HomeMy WebLinkAboutC-2824 - Mariners Mile Parking Lot and Access RoadCITY OF NEWPORT BEACH
September 9, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Nobest Inc.
P.O. Box 874
Westminster, CA 92684
(714) 644 -3005
Subject: Surety: The Continental Insurance Company
Bond No.: 131 71 71
Contract No.: C -2824
Project: Mariners Mile Parking Lot and Access Road
The City Council of Newport Beach on August 12, 1991 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on August 20,
1991, Reference No. 91- 448635.
Sincerely,
Id", /" , , �r"
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 �� 2XI'
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
SIMPT RECORDING REQUEST PER,
GOVERNMENT CODE 6103
RECEIVED
91- 448635 � sECp"s M1991 r)
CITY OF
NEWPORT BEACH
NOTICF. OF COMPLETION
PUBLIC WORKS
'1 o All Laborers and Material Men and to Every Other Person Interested:
t Tides
i
Ewa.
Pgo$
Lien
®f
Other
ronl
D.T.
PCORI
SMF
RDE -1
YOU WILL PLEASE TAKE NOTICE that on July 23, 1991
the Public Works project consisting of MARINERS MILE PARKING LOT AND ACCESS ROAD _
(C -2824)
on which Nobest Inc., P.O. Box 874, Westminster, CA 92684
was the contractor, and The Continental Insurance Company, P.O. Box 2263, Brea, CA _
was the surety, was completed. 92622 -2263
TYC_OF NEWPORT BEACH
J, X4
Pub is Works Director
VERIFICATION
I, the undersigned, say:
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 August 14, 1991 at Newport Beach, California.
f�ublie 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 August 12, 1991 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on August 14, 1991 at Newport Beach, California.
�k City Clerk
F REIC O OAf GUNTY, CALIFORNIA
4:00
P.M. AUG 2 01991
Q•yRecorder
A not
IT
p . , : . (5k)
•
•
•
i
TO: City Council
AUG 1 7I9ai
FROM: Public Works Department
August 12, 1991
CITY COUNCIL AGENDA
ITEM NO. F -17
SUBJECT: ACCEPTANCE OF CONSTRUCTION OF MODIFICATIONS TO THE
MARINERS MILE PARKING LOT AND ACCESS ROAD (C -2824)
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 modifications to
the Mariners Mile Parking Lot has been completed to the
satisfaction of the Public Works Department.
The bid price was $44,185.90
Amount of unit price items constructed 43,528.39
Amount of change orders 1.663.00
Total contract cost $45,191.39
One Change Order was issued in the amount of $1,663.00.
It provided for the replacement of street lighting conduit and the
relocation of two fence posts.
Funds for the project were budgeted in the General Fund,
Account No. 02- 3397 -558.
The contractor is Nobest, Inc. of Westminster.
The contract date of completion was August 8, 1991. The
work was completed by July 23, 1991.
enjamin B. Nolan
Public Works Director
GPD:so
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
T0: FINANCE DIRECTOR
(714) 644 -3005
,5- i7- 91
FROM: CITY CLERK
DATE: May 17, 1991
SUBJECT: Contract No. C -2824
Description of Contract Mariners Mile Parking Lot and
Access Road
Effective date of Contract April 22, 1991
Authorized by Minute Action, approved on April 22, 1991
Contract with Nobest Incorporated
Address P.O. Box
Westminster, CA 92684
Amount of Contract $44,185.90
4�-q 4e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
Sealed bids may be received:'
3399 Newport Boulevard, P. 6. Bt
until 11:00 A.M. on thi
at which time suc .:bi,ds
41
of�r�'1�, 1991,
opener and read for
MARINERS MILE PARKING LOT AND ACCESS ROAD
Reproved by the City Council
this ?rth day of March . 1991
Wanda E. Reggio
City Clark
Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3399 Newport Boulevard,
P. 0. Box 1768, Newport Belch, CR 9659 -1768.
For further information, call Dick.Hoffstadt at 644 -3311.
- -Project, Manager,
i
I
Sealed bids may be received:'
3399 Newport Boulevard, P. 6. Bt
until 11:00 A.M. on thi
at which time suc .:bi,ds
41
of�r�'1�, 1991,
opener and read for
MARINERS MILE PARKING LOT AND ACCESS ROAD
Reproved by the City Council
this ?rth day of March . 1991
Wanda E. Reggio
City Clark
Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3399 Newport Boulevard,
P. 0. Box 1768, Newport Belch, CR 9659 -1768.
For further information, call Dick.Hoffstadt at 644 -3311.
- -Project, Manager,
i
n
.
i
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN
PROPOSAL
MARINERS MILE PARKING LOT AND ACCESS ROAD
CONTRACT NO. 2824
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete this Contract No. 2824 in accordance with
the Plans and Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item
of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 2,450 Remove existing PCC
Sq. Ft. sidewalk, driveway, curb,
curb & gutter, and gutter
@ One Dollars
and
Ninety -four Cents $ 1.94 $4,753.00
Per Square Foot
2. 200 Remove existing 41 chain
Lin. Ft. link fence salvage fence
fabric
@ Two Dollars
and
Twenty -five Cents $ 2.25 $ 450.00
Per Linear Foot
3. 3,100 Remove existing AC pavement
Sq. Ft.
@ One Dollars
and
Ninety -four Cents $ 1.94 $6,014.00
Per Square Foot
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 330
Sq. Ft
5. 100
Sq. Ft.
Construct 6' wide ribbon
gutter
@ Three Dollars
and
Eighty Cents $ 3.80 $1,254.00
Per Square Foot
Construct 4' wide ribbon
gutter
@ Three Dollars
and
Eighty Cents $ 3.80 $ 380.00
Per Square Foot
6. 65 Construct Type "B" 6" curb
Lin. Ft.
@ Thirteen Dollars
and
Cents $ 13.00 $ 845.00
Per Linear Foot
7. 280 Construct 6" curb and gutter
Lin. Ft.
@ Thirteen Dollars
and
Q Cents $ 13.00 $3,640.00
Per Linear Foot
8. 245 Construct modified Type "B" curb
Lin. Ft. & 4' chain link fence using
salvaged fence fabric
@ Seventeen Dollars
and
0 Cents $ 17.00 $4,165.00
Per Linear Foot
9. 1,092 Construct 6" PCC driveway
Sq. Ft. approaches
@ Two Dollars
and
FiftPan Cents $ 2.15 $2,347.80
Per Square Foot
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION IINIT TOTAL
NO. AND UNIT IINIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 974 Construct standard 4" PCC
Sq. Ft. sidewalk
@ Two Dollars
and
Fifteen Cents $ 2.15 $2,094.10
Per Square Foot
11. 12 Remove interfering portion
Lin. Ft. of retaining wall
@ Twenty -five Dollars
and
¢ Cents $ 25.00 $ 300.00
Per Linear Foot
12. 430 Cold mill existing pavement
Sq. Ft. (0.1' min. depth)
@ Two Dollars
and
Sixty Cents $ 2.60 $1,118.00
Per Square Foot
13. 105 Full depth pavement
Tons
@ Fifty -five Dollars
and
Q Cents $ 55.00 $5,775.00
Per Ton
14. 100 Construct variable thickness
Tons AC overlay
@ Fifty -five Dollars
and
0 Cents $ 55.00 $5,500.00
Per Ton
15. 1 Install street light standard
Each with single luminaire and pull
box. Install street light
conduit and conductors
@ Twenty three hundred Dollars
and
Q Cents $2,300.00 $2,300.00
Per Each
c
0
0
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 2 Relocate existing street light
Each standard, luminaires and pull
boxes. Install conduit and conductors
@ One thousand five Dollars
hundred fifty and
0 Cents $1.550.00 $3,100.00
Per Each
17. 1 Relocated parking meter post
@_ One hundred fifty Dollars
and
0 Cents $ 150.00 $ 150.00
Per Each
Forty four thousand One hundred Eighty -five Dollars
and
Ninety Cents
TOTAL BID PRICE (WORDS)
Date .Bidder
\/Nobest
714) 892 -5583
Bidder's Telephone No.
$44,185.90
TOTAL BID PRICE
(FIGURES)
359622 A P.O. Bi 874 Westminster CA 92684
Bidder's License Bidder's Address
No. & Classification
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the BIDDER'S BOND. The title of
the project and the words "Sealed Bid" shall be clearly marked on the outside of
the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal
agents prior to submission of bid.
BIDDER'S BOND 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.
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 responsible for bidder
errors and omissions in the PROPOSAL.
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.
All 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
partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
359622 A
Contr's Lic. No. 6 Classification
Date
P
•
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
1. Street Lights
2, Fence
3.
4.
5.
6.
7.
B.
9.
10.
11.
12.
Subcontractor
F.J. Johnson Electric
Goldenwest Fence
Address
Anaheim, CA
Westminster, CA
1988 18:30 FROM • TO IQ18T 14, P.03
Page 4
c'
BIDDER'S BOND BID DATE: 4411J91
KNOW ALL MEN BY THESE PRESENTS,
• 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.sun' of.'' '
Ten e Pe nt (10s) Of the Zbtal Atro t of th e B'd
rc un i 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
and ss Road 2824
Tltle of Project raft iio.
in the City of Newport Beach, is accepted by the City - Council of said City,=and .
if the above bounden bidder shall duly enter into and.ex6cute a contract -for.
such construction and shall execute and deliver to said, City. "the. 2PaymefiV :and
"Faithful Performance" contract bonds described in the..Spe.cifications. 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 became null• and'•void;.otherwise it
is and shall remain in full force and effect, and the-amount spetified.berein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an
it is agreed that the death of any such bidder shall not.ezonerate the.. Surety
from its obligations under this bond..
IN WITNESS WHEREOF, we hereunto set our hands and seals this- '29th'_:..day
Of -March
(Attach acknowledgement of
Attorney -in -Fact)
NOBEST INCORPORATED
I'
State of California
County of Los Angeles
1 SS.
On this 29th day of Marah in the year 1991 before me a
Notary Public personally appeared Lin D. Coats , personally
known to me (or proved to me on the basis of satisfactory evidence) to be the person
whose name is subscribed to this instrument as the Attorney -in -fact of
THE CONT TENTAL INSURANCE COMPANY , and acknowledge
to me that.il(she) subscribed the name of THE CONTINENTAL INSURANCE CQMPANY
thereto. as surety, andHid(her) own name as Attorney -in -fact.
4 OFFICIAL SEAL
\ MARGARETA T. HIM
0MC, UN
-� L_9 ANCfLrS COUf.,y
- -'- Icy Ccc,rr.;� >;on aspires Ccc.9. 1994
Notary Public in and for said County
-The Wntinental Insurance Co *pany
180 Maiden Lane, Niew York, New York 10038
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
Linda D. Coats of Pasadena, California
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf oft he 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 shalt exceed in amount the sum of
Ten Million ($10,000,000) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the Company on the f st day of November, 1977:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the Resident, an Executive Vice President or a Senior Vice Resident or a Vice Resident 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, undettakings 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 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 officen and the seal of the Company may be affixed to any such Power of Attorney or io any certificate relating thereto by
facsimile, and any such Power of Attorney orcenifiwte bearingsuch 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 Ist day of May, 1985.
Attest:
Robert W. Adler, Sr., Assistant Vice Resident
STATE OF NEW YORK 1
COUNTY OF NEW YORK 1}
THE CONTINENTAL INSURANCE COMPANY
By
•• M¢hael I. Beernaen, Vice Resident
On this 1st day of May, 1985, before me personally came Michael 1. Beernaeri, 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.vhich 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.
l rent�,V2�1
ETHEL TARANTO
NOTARY 1`1111UC, 5we m New Yrvk
No. 24.4,61117 Qual..n Kmes Cvun,y
CERTIFICATE Commission Lxpues March 10, 1766
1, 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 29111 day of march ,19 91
.r
M. KraM, Nswrarsr TRCe Res.deM
11 Rn�n a i,c, ... ....'
I
0
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
0
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
Mariners Mile Parking Lot and Access Road C -2824
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds-described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 29th day
of March 19 91.
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission Expires:
Nobest Incorporated
RiddPr
By
Title Linda D. Coats, Attorney -In -Fact
NONCOLLUSION AFFIDAVIT
State of California )
Orange ) ss.
County of 9 )
0
Page 5
Larry Nodland being first duly sworn, deposes and says that he or
she is Trpacurpr of Nnhpct Tnror�nratpd the party
making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Subscribed and sworn to before me tb
My commission expires: 5-14-93
Nobest Incorporated
Bidder
Notary Public
.r
• • 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 List
Nobest Incorporated
Autho i ed Sig ature Title
afr o land, Treasu r
NAEST INCORPORATED
LICENSE #359622
' P.O. BOX 874
WESTMINSTER, CA 92684
PH. 714 -892 -5583
REFERENCE LIST
1. City of Glendale,
Contact: Don Campbell /City Engineer
(818) 956 -3945
PROJECT: ALLEY RECONSTRUCTION
2. City of Orange
Contact: Ashok Basargekar
(714) 532 -0457
PROJECT: HCD ALLEY IMPROVMENTS
3. City of Anaheim
Contact: Dave Nelson /Field Engineer
(714) 999 -5126
PROJECT: LINCOLN AVE. MEDIAN ISLANDS
4. City of Long Reach
CONTACT: Ken Walker /Contract Compliance
(213) 590 -6255
PROJECT: CITY WIDE SIDEWALK
;i. City of Tustin
CONTACT: Jeff Chin
(714) 544 -8890
PROJECT: EMBOSSED CONCRETE MEDIAN PAVING
IMPROVEMENTS - VARIOUS LOCATIONS
286,000.00
34B4O65.00
104,462.60
725,000.00
36,798.00
0 !
N O T C
Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal
holidays) after the date of mailing Notice of Award to the successful bidder:
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
provided as specified in the Standard Specifications 'for Public Works
Construction, except as modified by the Special Provisions.
The following Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of Insurance
for workers' compensation prior to City's execution of the Contract:
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or
to undertake self - insurance in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of
the work of this contract."
//
si-� 15-/1-
Contract Number
land,
11
0
Executed In Four Counterparts
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
0 Page 8
BOND NO. 131 71 71
PREMIUM: Included
WHEREAS, the City Council of the City of Newport. Beach, State of California, by
motion adopted April 22, 1991
has awarded to Nobest Incorporated
hereinafter designated as the "Principal ", a contract for Mariners Mile Parking
Lot and Access Road C -2824
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We NOBEST INCORPORATED
as Principal, and THE CONTINENTAL INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Forty four Thousand One Hundred Eighty -five and 90/100 Dollars ($_ 4 ins gn ).
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
i 0
i Page 9
L
s
s
Payment Bond (Continued)
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 30th day of April . 1991
Nobest Incorporated (Seal)
Name of Contractor Principals
-t�► - 0-
gna
THE CONTINENTAL INSURANCE COMPANi' tSeal)
Name of Surety
P. 0. Box 2263
818)796 -3888
Telephone No. of Agent
ri
• .1 .
I
i
dO
STATE OF CALIFORNIA
ORANGE as.
COUNTY OF
On this 7 day of MAY
In the year 19
before me, the undersigned, a Notary Public In and for said State, personally appeared
LARRY NODLAND personalty known to me.
OFFICIAL 5En[. for proved to me on the basis of satisfactory evidence) to be the person who executed the
m DAVID E. PDOLE within instrument on behalf of the Corporation therein named, and acknowledged to me that
the Corporation executed It.
MY r.0111111. Esnkes Mry 16, 1993 •
WITNESS my hand and officcifseal.
ACKWVAEMMF*T—CXW8ft*-1P FOM 222CA-X—Pm. 5-V Notary Public In and d for said State.
t) M'2 WOLOTTS. MC.
I I . . . .": , ..:.. �" ►ou
State of California,
SS.
County of Los Angeles
t
Onthis__20�thdayof April the Ysar 1991 , before me a Notary of Public
personally appeared T. T Nn A n- MATS , personally known to me (os proved to. me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this Instrument as the Attorney of The
Continental Insurance Company and, acknowledged to me that The Continental Insurance Company executed the
Instrument.
OFFICIAL SEAL
ELIZABETH GIBBONS
NOTARY PUDOC.CALWORNIA
LOS ANGELES COUNTY
MY COMM. EXP. MAY 31, 1991
I
rV
Public in anti for said County
The Antinental Insurance CoAany
180 Maiden Lane, New York, New York 10038
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
Linda D. Coats of 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
Ten Million ($10,000,000) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and 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 tithe Board, the President, an Executive Vice Resident or a Senior Vice President or a Vice President of the
Company, be, and that each or any of them a, authorized to execute Powers o(Attorney qualifying the attorney named in the given Power of Attorney 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
authorized to attest the execution of arty 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 certificate bearingsuch facsimile signatures or facsimile mat shall be valid and binding upon the Company when so affixed and in the future
with respect to any bond, undenaking or contract of suretyship to which 0 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.
Attest:
..
Robert W. Adler, Sr., Assistant We President �•--
STATE OF NEW YORK
COUNTY OF NEW YORK
THE CONTINENTAL INSURANCE COMPANY
By
Michael 1. Beesnaen, Vice President
On this 1st 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.
:roauc;
•...-; ETHEL TARAN70
•'� NOTARY PUBLIC. State of New• York
No. 24-4663117 Qual. in Kimn County
CERTIFICATE Com'nnuon Expves March )O, 198b
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 30th day of April ,19 91 .
`�•'i Iamn M. Keane. AsuNann Vice RuudeM
0 • Page 10
Executed In Four Counterparts
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
BOND NO. 131 71 71
PREMIUM: $663.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 22, lggl
has awarded to NohPCt Tncnrnnratpd
hereinafter designated as the "Principal ", a contract for Mariners Mile Parking
Lot and Access Road C -2824
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, NOBEST INCORPORATED
as Principal, and
THE CONTINENTAL INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Forty four Thousand One Hundred Eighty -five and 90/100 Dollars ($ 44,185.90
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
S
0
Faithful Performance Bond (Continued)
•
Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 30th day of April 19 91
Nobest Incor orated (Seal)
Name of Contractor Principal
THE CONTINENTAL INSURANCE COMPANY . -:- (Seal),,
Name of Surety
P. 0. Box 2263
Brea, California 92622 -2263
ddress of Surety
BY
Signature and Title of Authorized Agent
LINDA D. COATS, Attorney -In -Fact
Corroon &.Black Insurance Services, Inc.
70 S. Lake Ave., Pasadena, CA. 91101
Address of Agent
818)796 -3888
Telephone No of Agent
• 0
STATE OF CALIFORNIA
,COUNTY Of ORANGE
as. `:..
On this 7 day of FIAY In the year
belore me, the undersigned, a Notary Public M and for said State, personally appeared
OFFICIAL. SEAL
DAVID E. PpOIE
10, NOTMY VUBOC- CA60RNN
ORANGE COUNry
Ny Comm. Mokes"14.1993
a ACKWKEDOMENT— c"Weim —Wdnp2 FM 22MA-x —en. 5.e2
9)1927 wOLOOM. ON:,
LARRY N D AN
personally known to
for proved to me on the basis of satisfactory evidence) to be the person who executed the '
within Instrument on behalf of the Corporation therein named, and acknowledged to me that
the Corporation executed N. ".
WITNESS my hand and officla seal.
Notary Public In and for said State.
il
State of California, ,
SS.
County of Los Angeles
On this 30th day of April � in the year 1991 , before me a Notary of Public
personally appeared T.TNnA n- CQATC , personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney of The
Continental Insurance Company and, acknowledged to me that The Continental Insurance Company executed the
instrument.
M. OFFICIAL SEAL
ELIZABETH GIBBONS
NOTARY PU6LiGOi!.IFORNIA
LGS ANGELES COUNTY
MY COMM. EXP. MAY , 1991
Public in and for said County
The Antinentaf Insurance CoRpany
180 Maiden Lane, New York, New York 10038
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
Linda D. Coats of 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
Ten Million ($10,000,000) Dollars
This PowerofAtiomey is granted and is signed and sealed by facsimile under and by the authorityof the following Resolution adopted by
the Board of Directors of the Company on the 1st day of November, 1977:
- RESOLVED, that the Chakrnart o( the Board the Vim ChaLmanof the Bwld.Use Resident, an ExecNive Vice President ors Sinior Vke Ptesidem cra We tiesidem of the
Conpmy. be.a nddweachmmyo fthemis.&AhmixdbmmutePaen ofAuoneygmWyin "moneynmudtothepven Powero(AnorneybencuwnbehaUafine
Caeoany. boncls, radertAmwand am caeramof suerystim and them Assistant Vice President, a Secretary arm Assuan Seeeury be. and Nut each aranyof them hereby is.
amhaittd to attest the woomon of any such Pawerof Mornay, and to attach dwelo use seat of the Compury.
FURTHER RESOLVED. "the sWuhaes of such officals and the Mal of the Comparry maybe at<aed to arrysuch Power itAnomey ce to any cewficate retatinB thereto by
facsimRe.andarywche w ofAnomwwcendiicuebearftuchfaoWWesigrhanaeswb aimieseals hatibevaWwWbindr4upontheeonwmwhenwa ffued&Wmduhmae
wiMeesPect b any bond, undendlin8ar wrMfaa of naetystW bwhich i i attuthed'
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.
Attest:
ltabert W. Adler, Sr-AtsWanviceflesidaR �•
STATE OF NEW YORK
0861
COUNTY OF NEW YORK
THE CONTINENTAL INSURANCE COMPANY
By
�Wa Y.
O �
MhJud L Beerroen, wa Residem
On this 1st day of May, 1985, before me personally came Michael 1. Beemaert, tome known, who being by me duly swam, 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.
yj "NOIN�t,�O g
;t punk;;
'.``• —: •n MEL TARANTO
NOTARY PUBLIC. Staleof New York
No. 2 i 1662117 Qua1, n WO Coumy
CH T-l" ' F COnae "nn E'prre` 6W`h )o• 1ve6
1, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation. DO
HEREBYCERTIFY that the foregoingand attached Powerof 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 30th day of April '1991
:= tamas"'.see.ASaiWRYcslhesrdem �G
. . ..... ISSUE DATE (KWDD/YY)
a.... ....
. . ..... -MAY-1991
. . . . . . . . . . . . . . . . . . . . . .
dorroon & Black Insurance Services 1816 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
70 South Lake Avenue EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Pasadena CA 91101
(818) 796-3888 COMPANIES AFFORDING COVERAGE
COMPANY The AETNA Casualty & Surety Company
CODE SM.CODN LETTER A
Contact : Mercedes T. Cedilla
COMPANY
INSURED LETTER B
NOBEST, Inc. COMPANY
Post Office Box 874 LETTER C
Westminster CA 92684 COMPANY
LETTER D
COMPANY
LETTER E
'
IM,
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 RE_ DUCED BY PAID CLAIMS.
DO
TYPE OF INSURANCE POLICY MUMMER POLICY EFFECTIVE POLICYEXPIRATIO ALL LIMITS IN THOUSANDS
LT1 (
DAT9(MM/DD/YY) DATE MM/DD/YY)i
ORNERAILLIASILITY GENERAL AGGREGATE 4 2000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGATE $ 2000
-'s
:CLAIMS MADE E� OCCUR PERSONAL & ADVERTISING INJURY $ 1000 —
• X OWNERS & cONTRAcTORs PROT. 083CO20473352CCA 03-AUG-199003-AUG-1991 EACH OCCURRENCE S 1000
FIRE DAMAGE (Any we flee) $ 100
MEDICAL EXPENSE (Any we Person) IT 5
AUTOMOBILE LIABILITY COMBINED
SINGLE IT 1000
X ANY AUTO LIMIT
ALL OWNED AUTOS BODILY
INJURY
SCHEDULED AUTOS (Per Person)
• X HIRED AUTOS 083FJ0020473398CCA 03- AUG - 199003- AUG -1991 SOD"-Y
INJURY
X N014-OWNED AUTOS (Per accident)
GARAGE LIABILITY PROPERTY
DAMAGE
EXCESS LIABILITY LA A A:
OCCURRENCE
$
OTHER THAN UMBRELLA FORM
STATUTORY
WORKER'S CONDENSATION
AND IT (EACH ACCIDENT)
(DISEASE-POLICY LIMIT)
(DISEASE-EACH EMPLOYEE) )
OTHER
DESCRIPTION OF OPEPIATIONMOCATgNWVKHICLI!SMZW IQXIDImSPECIAL ITEMS
Mariners Mile Parking Lot and Access Road Contract No. C-2824.
See Attached Endorsement.
. . . ....
�E
.... .. .. . .
wMkw, IW-1,1.-�i'-,
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
:**:EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
I.-MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT.
City of Newport Beach
3300 Newport Boulevard
AUTHORMED RIPRIGENTATI
P.O. Box 1768
01
CA 92658-8915
My 011� ;�. ::::: ::::: :::::: , . .. ..
. . . . . . . . . . . . . . .
11
. . . . . . . . . .
• 013
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
If 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 jhis 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)
leaseo 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."
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 S per person
Bodily Injury Liability S _per accident
Property Damage Liability S
()o Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability j1,000,000.
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.
Designated Contract: Mariners Mile Parking Lot and Road C -2824
Project tt a and" ntract No.
This endorsement is effective 5 /1 / 91 at 12:01 A.M. and forms a part of
Policy No. 083FJ00204733901CCA The Aetna Casualty & Surety Co.
ompany Affording overage
Insured Nobest, Inc-. Endorsement No. TBD
Producer Corroon & Black Insurance By l?
th rize pres tats
J
i
l 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 insureds) 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
1 City of Newport Beach.
l4. 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.
S. 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:
OO Commercial ( ) Comprehensive
General Liability S 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
1 date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
J Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: Mariners Mile Parkin Lot and Access Road C -2824
roject it le and Contract No.)
This endorsement is effective 5/1/91 at 12:01 A.M. and forms a part of
Policy No. 083c020473352CC& The Aetna Casualty & Surety Company
(Company Affording overage
Insured Nobest, Inc. Endorsement No. TBD
Producer Corroon & Black Insurance By --
Authorize Represents ve
i
X ,
_
�� :111e1:•" CERTIFICAT 01
,.
Correon & Black Insurance Services 21816
- •. N9UEDATE(M1'VW /YY)
MNSURANCE 1-MAY-1991
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
70 South Lake Avenue
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Pasadena CA 91101
- - -- --
COMPANIES AFFORDING COVERAGE
(818) 796 -3888
CODE SUS -CODE
Contact : Mercedes T. Cedillo
COMPANY The AETNA Casualty & Surety Company
LETTER A
— ------- - - -- -- ---- - - - - --
COMPANY
LETTER B
!HOMED --------
NOBEST, Inc.
Post Office Box 874
COMPANY
LETTER C
COMPANY
LETTER D
Westminster CA 92684
COMPANY
I. F.TTFP E
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.
00
LTN
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
OATE(M.1 /DD /YY)
POLICY EXPIATION
DATE(MM /DD /YY)
ALL LIMITS IN THOUSANDS
GENERAL LIASLIIY
GENERAL AGGREGATE $ 2000
PROOUCTS- OOMP /OPS AGGREGATE
S 2000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE 51 OCCUR
PERSONAL s ADVERTISING RLNRY
S 7000
EACH OCCURRENCE
f 1000
A
X OWNERS & CONTRACTORS PROT.
083CO20473352CCA
03— AUG- 199003
—AUG -1991
FIRE DAMAGE (My we fire) — —
f - -- 100
MEDICAL EXPENSE (My one parson)
f 5
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED
SINGLE
LIMIT
$ 1000
.. ! ...................
X
_...
ALL OWNED AUTOS
BODILY
NJURY
S
SCHEDULED AUTOS
(Per parson)
A
HIRED AUTOS
083FJ0020473398CCA
03 —AUG- 199003
—AUG -1991
X
BODILY
IKIURY
S
X
NON-OWNED AUTOS
(Per accident)
PROPERTY
DAMAGE
S
GARAGE LIABILITY
EXCESS LIASLITY
A
OCCURRENCE
AGGREGATE
f
S
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
STATUTORY
f
(EACH ACCIDENT)
AND
S
(DISEASE-POLICY LIMIT)
EMPLOYERS' LIABILITY
f
- -- - - - - -' -
(DISEASE-EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONSILOCATIONWVEHICLE SI nMEXMDWSPECIAL ITEMS
Mariners Mile Parking Lot and Access Road Contract No. C -2824.
See Additional Insured Endorsement CG 20101185.
CERTIF'1CATemUL6ER
... .. ,.. ,. ..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
32 r. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL XXM:I WViORi(
Il'+ +MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, RIYRIFXK" KXXX) P* JRXiMSNXJ (XNRH7BEMQYXErR ®i[Wa)OBU011 l000
City of Newport Beach
` RX9BpXXXID7FNIN6' lOtpp@ X) PglXR716( QIDX4pXJlp( p7[ R )NOFXiixX)A(R1SARp61EIW[X)<IgES
3300 Newport Boulevard
P.O. Box 1768
AUTHORUSO REPRESENTATIVE
Newport Beach CA 92658-8915
Acanu xx tae�Rctnt!vnAr
gee
..� POLICY NUMBER: 083CO23352CA • COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Person or Organization:
City of Newport Beach
3300.Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658 -8915
SCHEDULE
Mariners Mile Parking Lot and
Access Road Contract No. C -2824
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
MARK L. OWEN
CG 20 10 1185 Copyright. Insurance Services Office. Inc.. 1984
STATE
COMPENSATION
INSURANCE
FUND
MAY 6, 1991
i
0
P.O. BOX 807, SAN FRANCISCO, CA 94101-0807
i ^I .
CERTIFICATE OF WO S' COMPENSATION INSURANCE
POLICY NUMBER
CERTIFICATE EXPIRES
r
CITY OF NEWPORT BEACH
BUILDING & SAFETY DEPARTMENT
P.O. BOX 1768
NEWPORT BEACH, CALIFORNIA 92663
L
440 -90 UNIT 14826
10/01/91
JOB: ALL OPERATIONS
This is to certify that we have issued a valid Workers' Comtation insurance policy4- ti°8'fixm approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon iN days' advance written notice to the employer.
We will also give yotf & days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does noiWnend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
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. y
PRESIDENT
ENDORSEMENT X12065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE
10/01/90 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
EMPLOYER
r
NOBEST, INC.
7600 ACACIA
GARDEN GROVE, CALIFORNIA 92641
L
A SCIF 10262 (REV. 10-86)
OLD 26
0 0 Page 15
CONTRACT
THIS AGREEMENT, entered into this 22 day of April 19 91 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City,'and
—
Nobest, Incorporated hereinafter "Contractor, "is mare with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Mariners Mile Parkin Lot and
Title of Project
C -2824
--Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Mariners Mile Parking Lot and Access Road C -2824
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Forty four
This compensation includes 11) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
i
i
a
is
0
(f) Plans and Special Provisions for
Mariners Mile Parkin4 Lot and Access Rod
(g) This Contract.
t No.
Page. 16
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
By
Mayo
ATTEST_
CITY
Signat re and Title
and, T easurer
Signature and Title
0
0
f
w
' - � �v vc ma•cx
t,
STATE OF CALIFORNIA
COUNTY OF
ORANGE
OFFICIAL SEAL
DAVID E. POOLE
m NOTARY %1BLIC�CALIFgtNU
ORANGE COUNTY
IF
MY Carom. Enm M" 1A, 1993
AckxOf1aE00MFNT— Cwplr/bs— ENkgle FM 822CA-x —TW. 5-82
9)982 WOMOETS. Mc.
�ss.
K:...,
I
On this 7 day of MAY In the year 19
before me, the undersigned, a Notary Public In and for said State, personally appeared
LARRY NODLAND personally known to me.;
(or proved to me on the basis of satisfactory evidence) to be the person who executed the
within Instrument on behalf of the Corporation therein named, and acknowledged to me that ,
the Corporation executed It. ".
WITNESS my hand and otf Iai seal.
Notary Public in and for said State.
f.,
it i
• SPECIAL PROVISIONS •
FOR
MARINERS MILE PARKING LOT AND ACCESS ROAD
CONTRACT NO. 2824
INDEX
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . .
. 1
II.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . .
. 1
III.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . .
. 2
IV.
PAYMENT. . . . . . . . . . . . . . . .
2
V.
UTILITIES . . . . . . . . . . . . . . . . . . . . .
. 2
A. General . . . . . . . . . . . . . . . . . . . .
. 2
B. Water . . . . . . . . . . . . . . . . . . . . .
. 3
VI.
PUBLIC CONVENIENCE AND SAFETY. . . . . . . . . . .
. 3
A. Traffic Control Plans. . . . . . . . . . . .
. 3
B. "NO PARKING, TOW - AWAY" Signs . . . . . . . . .
. 3
C. Notification to Residents. . . . . . . . . . .
. 4
D. Right -of -Entry . . . . . . . . . . . . . . . .
. 4
E. Working Hours . . . . . . . . . . . . . . . . .
. 5
VII.
GENERAL REQUIREMENTS AND SPECIFICATIONS. . . . . .
. 5
A. Guarantee. . . . . . . . . . . . . . . . .
. 5
B. Permits and Inspection . . . . . . .
. 5
C. Manufacturer's Specifications and Instructions
. 5
D. Sound Control Requirements . . . . . . . . . .
. 6
E. Work by City Forces . . . . . . . . . . . . . .
. 6
F. Insurance . . . . . . . . . . . . . . . . .
. 7
G. As -Built Drawings . . . . . . . . . . . . . . .
. 8
H. Construction Staging Area. . . . . . . .. . . .
. 8
VIII.
CONSTRUCTION SURVEY AND INSPECTIONS. . . . . . . .
. 9
A. Construction Survey Staking. . . . . . . . . .
. 9
B. Laboratory Testing . . . . . . . . . . . . . .
. 9
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . .
. 9
A. Removals . . . . . . . . . . . . . . . . . .
. 9
B. Construction . . . . . . . . . . . . . . .
.10
C. Asphalt Concrete . . . . . . . . . . . . . . .
.11
D. Portland Cement . . . . . . . . . . . . . . . .
.11
E. Payment . . . . . . . . . . . . . . . . . . . .
.12
X.
STREET LIGHTING AND ELECTRICAL . . . . . . . . .
.12
A. Underground Utilities. . . . . . . . . . .
.12
B. Applicable Codes and Standards . . . . . . . .
.13
C. Variations from the Standard Plans . . . . . .
.13
D. Electrical Products . . . . . . . . . . . . . .
.13
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
SPECIAL PROVISIONS
FOR
MARINERS MILE PARKING LOT AND ACCESS ROAD
CONTRACT NO. 2824
I. SCOPE OF WORK
1 of 13
The Contractor shall furnish all labor, equipment and
materials, including the performance of incidental work
for the construction and completion of the work indicated
in the Contract Documents including, but not limited to:
demolition and removal of existing street improvements,
construction of curb and gutter, sidewalks, roadway
pavement, relocating and installing street lighting and
all other items not mentioned but required to complete
this contract.
All work necessary for the completion of this contract
shall be done in accordance with (1) these Special
Provisions; (2) the Project Plans; (3) the City's
Standard Special Provisions and Standard Drawings for
Public Works Construction, (1988 Edition); (4) the
(1988 Edition, including Supplements) ; and the most
recent editions of the Uniform Building Code and the
National Electric Code, as the same may apply (which
specifications are herein referred to as the Standard
Specifications) and in accordance with the following
Special Provisions and Specifications. Copies of the
Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department for Five Dollars
($5.00). Copies of the Standard Specifications may be
purchased from Building News, Inc., 3055 Overland Avenue,
Los Angeles, California 90034, telephone (213) 202 -7775.
II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK
No work shall begin until a schedule of work and a
traffic control plan, prepared by the Contractor, have
been approved by the Engineer. The Contractor shall
submit a construction schedule to the Engineer for
approval a minimum of five (5) working days prior to
commencing any work. The following requirements shall be
incorporated into the schedule:
A. All work under this contact shall be completed
within (30) consecutive calendar days from the day
of commencement of work set by the City.
SP 2 of 13
B. Saturdays, Sundays, and legal holidays are not
considered working days for the purposes of this
section. No work shall be performed within the
entire week before Easter (April 6 -14, 1991). All
access shall be restored during this week.
C. The access drive to the municipal parking lot shall
be open to traffic (minimum of one twelve foot
lane) at all times.
III. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of award the Contractor shall possess a
General Engineering Contractor A license or Specialty
Earthwork and Paving Contractor C -12 license.
IV. PAYMENT
The unit or lump sum price bid for each item of work
shown on the proposal shall be considered as full
compensation for labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefor.
Payment for incidental items of work not separately
provided for in the proposal (e.g., sawcutting,
protecting property corners, preparing subgrade, etc.)
shall be included in the unit prices bid for items of
work.
The substitution of securities for any payment withheld
in accordance with Section 9 -3.2 of the Standard
specifications is permitted Pursuant to government code
sections 4590 and 14402 -5.
V. UTILITIES
A. General
The Engineer has attempted to locate and show on
the Plans the approximate locations of all public
and private utilities, facilities, and
substructures to be encountered during
construction. The Contractor shall determine for
himself the exact location of all public and
private utilities, facilities or substructures
which may be inadvertently omitted and not shown on
the Plans. In the event any utility facility or
substructure is disturbed or damaged, whether in
its original or relocated position, the Contractor
shall immediately cause repairs to be made to the
satisfaction of the owner and at no cost to the
City.
SP 3 of 13
The Contractor shall provide temporary supports for
all existing underground facilities as required to
prevent any damage to them and shall cooperate with
owners of such facilities for the installation of
permanent supports.
B. Water
If the Contractor elects to
shall arrange for a meter ar
deposit with the City. Upon
good condition to the City,
returned to Contractor, less
water usage.
VI. PUBLIC CONVENIENCE AND SAFETY
use City's water, he
,d tender a $500 meter
return of the meter in
the deposit will be
a quantity charge for
The Contractor shall provide traffic control and
access in accordance with Section 7 -10 of the
Standard Specifications except as modified herein,
and with the standards contained in the Work Area
Traffic Control Handbook (Watch), also published
by Building News, Inc.
The Contractor shall submit a written traffic
control plan to the Engineer and obtain his
approval a minimum of five (5) working days prior
to commencing any work.
A. The traffic control plans shall incorporate
the following:
1. The location and wording of all signs,
barricades, delineators, lights, warning
devices, temporary parking restrictions,
and any other details required to assure
that all traffic will be handled in a
safe and efficient manner with a minimum
of inconvenience to the motorists.
2. Reopening of all traffic lanes upon
completion of each day's work (see
Section II.). In addition, emergency
vehicle access shall be maintained at all
times.
B. "NO PARKING. TOW- AWAY" Signs
Where any restrictions mentioned necessitate
temporary prohibition of parking during
construction, the Contractor shall furnish,
install, and maintain in place "NO PARKING,
TOW - AWAY" signs (even if streets have posted
"NO PARKING" signs) which he shall post at
• SP 4 of 13
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 -3740, for verification of posting at
least 40 hours in advance of the need of
enforcement.
The signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12
inches wide and 18 inches high; and (3) be
similar in design and color to Sign No. R -38
of the Caltrans Uniform Sign Chart.
The Contractor shall print the hours, days and
date of closure in 2- inch -high letters and
numbers. A sample of the completed sign shall
be approved by the Engineer prior to posting.
The Contractor shall only post streets with
the time and dates that disrupts parking and
access.
Errors in posting "NO PARKING, TOW- AWAY"
signs, false starts, acts of God, strikes, or
other alterations of the schedule will require
that the Contractor repost the "NO PARKING,
TOW- AWAY" signs.
C. Notification to Residents
Between 48 and 55 hours before closing access
to any section of private parking, the
Contractor shall distribute to each affected
address a written notice stating when
construction operations will start and
approximately when vehicular accessibility
will be restored. The written notices will be
prepared by the Engineer. The Contractor
shall insert the applicable dates and times at
the time he distributes the notices. Errors
in distribution of notices, false starts, acts
of God, strikes or other alterations of the
schedule will require that the Contractor
redistribute notices to residents.
D. Right -of -Entry To and Protection of Adjacent
Premises
When use of adjacent properties is necessary
for accomplishing the work, it shall be the
obligation of the Contractor to make
arrangements with the City and the owner of
such properties for such use.
Otherwise, the Contractor shall avoid any
encroachment on adjacent properties. The
contractor shall repair and make good any
• SP 5 of 13
damage to adjoining properties or improvements
caused by his men or by equipment, including
any damage or loss to adjoining tenant or
property owners, whether to buildings, paving
and landscaping, stocks of merchandise, or
trade fixtures.
E. Workina Hours
City ordinance limits working hours (including
equipment maintenance) to Monday through
Friday from 7:00 A.M. to 6:30 P.M. and
Saturday from 8:00 A.M. to 6:00 P.M.
VII. GENERAL REQUIREMENTS AND SPECIFICATIONS RELATED TO
PROJECT
A. Guarantee
The Contractor shall be responsible for and
shall repair all defects due to faulty labor
or materials which may arise or be discovered
within a period of one (1) year after the
completion and acceptance of the work.
B. Permits and Inspection
The Contractor shall secure all necessary
permits. The City will pay plan check and
permit fees. The Contractor shall.be required
to request inspections as specified by the
City. Any installation performed without the
required inspection shall be reinstalled at
the discretion of the Inspector at no
additional cost to the owner.
C. Manufacturer's Specifications and Instructions
Unless otherwise noted, all manufactured
materials, products, processes, equipment or
the like shall be installed or applied in
accordance with manufacturer's instructions,
directions or specifications. Said
application or instructions shall be in strict
accordance with printed instructions furnished
by the manufacturer similar to those at the
job site. Two copies of such instructions
shall be furnished to the Engineer and his
approval thereof obtained before work is
begun. Any deviation from the manufacturer's
printed recommendations shall be explained and
acknowledged as correct for the circumstances,
in writing by the particular manufacturer.
Contractor will be held responsible for all
0 SP 6 of 13
installations contrary to the manufacturer's
recommendations. If any item of equipment or
material is found to be installed not in
accordance with the manufacturer's
recommendations. Contractor shall make all
changes necessary to achieve such compliance
at no cost to the City.
D. Sound Control Requirements
The Contractor shall comply with all local
sound control and noise level rules, and
regulations and ordinances which apply to any
work performed pursuant to the contract.
Each internal combustion engine, used for any
purpose on the job, shall be equipped with a
muffler of a type recommended by the
manufacturer. No internal combustion engine
shall be operated on the project without said
muffler.
The noise level from the Contractor's
operations, between the hours of 9:00 A.M. and
4:30 P.M. shall not exceed 87 dBA at a
distance of 50 feet. This requirement in no
way relieves the Contractor from
responsibility for complying with local
ordinances regulating noise level.
Said noise level requirements shall apply to
all equipment on the job or related to the
job, including but not limited to trucks,
transit mixers or transient equipment that may
or may not be owned by the Contractor. The
use of loud signals shall be avoided in favor
of light warnings except those required by
safety laws for the protection of personnel.
Full compensation for conforming to the
requirements of this section shall be
considered as included in the prices paid for
the various contract items of work involved
and no additional compensation will be allowed
therefor.
E. Work by City Forces Because of Nonconformance
by Contractor
Should the contractor fail to correct
deficiencies or public nuisances that have
been created because of this operation, then
these deficiencies will be considered to be an
emergency nature and cause for the City to
move in on the project to make corrective
F.
• SP 7 of 13
work. The cost of such work performed by the
City shall be deducted from the contract
price.
Insurance
1. Liability Insurance
The word "agency" in Subsection 7 -3 of
the General Provisions of the Standard
Specifications shall mean "the City of
Newport Beach ".
a. Special Endorsement
A standard "Special Endorsement of
Insurance for Contract Work for
City" form has been adopted by the
City. The form is to be attached
and made a part of all policies of
insurance acceptable to the City.
The successful low bidder will be
required to complete this form upon
award of the Contract.
b. Limits
The liability
Section 7 -3
Provisions
Specification:
provide the
limits:
insurance coverage in
of the General
of the Standard
is hereby amended to
following minimum
Bodily Injury $ 500,000 each person
1,000,000 each occurrence
1,000,000 aggregate
products and
completed
operations
Property Damage $ 500,000 each occurrence
1,000,000 aggregate
Combined A combined single limit policy with
aggregate limits in the amount of
$2,000,000 will be considered
equivalent to the required minimum
limits.
• SP 8 of 13
2. Worker's Compensation Insurance
In addition to the requirement specified
in Subsection 7 -4 "Workers' Compensation
Insurance," of the Standard
Specifications, the Contractor shall
provide an endorsement to the certificate
of insurance on the forms provided
waiving any right of subrogation it may
acquire against the City of Newport
Beach, it's officers and employees by
reason of any payment on account of
injury including death resulting
therefrom sustained by any employee of
the insured.
G. As -Built Drawings
The Contractor shall maintain "as- built"
drawings of all work and subcontracts,
continuously as the job progresses. A
separate set of prints for this purpose only;
shall be kept at the job site at all times.
It shall be required that these drawings be
up -to -date and so certified by the City's
Inspector at the time each progress bill is
submitted.
During the course of construction, actual
locations to scale shall be identified in ink
on the drawings for all runs of electrical
work, including all site utilities, etc.,
installed underground, or otherwise concealed.
Deviations from the drawings shall be shown in
detail. All runs, whether piping, conduit,
duct work, drain lines, etc., shall be located
in addition, by dimension and elevation.
Where the Project drawings are not of
sufficient size and detail, Contractor shall
furnish his own drawings for incorporation of
details and dimensions. The final set of "as-
built" drawings shall be signed and dated by
the City's Inspector and the Contractor and
delivered to the Engineer prior to acceptance
of the project.
H. Construction Staging Area
It shall be the responsibility of the
Contractor to coordinate with the City the
area or areas to be used for construction
parking and material storage. The Contractor
shall be responsible for securing the site to
protect his property from vandalism and loss
and to protect the public from possible
injury. The site may also be used for
employee parking if space is available.
SP 9 of 13
VIII. CONSTRUCTION SURVEY AND INSPECTIONS
A. Construction Survey Staking
Field staking for control of construction will be
provided by the Contractor. During construction,
copies of all survey field notes shall be given to
Field Inspector. Limits of removal are field -
identified by orange paint marks. Existing
property corners and survey ties adjacent to
removals shall be protected and maintained. In
situations where property corners or survey ties
interfere with the work, the Contractor shall
notify the Engineer a minimum of two .(2) working
days prior to removal so that the Engineer can
survey and reset property corners and survey ties.
Payment for construction survey staking shall be
included in the various items of work.
B. Laboratory Testing
The City shall select the testing laboratory and
pay for all testing as specified in the various
sections of the Specifications. When, in the
opinion of the Engineer, additional tests or
inspections are required because of the manner in
which Contractor executed his work, such tests and
inspections will be paid for by the Contractor.
some examples of such tests and inspections will be
paid for by the Contractor. some examples of such
tests and inspections are:
Tests of materials substituted for previously
accepted materials.
Retests made necessary by the failure of materials
to comply with the requirements of the
Specifications.
Tests required because of the lack of necessary
identification of materials (mill tests,
manufacturers' certifications, etc.).
IB. CONSTRUCTION DETAILS
A. Removals
1. General
All materials removed by the contractor shall
be disposed of off -site. The roadway and
adjacent areas shall be left with a neat and
finished appearance. Materials shall be
removed from the project site at the end of
each work day. Final removals by hardblow
pavement breakers and stompers will not be
allowed.
SP 10 of 13
The Contractor shall sawcut (minimum 2" deep
cut) out all asphalt and concrete removals as
marked on Plans or instructed by the
Inspector. Waste water from any sawcut
operations shall not be allowed to enter the
storm drain system.
Payment for any sawcutting shall be included
within the contract unit price for related
work and no additional compensation will be
allowed therefore.
Cold Milling Existing Pavement
The Contractor shall cold mill a 18- inch -wide
minimum wedge along existing edges of PCC
gutters as dimensioned and designated on the
plans. In addition, the Contractor shall cold
plane 18- inch -wide wedges along existing edge
of PCC cross gutters. The cold milling shall
be 0.1 foot deep at the gutter edge and taper
out to 0.0 feet deep, 18- inches away from
gutter edge.
During the cold plane operation, the
Contractor shall sweep the street with
mechanical equipment and remove all loosened
material from planed areas. The Contractor
shall abate dust nuisance by cleaning,
sweeping and sprinkling with water or other
means as necessary.
B. Construction
1. Unclassified Excavation
Shall include excavating, removing, hauling
and disposal of all material to the sub -grade
elevations indicated on the plans as required
to construct the new roadway and sidewalk
improvements. Unclassified excavation shall
be done in accordance with Section 300 -2 of
the Standard Specifications. Payment for any
excavation shall be included in the price of
related work.
2. Excavations for Trenches
Cost of excavation and backfill of trenches
shall be included in the bid item for which
trenches are required, i.e., electrical. Dig
trenches to the uniform width required for
particular item to be installed, sufficiently
SP 11 of 13
wide to provide ample working room. Excavate
trenches to depth indicated or required.
Carry depth of trenches for piping to
establish indicated flow lines and invert
elevation.
C. Asphalt Concrete
Prior to placing the A.C. pavement section or
overlay, a tack coat of Type AR 4000 or SS -lh
asphaltic emulsion at a rate not to exceed one -
tenth (1 /10) of a gallon per square yard shall be
uniformly applied to existing AC, and to portland
cement concrete edges against which asphalt
concrete is to be placed. The surface shall be
free of all loose material or dust when the tack
coat is applied.
The work shall be done in accordance with Section
302 -5 and 400 -4 of the Standard Specifications,
except as modified and supplemented below:
1. The surface shall be free of all dirt, debris,
water, and vegetation prior to overlay.
2. The Contractor shall apply tack coat to
existing pavement prior to all AC work.
3. The asphalt concrete finish course shall be
III -D -AR -4000. The Contractor shall feather a
minimum of five (5) feet when joining existing
pavement.
4. The asphalt concrete base course
reconstruction shall be with Type III -B -AR-
4000.
D. Portland Cement
1. Concrete Curb, Gutters. Sidewalks and
Driveways:
Joint and Sealant
The Contractor shall construct control joints
as recommended by the Portland Cement
Association (PCA). Maximum control join
spacing shall be 15' O.C.
Jointing shall be done in accordance to the
Standard Specifications and Section 303 -5.4
Joints ".
E
• • SP 12 of 13
2. Portland Cement Concrete
Portland cement concrete shall meet the
requirements of Section 201 -1 and 400 -3 of the
Standard Specifications.
All concrete used on the project shall be 560 -
C -3250.
Fly ash substitutes and /or admixtures will not
be permitted.
The Contractor shall adjust to finished grade all
sewer manholes, sewer cleanouts, water valve
covers, storm drain manholes, and survey monuments.
Utility adjustments shall conform to City of
Newport Beach Standard Drawing No. Std.- 111 -L,
Std. -116 -L and Std.- 511 -L. All water valves, sewer
cleanouts, survey monument and manhole frames and
covers damaged during removal, handling or
adjustment operations shall be replaced by the
Contractor at his sole expense.
Payment
The Contract Unit Prices per square foot for P.C.C.
Pavement shall be inclusive of the cost of
construction pavement of the thickness indicated,
provision of joints, sealant, and all additives,
equipment, labor and materials.
Payment for curb, gutter, driveway and approaches,
gutters and sidewalk shall be per contract unit
price. Payment for any additional work or
treatment such as jointing and joint sealing and
waterproofing, etc., shall be included in the unit
bid price of related items.
Curb and gutter and gutter transition shall be paid
for at the unit price of the highest curb face
along the transition section.
Payment for handicap access ramp shall be included
in the unit price for sidewalk.
S. STREET LIGHTING AND ELECTRICAL
A. Underground Utilities
Prior to doing any work adjacent to the existing
street lighting conduit, the street lights shall
de- energized by the City Utilities Department.
Contact Herb Wollerman at 644 -3011. The street
lights shall be maintained in working order and re-
energized at the end of each working day.
SP 13 of 13
B. Applicable Codes and Standards
1. City of Newport Beach Standard Plans (herein
referred to as "N.B. Standard ").
2. 1988 Standard Specifications for Public Works
Construction (herein referred to as "Std.
Specs. ").
3. 1989 Standard Plans for Public Works
Construction (herein referred to as "Std.
Plans ").
4. 1990 National Electrical Code (herein referred
to as "NEC ").
C. Variations from the Standard Plans
1. Articles 209 -2.3 and 207.2.5 shall be changed
from galvanized steel conduit for underground
installation to rigid nonmetallic conduit, per
NEC Article 347. Material shall be schedule
40 polyvinyl chloride.
D. Electrical Products
1. Ground rods shall be in accordance with the
specifications shown on the drawing, instead
of Article 307 -2.7, Item 111" of the Std.
Specs.
f • Oef) i
1r �,
u
40
BY THE CITY COUNCIL April 22, 1991
CITY OF NEWPORT BEACH
CITY COUNCIL AGENDA
APR 2 ?1991 ITEM NO. F-3(a)
F -14
BA -038
TO: City Council
FROM: Public Works Department
SUBJECT: MARINERS MILE PARKING LOT AND ACCESS ROAD (C -2824)
RECOMMENDATIONS:
1. Approve a budget transfer of $44,185.90.
2. Award Contract No. 2824 to- Nobest Incorporated of
Westminster, California for $44,185.90 and
authorize the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
At 11:00 a.m. on April 11, 1991, the City Clerk opened
and read the following bids for the project:
* Corrected total price is $44,952.58
The low bid is 2.3% under the Engineer's Estimate of
$45,218.10.
The low bidder, Nobest Incorporated, is a well -
qualified general contractor who possesses a Class A contractor's
license. Nobest, Inc. has successfully completed City contracts
in the past and has performed well.
Contract No. 2824 provides for the widening of the
Mariners Mile Parking Lot Access Road from 20' to 26' wide and
for the construction of a 6' wide sidewalk and additional street
lighting along the southerly side of the roadway.
Bidder
Total Price
Low
Nobest Incorporated
$44,185.90
2
Excalibur Contracting
$44,349.50
3
Sully- Miller Contracting
$44,728.95
4
Damon Construction
$44,953.58
5
Clayton Engineering
$46,657.95
6
Amtek Construction
$48,452.70
7
Excel Paving Company
$51,429.37
* Corrected total price is $44,952.58
The low bid is 2.3% under the Engineer's Estimate of
$45,218.10.
The low bidder, Nobest Incorporated, is a well -
qualified general contractor who possesses a Class A contractor's
license. Nobest, Inc. has successfully completed City contracts
in the past and has performed well.
Contract No. 2824 provides for the widening of the
Mariners Mile Parking Lot Access Road from 20' to 26' wide and
for the construction of a 6' wide sidewalk and additional street
lighting along the southerly side of the roadway.
I
Subject: Mariners Mile Parking Lot and Access Road (C -2824)
April 22,. 1991
Page 2
• Funds for award will be transferred from the Street,
Alley and Bikeway Resurfacing Account No. 02- 3390 -015 into the
Mariner's Mile Parking Lot and Access Road Account.
A Budget Amendment to transfer $44,185.90 into the
Mariner's Mile Parking Lot and Access Road Account (Account No.
02- 3397 -558) has been prepared for Council consideration.
Plans and specifications for the project were prepared
by staff. All work is to be completed within 30 days from the
date of commencement of work set by the City.
Benjamin B/
Public works Director
0 BBN:so
1 1,
1
Ir 11 -_
n
w
0
H o
z
H N 1
I z
a
a � 1
�R
i
Q
1
to
E
z
z
W
O
pqa
a
0 H
a a
z
0
a
z
0
0
• (3�>
March 25, 1991
CITY COUNCIL AGENDA
• ITEM NO. F -12
EIY THE CITY COW ,.
TO: City Council CITY OF NEWPORT
-a
FROM: Public Works Department
SUBJECT: MARINERS MILE PARKING LOT AND ACCESS ROAD
(C-2824) APPROVED
RECOMMENDATIONS:
Approve the plans and specifications.
Affirm Class 3 Exemption from the provisions of the
California Environmental Act.
Authorize tks aaayg, ..a the ,.;ty G e..,. to adder`:
4n... April 11,
• DISCUSSION:
This project provides for the widening the Mariners Mile
Parking Lot Access Road from 20 to 26 feet wide and for the
construction of a 6 foot wide sidewalk and additional street
lighting along the southerly side of the roadway (see attached
sketch).
In order to provide adequate right -of -way for the roadway
widening, Mr. John J. Jakosky, .III, the owner of the property
located at 2500 West Coast Highway, was required to dedicate a one
and one -half (1k) foot wide strip of land across the northerly side
of his property for public access purposes and an additional five
and one -half (5'k) foot wide strip of land immediately, adjacent to
the one and one -half foot (1k) easement, for sidewalk purposes as
a condition of Resubdivision No. 926 approved by the City Council
on May 29, 1990.
In consideration of Mr. Jakosky's agreement to offer
portions of his property for dedication, the City entered into an
agreement, dated October 2, 1990, in which the City agrees to bear
• the entire cost of the proposed roadway improvements.
This project is exempt from the provisions of the
California Environmental Act under a Class 3 Exemption which allows
minor alterations to public facilities.
r
•
•
6 •
Subject: Mariners Mile Parking Lot and Access Road (C- 2824).
March 25, 1991
Page 2
Plans and specifications for the project have been
prepared by staff. The Engineers's Estimate is $45,218.10.
Funding will be provided from the Street, Alley and Bikeway
Resurfacing Account No. 02- 3390 -015. A budget transfer will be
requested upon award of contract when the exact funding amount has
been determined.
The contract specifies that all work shall be completed
within 30 consecutive calendar days from the date of commencement
of work set by the City.
91,7 / 2 Y44
Benjamin B. Nolan
Public Works Director
DH: so
Attachment
-Jr�,
to
0
z
ai
H
ro
ri)
•
I -
. . . . . . . . . . . . . . .
1-4
CIO/
I
to
z E4
M
x
M
0
z P,
H
0 0
Audwkwd to Publish ndveldsonlpi4 Of al kindt kckm*q
wAft nodoee by Donee d #a §upalior Cow of aenp
ftM Cd inliR Hwl kW4, It 29, 1961. ad
I4 MI Jule 11. 19M
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesaid: I am over the
age of eighteen years, and not a party to or
interested in the below entitled matter. I am a
principal cleric of the ORANGE COAST DAILY
PILOT, a newspaper of general circulation,
printed and published in the City of Costa Mesa.
County of Orange, State of California, and that
attached Notice is a true and complete copy as
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 to wit
the issue(s) of:
March 29, 1991
t= 'PWLXNOTWE •'.
NOTICE
April 2, 1991
INVITING BIDS
Sealed bids may be re-
ceived, at the ottice of the
City Clerk, 3300 Newport
Boulevard, P.O. Box t7455,
Newport Beach, CA SO.
.1745145 unto 44.00 -AM on the
I t day of April, 1991 at
which time bids will be
'
opened and read for:
{
neer'l Estime it
7ApprdVa*,
.0 : the
bA. -day.,
th of
March, }991:
WAN RAGGIO, CITY
CLERK
Prospective,6fdders my
obtain one. set of bid'decn-
ments at n&-cost at try of.
declare, under penalty of perjury, that the
fice 0f the'.hW Works
DepanMtlnC ]600 r+sw M
baul9t'sr°d.;Drc'17RII:
Ph,
foregoing is true and correct.
Newport 6 -CA:
,7458."
For further information,
Fall Dick Hodstatlt at (714)
Dick
C,, Anri 1_ 2 1
Executed on 199 _
54ll
at Costa Mesa, California
S IRENE BIIT, AS.
f316TANT CItYER CLERK,
-.CITY OF NEWPORT
BEACH
sA��/rGa/✓�..ci
II Published Ormfie Coast
% ",�6��L�. --�
ai4Q_�Marth 29,::A.pd!
Signature
PROOF OF PUBUCATION
.lip