
of work. Partial payments for mobilization and traffic control shall
be made in accordance with Section 10264 of the California Public
Contract Code.
VII. TRAFFIC CONTROL AND ACCESS
A. Traffic Control
The Contractor shall furnish and maintain in place "NO PARKING,
TOW- AWAY" signs (even if streets have posted "NO PARKING, TOW- AWAY"
signs) which he shall post at least forty (40) hours in advance of
the need for enforcement. In addition, it shall be the
Contractor's responsibility to notify the City's Police Department,
Traffic Division, at (714) 644 -3742, for verification of posting at
least forty (40) hours in advance of the need for enforcement.
2 - •
• SP 3 of 4
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 on the Caltrans' Uniform
Sign Chart.
The Contractor shall print the hours, day 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.
B. Access
Vehicular and pedestrian access shall be maintained at all times to
residences adjacent to the project area; however, where conditions
preclude such access for reasonable periods of time (as determined
by the Engineer), access shall be restored as discussed in Section
IX.A.
VIII. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the
Engineer.
IX. CONSTRUCTION DETAILS
A. Sidewalk. Curb. Gutter and Roadway Pavement
Sidewalk shall be reopened to pedestrians on the day following
concrete placement. Pavements subject to vehicle loads shall be
barricaded during cure and not reopened to vehicles for at least
five (5) days following placement or until concrete has attained
2500 psi compressive strength, whichever occurs first.
B. Miscellaneous Construction
The Contractor shall remove and install water valve covers to grade
at their original locations. The Contractor shall remove and
salvage City signs encroaching in the work area. Contractor shall
protect said signs and shall provide same to Engineer for
reinstallation upon completion of construction at each site.
The Contractor shall reinstall the bike rack at the end of Orange
Street using 112" diameter stainless steel bolts with galvanized
anchors set to a minimum depth of 3 ". The Contractor shall sawcut
all encroaching private improvements and cut and cap private
utilities at the property line.
C. Removals and Excavation
The work shall be done in accordance with Section 300 and Section
7 of the Standard Specifications except as modified and
supplemented herein. Final removal at the sawcut lines may be
accomplished by the use of jackhammers or sledgehammers.
Pavement breakers or stompers will not be permitted on the job.
Final removal accomplished by other means must be approved by the
Engineer.
• SP 4 of 4
D. Asphalt Concrete
1. Base Course - -The base course shall be 3- inch -thick Type III -B2
with 5.2 and 5.8 percent AR 8000 paving saphalt.
2. Finish Course - -The finish course shall be a 1- inch -thick Type
III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt.
Prior to placing the finish course, a tack coat of Type SS -1h
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 saphalt concrete is to be placed. The surface
shall be free of all loose material or dust when the tack
coast is applied.
3. Patchbacks -- 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.
4. Variable Thickness A.C. - -The variable thickness A.C. cap shall
be placed over the newly constructed structural section (3 inch
A.C. on 4 inch untreated base) and the existing A.C. roadway to
provide a smooth roadway with adequate drainage. The A.C. cap
shall be feathered within 5 feet to meet the existing pavement
along a straight line defined by the centerline or join line,
with a maximum lip of 1/2 inch.
X. STEEL PLATES
The City can provide, free of charge, a limited quantity of 1" thick,
5' x 10' steel plates. These plates may be obtained from and shall be
returned to the City's Utilities Yard at 949 West 16th Street. To
determine the number of plates available and to reserve the plates, the
Contractor must call the City's Utilities Superintendent, Mr. Gil
Gomez, at (714) 644 -3011.
XI. STORM DRAIN CONSTRUCTION
The Contractor shall use asbestos cement pipe (A.C.P.) materials.
A.C.P. laying shall be performed in accordance with the recommendations
of the manufacturer as described in the most recent publication of
"Installation Guide, Transite Ring -Tite Pressure Pipe" published by
Johns - Manville Corporation. Care shall be used to prevent damage in
handling, moving and placing the pipe. It shall not be dropped,
dragged, nor handled in such a manner as to cause scratches, bruises,
cracks or chips.
Power driven saws with abrasives discs shall not be used for dry
cutting or beveling asbestos cement pipe. Asbestos cement chips and
cuttings from the field operations shall be disposed of in a manner
that will not contribute airborne asbestos dust to the atomsphere.
Loose materials shall never be dry swept. Water or other dust
suppressants shall be applied to those circumstances where sweeping is
unavoidable.
AeOR111.
PRODUCER
CERTIFICA
CORROON & BLACK INS. SERVICES
P.O. Box 90190
Pasadena, California 911090190
(818) 796 -3888 (213) 681 -0400
CODE SUB -CODE
INSURED
Nobest, Inc.
P.O. Box 874
Westminster, CA 92684
INSURANCEISSUE DATE(MM /DWYY)
5/26/89
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A Aetna Casualty & Surety
COMPANY B - - --
LETTER
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER - POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS
LTR DATE (MM /DD /YY) DATE (MM /DD /YY)
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMSMADE X OCCUR. 83CO5354963CCA
OWNERS & CONTRACTOR'S PROT.
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
OTHER
83FJ787711CCA
DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS
GENERAL AGGREGATE $ 2,000
PRODUCTS - COMP /OPS AGGREGATE $ 21000
8/3/88
8/3/89
PERSONAL& ADVERTISING INJURY
$ 1,000
EACH OCCURRENCE
$ 1,000
FIRE DAMAGE (Any one fire)
$
100
MEDICAL EXPENSE (Any one person)
$
5
COMBINED
SINGLE $ 1000
LIMIT /
BODILY
INJURY $
8/3/88
8/3/89
(Per Person)
BODILY
INJURY $
(Per accident)
PROPERTY $
DAMAGE
EACH
AGGREGATE
OCCURRENCE
$ S
STATUTORY
$ (EACH ACCIDENT)
$ (DISEASE— POLICY LIMIT)
$ (DISEASE —EACH EMPLOY
CERTIFICATE HOLDER CANCELLATION - -
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIFflION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
City of Newport Beach MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Public Works Department LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
P.O. BOX 1768 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Newport Beach, CA 92658 -8915
ACORD 26-S (3188)
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit:
( ) Multiple limits
Bodily Injury Liability $ per person
Bodily Injury Liability $ per accident
Property Damage Liability $
(X) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability $ 1,000,000
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
Miscellaneous Concrete Repairs in Cameo Shores; Orange St. & Prospect
5. Designated Contract: St. /Street End Construction; Broad St btwn Westminster Ave & Bolsa Ave
(Project Title and Contract No.) C-
This endorsement is effective 5/26/89 at 12:01 A.M. and forms a part of
Policy No.83FJ787711CCA of Aetna Casualty & Surety
(Company Affording Coverage)
Insured Nobest, Inc.
Producer Corroon & Black Ins. Serv.
Endorsement No.
:,
•
Page 14
CITY Of NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision 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(s) named in
Paragraph 1. of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
00 Commercial ( ) Comprehensive
General Liability $ 1,000,000 each occurrence
$ 2 , 000 , 000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
Misc. Concrete Repairs in Cameo Shores; Orange St. & Prospect St./
7. Designated Contract: Street End Construction: Broad St. btwn Westminster Av & Rolsa Av.
ect iitie
This endorsement is effective 5/26/89 at 12:01 A.M. and forms a part of
Policy No. 83C05354963CCA of Aetna Casualty & Surety
(Company Affording Coverage)
Insured Nobest, Inc. Endorsement No.
Producer Corroon & Black Ins. Serv. By
Author' ed p s to the
I
STATE P.O.; BOX 807, SAN FRANCISCO, CA 94101 -0807
COMPENSATION -^
INSURANCE
FUND CERTIFICATE OF WORKERS OMPENSATION INSURANCE
MAY 31, 1989 POLICY NUMBER: 4+Q. -88 UNIT 4564
CERTIFICATE EXPIRES: 10- O1 -89
F-
CITY OF NEWPORT'IBEACH
BUILDING ft SAFETY DEPARTMENT
P. 0. BOX 1768
NEWPORT BEACH
CALIFORNIA 92663 JOB: ALL OPERATIONS
L
This is to certify that we have issued a valid Workers' Comsat ion insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for tbi'policy period indicated. —
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or - - clition of any contract or other document with
con
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
PRESIDENT
EMPLOYER
FNOBEST, INC.
7600 ACACIA
L
GARDEN GROVE,
CALIFORNIA 92641
SCIF 10262 (REV. 10 -86) OLD 262A
0
r
•
•
•
C1' -V .1Ti AUN 11L
CITY li .i NPORT ":A
M AY 2 2 1989
TO: CITY COUNCIL
FROM: Public Works Department
•
May 22, 1989
CITY COUNCIL AGENDA
ITEM NO. F -3(c)
SUBJECT: MISCELLANEOUS CONCRETE REPAIR IN CAMEO SHORES; ORANGE STREET AND
PROSPECT STREET /STREET END CONSTRUCTION; BROAD STREET BETWEEN
WESTMINSTER AVENUE AND BOLSA AVENUE - CONTRACT NO. 2730
RECOMMENDATIONS:
Award contract No. 2730 to Nobest Inc., for the total bid price of
$101,969.00 and authorize the Mayor and the City Clerk to execute the
contract.
DISCUSSION:
At 11:00 A.M. on May 11, 1989, the City Clerk opened and read the
following bids for this project:
Bidder
Total Bid Price
Low
Nobest Inc.
$101,969.00
2
Bruce Paving
104,971.00
3
Damon Construction
112,827.70
4
Clayton Engineering
114,630.00
5
D.D.J. Engineering
116,070.00
6
Wakeham -Baker Inc.
116,611.00
7
George Dakovich & Son, Inc.
129,755.00
The total price bid is 15% below the Engineer's estimate of
$120,000.00.
Nobest Inc., the low bidder, is a well qualified general engineering
contractor who has satisfactorily performed previous contracts for the City.
This contract provides for the construction of sidewalk, curb and
gutter, roadway base and pavement, driveway approaches, storm drain pipe and a
curb inlet at locations shown in the attached drawing "Exhibit A."
The work will include the reconstruction of curb and gutter uplifted
by parkway trees located between Hampden Road and Pacific Coast Highway in Cameo
Shores. The width of Hampden Road will be reduced to 4 feet at this location to
allow for future growth of the trees. The Cameo Shores Community Association
has agreed to landscape, irrigate and maintain the additional green belt area
created by reducing the width of Hampden Road.
Street improvements in the ocean front ends of Orange and Prospect
Streets will facilitate drainage, define the limits of the public right -of -way,
eliminate illegal parking and facilitate access to the beach for City vehicles.
is
Subject: Misc. Concro Repair in Cameo Shores; Orangotreet and Prospect
Street /Street End Construction; Broad Street between Westminster
Avenue and Bolsa Avenue (C -2730)
May 22, 1989
Page 2
The construction of the curb, gutter and roadway paveout along the
east side of Broad Street from Bolsa Avenue to Westminster Avenue will
facilitate drainage and fill the gaps between existing curb and gutter.
Assessment procedures for curb and gutter construction along Broad Street were
approved in a March 13, 1989, agenda item.
Funds for award are proposed from the following accounts:
Account Description Account No. Amount
Sidewalk, Curb & Gutter Repl. Prog. 02- 3397 -183 $ 2,569.00
Impr. Street Ends - Orange /Prospect 02- 3497 -466 54,000.00
Storm Drain Improvement Program 02- 3488 -053 45,400.00
Total $101,969.00
• The plans and specifications were prepared by the Public Works
Department. All work should be completed by August 22, 1989.
/I
_Benjamin B. Nolan
Public Works Director
SL:so
Attachment
•
p
P
L(
CO s
i
�F �� ^Q! f• i C u c
I rnW ' S G ♦ Oa, �3 ~1
/f � ♦: F I� ++, .3'; it yl.- r- ry.pT- c+- r.:.'I 7.%.� y � ; °��y°'� 8 ° °0' b l'"-.�:' � '''` 2q, �� l E' � '
"/o
LOCATION.
• � .. \' d ... �,� ,pr' F ^'ii„ 46 � ii .: .• Imo`\ :�'.
MtbV, ai[a
m .90r .p 'Iy9 tiPfO^ b`B J ii t•.•f��•'r^ O
SCALE / = 76001
O� .. :... �,.• ads .. -�. a ,`• % ° °d «,b,''�J °• I
i : 4
CITY OF NEWPORT BEACH DRAWN DATE I
PUBLIC WORKS DEPARTMENT APPROVED'_ .% ' ` /�
MISCELLANEOUS CONCRETE REPAIR IN CAMEO SHORES; ^.�
ORANGE STREET AND PROSPECT STREET /STREET END
CONSTRUCTION; BROAD STREET CURB AND GUTTER --
BOLSA AVENUE TO 14ES114INSTER AVENUE (C -2370) DRAWING NO. EXHIBIT A
• Opri1 24, 1989
N ;F" ,ITY :OUNCI'44CITY COUNCIL AGENDA
CITY A :iAPORT BEAC{TEM NO F -14
• TO: CITY COUNCIL APR 2 4 1989
_.._A�'PBOVED
FROM: Public Works Department
SUBJECT: MISCELLANEOUS CONCRETE REPAIR IN CAMEO SHORES; ORANGE STREET AND
PROSPECT STREET /STREET END CONSTRUCTION; BROAD STREET CURB AND GUTTER
BETWEEN BOLSA AVENUE AND WESTMINSTER AVENUE - CONTRACT NO. 2730
RECOMMENDATIONS:
Approve the plans and specifications.
Authorize the €er- bids te-be •opeacd - -at
1s6FY� 31; 1989 .
DISCUSSION:
This contract provides for the construction of sidewalk, curb and
gutter, roadway base and pavement, driveway approaches, storm drain pipe and a
curb inlet at locations shown in the attached drawing "Exhibit A."
• The work will include the reconstruction of curb and gutter uplifted
by parkway trees located between Hampden Road and Pacific Coast Highway in Cameo
Shores. The width of Hampden Road will be reduced by 4 feet at this location
to allow for future growth of the trees. The Cameo Shores Community Association
has agreed to landscape, irrigate and maintain the additional green belt area
created by reducing the width of Hampden Road.
Street improvements in the ocean front ends of Orange and Prospect
Streets is the subject of a separate April 24, 1989, agenda item concerning
assessment procedures. The cost is recommended to be shared between the City
and the owners of the adjacent property. The City's share is estimated to be
$22,000, and the property owner's share is estimated to be $18,871.
Assessment procedure for curb and gutter construction along Broad
Street between Bolsa Avenue and Westminster Avenue were approved in a March 13,
1989, agenda item. The curb and gutter, plus driveway approaches will be built
only along the easterly side of Broad Street.
The Engineer's construction estimate for the entire project is
$120,000. Funds are available in the current appropriations for Sidewalk, Curb
and Gutter Replacement Program, Account No. 02- 3397 -183, Improvement of Street
Ends, Orange and Prospect, Account No. 02- 3497 -466, and Storm Drain Improvement
Program, Account No. 02- 3488 -053.
The plans and specifications were prepared by the Public Works
De artment.�All work should be completed by August 22, 1989.
Benjamin B. Nolan
Public Works Director
SL:so
Attachment
•
•
\ .roeo o SuuSEi ON u JAMES ST
ana qc'r a
iFPMMii .A fi off` fSj �'`J.ry'p Y ♦
F y \
:�C• iK li^• 8 n 101 r ST
loa tcu R`•a (a QY{a"
N FoRCD SiD145 WY.i + V (1� 6P4 'St ~J
u WO rvo yo' .y Y rw o.r+�s\
n 6 I
ry4 f ' r.u..w '•° I �u FI�(f5 ST �e,O • >
TEE,-.,
, /
F�. fQO o \ •Y r t{f su: }� ],.I{ 111 1^ •, P ♦ + t3 \ `"4 k \, .0 q� p FS
�� <OS a. ♦ S .flr+ P19• I°a t�\Y;Jy V• W. �Nlt i' �~ OP °2 °� ,t5 rI 6., �\
+' t \ rn A W2,� �• +o t iPP �_ < < r i rql
Cf S7 y�t �"'4.� gTN x�� " 8�.. d� 4 4 +� k ♦
°. 'drY h '�, ; � e`oxR �. -�-�`� c. '" rwa'.v¢ •• vtcJ` J'r, a'�> ..o�.> .� vq .y
6'-
$'o°tix.+ x '<c•'°'.. F3':`trv��' +.vbB oveyq T�✓' B° v r HFwroar `Tr <y',
h�ixxp ny •�•: wy
ri• 'l BP nry ST iJ y amT
PROJECT
LOCATION u • $
04, as v
ehge¢,.4 m+ ii( "`� csvyl <pf b Sy `.Wia H .t
`9c`hS r�a nsi si . i 7$� f3 n' k�r- ';ie��:rirJ�•
)) s9 h ♦t, y '°" v, c�yt t ^.���a" e� • 5 eJuy I
v`\ "e���niJJE r
7nI�tH .q \ •,•� /•%' hArgf :P� (sky ;iJ�
�0[\'' '4 by .L `� ,8ti • �°wi .. 6 \ F
LDN'E
NEWC
° Fe�svu 9r rca rC, `h aav
g.`�'..A +4"q" oar rsr
BAF \
w - ✓ y/
Co fryct�� M N hu'+ yN '• f{' � hPN ` a �3' lS t .\
oB DN C S tT I C {ue Mvoxi }� 6s v . , ftc�3 ( .v.
'I fpp M4L • ® B09 \ RFi ) .
...• — I_`O4ewt�= ^2 bt \ +fy�g� v'+,4 rfa C F•ay t D2 srf t�bsa. �- �� r. � ty�TVd
\\co(uxs
)f� al �`� °" ,BALIBOA irrl_ � �'Dp fEp9lfi.'b< nf4• �''� GrP u >,P y'b"iYN: �('arb. BPD 2 t o., '�. w:
J ti .yu e"iy vs B4K Z .' °° s y1`°°'Y•. Y ' ��.����'lJ <
A''j a•� 4ry �"_Y ....
g3 i °7� 8p,'A�.WA o'dyao° 8 p°i 't,\1s•
s oN .,PROJECT
3o ° 3 ° \ 73r/.t-cT ,x.rF- A'a.^rlYl. wesn A i e \ n<�.F ay •' -. n 3
NEYYPO r �I �` LOCATION.
V . nix r'SUi.° B/Y.• -P\ ...e.: • ` qL + <i �'i-(.
W ^4, �� (• Ta
89CWA FIEN T�!+ N ;3 �� d O `�vay + 2 o'i yyJ' 1 �.�.��•� G
\ �•D � q' • �yN •B �Sf .4�� Sp`' p,� >d4 F /fir
f9
SCALf b Pz 76001
Cy��♦ ,Ofl1MI \O lv� °4.`v a o" Kx 6`r�e
b n ° 9 • YY ��
_ �BIAIf ISACM : o I
Y �r mF�O$cp \o•`_rI`
.,� � � Qom; /� � � ♦� %
CITY OF NEWPORT BEACH DRAWN. . DATE
PUBLIC WORKS DEPARTMENT AaPRaveD'� 1
�MISCELLAt7E0US CONCRETE REPAIECIN CAMEO SHORES; ...�
ORANGE STREET AND PROSPECT STREET /STREET END
'CONSTRUCTION; BROAD STREET CURB AND GUTTER --
BOLSA AVENUE TO [WESTMINSTER AVENUE (C -2370) DRAWING No. EXHIBIT A
Aulho, ted to nubl,%h Adrernsernonls of a,i Ig p bl,C
notices by [ I,C'ee of 1ne Superior Courl of Orange County,
Ca; lo a. Number A -6214 dated 29 September 1961. and
A -24831 dated 11 June. 1963
STATE OF CALIFORNIA
County of Orange pu -p .a.«,,.. a ch.. q
."'dW 9 »l -n I poop'
with 10 Mc. cowmo w dth
I am a Citizen of the United States and a resident of
Ine County aforesaid. I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the 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 2 times
consecutive weeks to wit the issue(s) of
April 27 ,198 9
P ri1 28 , 198 9
198_
Ilki
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on April 28 198 9
at Costa Mesa, California.
Signature
NOTICE
INVITING BIDS
Sealed bids may be re-
ceived at the office of the
City Clark, 3300 Newport
Boulevard, P. O. Box 1788,
Newport Beach, CA
92658 -8915 until 11:00 a.m.
on the 11th day of May,
1989, at, which time such
bids Shall be opened anj
EPAIRS IN C
HORES; ORS
rREET AND PRC
rREET /STREET
WEST
Englnnr's Eatlml
$120,000.00
Approved by the I
Council this 24th day
April, 1989.
WANDA E. RAGGIO, I
Clark
Prospective bidders 1
obtain one set of bid do
ments at no cost at the of
Newport Beach, CA
192658 -8915.
For further information,
cell Steve Luy, Project Man-
ager at 644 -3311.
Published Orange Coast
Dally Pilot April 27, 28, 1989
ThF463
PROOF OF PUCLICATIOro