Loading...
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