Loading...
HomeMy WebLinkAboutC-3081 - Ocean Front Street Ends Improvements from 51st Street to 55th Street! 40 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 April 10, 1997 JDC, Inc. P.O. Box 3448 Rancho Cucamonga, CA 91729 (714) 6443005 Subject: Surety: Developers Insurance Company Bond No.: 192660 P Contract No.: C -3081 Project: Ocean Front Street End Improvements from 51st Street to 55th Street On February 24, 1997, the City Council of Newport Beach accepted the work of the 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 March 6, 1997, Reference No. 19970102322. Sincerely, 1 LaVonne M. Harkless, CMC /AAE City Clerk , LH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUEST BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boule and Newport BB Recorded in the countyld ge, California Gary L. Granville, Clerk/Recorder No Fee 19970102322 11;17am 03/06/97 005 22020925 22 27 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and as Contractor, entered into a Contract on October 28, 1996 Said Contract set forth certain improvements, as follows: Ocean Front Street End Improvements from 51st Street to 55th Street Contract No. 3081 Work on said Contract was completed on January 7. 1997 and was found to be acceptable on February 24, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Insurance Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on fit cis{, ,/ % / 7 `% at Newport Beach, California. By ` r / ., City Clerk r 4GI FO,lc'ly� 0 0 February 24, 1997 CITY COUNCIL AGENDA . ITEM NO. 5 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: COMPLETION AND ACCEPTANCE OF OCEAN FRONT STREET END IMPROVEMENTS FROM 51TH STREET TO 55TH STREET, CONTRACT NO. 3081 cr ., RECOMMENDATIONS: 1. Accept the work. FEB 2 41997 ds 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 provided for the construction of five (5) street ends, 51st to 55th Streets, from Seashore Drive to the beach consisting of new curb & gutter, roadway, sidewalk, planters, irrigation systems, driveway approaches and other incidental items of work. The construction of the project has been completed to the satisfaction of the Public Works Department. The contractor was JDC, Inc. of Rancho Cucamonga, CA. The bid price was $90,652.50 The amount of unit items constructed 90,998.61 Amount of change orders 6,458.38 Total contract cost $97,456.99 Three (3) change orders were issued to complete the project. A summary of the change orders is as follows: 1. A change order in the amount of $2,319.02 provided for the removal and disposal of additional reinforced concrete at various street ends. 2. A change order in the amount of $4,216.36 provided for the removal and patchback of additional asphalt to join existing street grades. • 3. A negative change order in the amount of ($77.00) provided for the deletion of a bid item (Provide & Install Shrubs) and the added cost of providing epoxy grout for the brick planter caps. SUBJECT: COMPLETION A16ACCEPTANCE OF OCEAN FRONT STRO END IMPROVEMENTS FROM 51TH STREET TO 55TH STREET, CONTRACT NO. 3081 February 24, 1997 Page 2 Funds for the project in the amount of $99,952.50 were budgeted in the Ocean Front Street • End Improvement Project, Account No. 7013- C5100014. The scheduled completion date was December 15, 1996. Due to inclement weather and extra work, the project was not completed until January 7, 1997. There were no complaints received from the public. The contractor completed the project in a superior manner due to the excellent relationship between the staff, contractor and adjacent property owners. Respectful) subm' PUBLIC WORKS DEPARTMENT Don Webb, Director by: Horst Hlawaty • Field Engineer r1 U • • * 1 L N�14 /POR %__BE:ACH APPROVED 4 (3�) October 28, 1996 CITY COUNCIL AGENDA ITEM NO. 11 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT C 3G� SUBJECT: OCEAN FRONT STREET END IMPROVEMENTS (C -3081) RECOMMENDATION: Award Contract No. 3081 to JDC Inc. in the amount of $90,652.50 and a contract contingency amount of $9,000; authorize the Mayor and the City Clerk to execute the Contract. DISCUSSION: At 11:00 A.M. on September 19, 1996, the City Clerk opened and read the following bids for this project: The low bidder is 9% less than the Engineer's estimate of $100,000. The low bidder, JDC Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. The Oceanfront Encroachment Program was adopted by the City and approved by the California Coastal Commission five years ago. The F.Y. 1996 -97 Ocean Front Street End Improvement Program provides for the construction of five street end improvements between 51st and 55th Street. The improvements include the construction and replacement of 6,000 square feet of roadway, 1,920 square feet of sidewalk and 670 lineal feet of curb. Locations are shown on Exhibit "A ". Bidder Amount Low JDC Inc. $90,652.50 2 J.H. Rental, Inc. $93,274.00 3 Gillespie Const. Inc. $93,739.00 4 David T. Wasden Inc. $98,705.00 5 West Coast Construction Inc.. $108,638.75 6 Nobest, Inc. $110,044.00 7 Damon Construction $122,730.00 The low bidder is 9% less than the Engineer's estimate of $100,000. The low bidder, JDC Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. The Oceanfront Encroachment Program was adopted by the City and approved by the California Coastal Commission five years ago. The F.Y. 1996 -97 Ocean Front Street End Improvement Program provides for the construction of five street end improvements between 51st and 55th Street. The improvements include the construction and replacement of 6,000 square feet of roadway, 1,920 square feet of sidewalk and 670 lineal feet of curb. Locations are shown on Exhibit "A ". i SUBJECT: OCEAN FRONT STREET END IMPROVEMENTS (C -3081) October 28, 1996 Page 2 E Staff has obtained a Coastal Commission Permit for the construction of the current project. Coastal Commission approval of a permit for this project, and any future Ocean Front Street Ends, requires the City to construct a minimum of three street end improvements per year, until all thirty three unimproved Ocean Front Street Ends in West Newport are improved. Last year four street end improvements were constructed between 47th and 50th streets. These improvements plus the improvements proposed in this year's program will bring the total of completed improvements to nineteen street ends. Funding for this project is generated through annual oceanfront encroachment permit fees. Sufficient funds for the project are available in the Ocean Front Street End Improvements, Account No. 7013- C5100014. Respectfully submitted, 0— IX,�Cc� PUBLIC WORKS DEPARTMENT Don Webb, Director By_, — Steve L Associate Civil Engineer Attachment: Location Map 11 0 U H 0 • o�Tlc s� s h 5 v PROJECT y� LOCRTION ht ?c PROJECT' "�rjr� A LOCRTION h qc���c &Fqc y yo (� oc N.T.S. C -3081 C R TY OF NEWPORT SERCH DRAWN BY: M.LY DRTE: 2/15/96 PUBLIC WORKS DEPARTMENT APPROVED OCEAN FRONT STREET END LWROVEMEBNTS STEPH N WY PROJECT ENGINEER FROM 51ST STREET TO 55TH STREET EXHIBIT "A" CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, _ at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915 until 11:00 a.m. on the 19th day of September, 1996, 4 11 at which time such bids shall be opened and read for OCEAN FRONT STREET END IMPROVEMENTS FROM 51ST STREET TO 55TH STREET Title of Project 3081 Contract Number $100,000.00 Engineer's Estimate <� R A proved by Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. ti For further information, call Stephen Luv at 644 -3330. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL OCEAN FRONT STREET END IMPROVEMENTS FROM 51ST' TO 55TH STREET CONTRACT NO. 3081 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3081 in accord with the Plans and Special Provisions, and will take in fill payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT 1. Lump Sum 2. 670 L.F ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS Mobilization and Traffic Control @ Five Thousand Dollars and No Cents per Lump Sum Construct Type "B" P.C.C. Curb UNIT TOTAL PRICE PRICE i, 111 I @ Ten Dollars and No Cents $ 10.00 $ 6,700.00 per Linear Foot P -1 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 500 S.F. Construct P.C.C. Driveway Approach @ Four Dollars and No Cents per Square Foot 4. 175 S.F. Construct P.C.C. Driveway Approach with Thickened Edge @ Two Dollars and Fifty Cents per Square Foot 5. 1,920 S.F. Construct P.C.C. Sidewalk $ 4.00 $ 2.000.00 $ 2.50 $ 437.50 @ Two Dollars and No Cents $ 2.00 $ 3.840.00 per Square Foot 6. 400 S.F. Construct P.C.C. Landing with Thickened Edge @ Four Dollars and Fiftv Cents $ 4.50 $ L800.00 per Square Foot 7. 1,100 S.F. Remove Existing and Construct New Alley Approach @ Five Dollars and Fifty Cents $ 5.50 $ 6.050.00 per Square Foot P -2 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 6,000 S.F. Construct 6 inch Thick Roadway @ Four Dollars and Thirty -Five Cents per Square Foot 9. 5 Each Install 1 -inch Water Service @ Eight Dollars and No Cents Per Each 10. 5 Each Install P.C.C. Meter Box @ One Hundred Fifty Dollars and No Cents Per Each 11, 5 Each Install 3/4 -inch Backflow Preventer with Enclosure and Certification @One Thousand Five HundredDollars and Per Each 12. 5 Each Install Sch -40 P.V.C. Irrigation Lines, Sprinkler Heads and Fittings @ Seven Hundred Fifty Dollars and No Cents Per Each P -3 $ 4.35 $ 26-100.00 :11 11 111 11 $ 150.00 $ 750.00 $ 1.500.00 $ 7.500.00 $ 750.00 $ 3.750.00 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO, AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 5 Each Install Electric Irrigation Valves @ Two Hundred Dollars and No Cents $ 200.00 $ 1000.00 Per Each 14. 5 Each Connect New Electric Irrigation Valves to Existing Irrigation Controller Wires @ One Hundred Fifty Dollars and No Cents S 150.00 S 750.00 Per Each 15. 5 Each Install New Plastic Valve Box @ Seventy Five Dollars and No Cents $ 75.00 $ 375.00 Per Each 16 200 L.F. Install 1" Sch -40 Electric Conduit for Telephone Wires and Valve Wiring @ Five Dollars and No Cents $ 5.00 S 1.000.00 per Linear Foot ' 17. 8 Each Install New Galvanized Steel Parking Meter Posts @ Fifty Dollars and No Cents $ 50.00 $ 400.00 Per Each P-4 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 10 Each Provide and Install Mediterranean Fan Palms (24" Box Size) i @ Eight Hundred Fifty Dollars and No Cents $ 850.00 $ 8.500.00 Per Each 19. 100 Each Provide and Install Tree Aloe Shrubs (I- Gallon Size) @ Eight Dollars and No Cents $ 8.00 $ 800.00 Per Each 20. 300 L.F. Construct Block Wall Planters @ Thirty Three Dollars and No Cents $ 33.00 $ 9.900.00 per Linear Foot TOTAL BID PRICE IN WRITTEN WORDS Ninety Thousand Six Hundred Fifty Two Dollars and Fifty Cents Bidder's Name J.D. C. Inc. Bidder's Address P.O Box 3448 Rancho Cucamonga. CA 91729 Bidder's Telephone Number (909) 899 -4841 Contractor's License No. & Classification 689334 A 9/19/96 Date P -$ $ 90.652.50 Total Bid Price in Figures s /Jim De Armond President Authorized Signature & Title Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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 total bid prices. 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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). 5 /9i • E Page 2A The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." ` 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. 689334 A Contractor's License No. & Classification J. D. C. Inc. Bidder 9/19/96 Date 5/91 s /Jim De Armond President 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. J.D.C.. Inc. Bidder s /91 Subcontractor S /Jim De Armond President Authorized Signature/Title Address Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 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 (Title of Project and 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) after the date of the mailing Notice of Award 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 day of ,19. J.D.C. Inc. Bidder Notary Public Commission Expires: 5/91 S /Jim De Armond. President Authorized Signature/Title SURETY By: (Attach Acknowledgment of Attorney -In -Fact) h7 1 ��f i KNOW ALL MEN BY THESE PRESENTS, That as Principal, and DEVELOPERS INSURANCE COMPANY BID BOND BOND NO. 50408 -388 PREMIUM:INCLUDED IN BID BOND SERVICE a corporation authorized to transact a general surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars, ($ -'-- 10X - -- ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for OCEAN FRONT STREET END IMPROVEMENTS 03081 NOW, THEREFORE, if the said contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful per- formance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 12TH day of SEPTEMBER lg 96 JDC, INC. BY*"". JIM DE A OND, PRESIDENT Principal ICC 307 REVA -85 DEVELOPERS INS U CE COMPANY By: D. J. PICARD Alw,ney-in -Fact POWER OF ATTORNEY OF I EMNITY COMPANY OF CALIFORN A AND DEVELOPERS INSURANCE COMPANY N°- 2 9 3 0 3 6 P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300 NOTICE: 1. All power and authonty herein granted shall in any event terminate on the 31st day of March, 1999. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorney(s) -In -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint "'C. J. GRANGER, JR., ROBERT J. HANNA, TODD M. ROHM, D. J. PICARD, BEATA A. SENSI, JOINTLY OR SEVERALLY "' the true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fad full power and authority to do and to Perform every act necessary, requisite or proper to be done in connection therew @h as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -In -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers 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 bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future whh respect to any fond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respective Presidents and attested by their respective Secretaries this 14th day of June, 1995. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY BYr,P- BY \NSUR D VD le F. Vincenti, Jr. V �,PANyO D to F. Vmcenti, Jr. S aH Presidem OPPOR,y President �Q OPPO 1rCF Q. 2 = OCT.5 o9i, ATTEST uMAR. 27 S • W 1967 y° �y 1979 ..i'V v l/'1 lip ON�p� qC /FOCltrp t BY �"k'YY y # BY Walter Crowell ' welter Crowell Secretary Secretary STATE OF CALIFORNIA ) ) SS. COUNTY OF ORANGE ) On June 14, 1995, before me, C.V. Brink, personally appeared Dante F. Vincenti, Jr, and Walter Cmwell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) istam subscribed to the within instrument and acknowledged to me that he /she/lhey executed the same in his/her /their authorized capacity(ies), and that by his/herttheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. C. V. BRINK COMM. 01036712 D Signature --- 4G116•lll -p� NOTARY KMJC- CALIFORNIA r'n i ORANGc COUNTY i •My Comm: Exp. Aug. 21, 1998 CERTIFICATE The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby _certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in torte as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 1 day of 5P21e7be,, 199 1,) INNDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY OV,PANYD,c StHSURgN ��.(y /�7 aV O PO Y POpPO � CF By fi % / = OCT 5 �9p By // 4 • \ C %' /�� /-_ 1 �? MAR. 27, s L.C. Fiebiger ,y 1 %7 a --D L.C. Fiebiger 1878 Senior Vice President �y7 /FOPNvPJ Senior Vice President R) -31n RFV OM61 CA(JFORNIA ALL - PROSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE ) On 9/12/96 before me, BEATA A. ARGUELLO, NOTARY PUBLIC personally appeared D. J. PICARD xxx personally known to me OR to be the personM whose name( is /xleasubscribed to the within instrument and acknowledged to me that he /� executed the same in his /beglbeit authorized capacityCxn), and that by his /t Ex)(IU uasignaturep on the instrument the person(*, or the entity Upon behalf of which the person( acted, executed the instrument. \ BEATA A. ARGUELLO w ^I COMM. #991500 D Q M � NOTARY PUBLIC •CALIFORNIA ¢1i ORANGE COUNTY MY Comm. Expires APR. 14,1997 WITNESS. my hand and official seal. 1�/i Signature of Not Vj OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER: Though statute does not require the Notary to fill in the data below, doing so may prove Invaluable to persons relying on the document INDIVIDUAL CORPORATE OFFICER(S) Titles - PARTNER(S) LIMITED GENERAL xx ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: (name ofairexeotx(*ox entity) DEVELOPERS INSURANCE COMPANY THIS CERTIFICATE MUST BE ATTACHED TO THE FOLLOWING DOCUMENT: TITLE OF TYPE OF DOCUMENT: BID BOND NUMBER OF PAGES: 01 DATE OF DOCUMENT: 9/12/96 SIGNER(S) OTHER THAN NAMED ABOVE: CD - 7(a) `' State of California NON - COLLUSION AFFIDAVIT ) ss. County of Orange ) 46 Page 5 Jim De Armond being first duly sworn, deposes and says that he or she is President of J.D,C. Inc. , 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. I declare under penalty of perjury that the foregoing is true and correct. J.D.C. Inc. s /Jim DeArmond President Bidder Authorized Signature/Title Subscribed and sworn to before me this 19th day of September 19 96 . (SEAL) s /D. J. Pickard Notary Public My Commission Expires: May 22 1998 5/91 0 i 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 For Whom Person Completed Performed (Detail) To Contact 93 City of Newport Beach Telephone Number 96 City of Riverside Jerry Lamar (909) 782 -5341 96 City or Moreno Valley Bondie Baker (909) 243 -3131 96 City of Santa Ana Kurt Wyman (714) 565 -4045 95 City of Montebello Pete Mora (213) 887 -4616 95 City of Diamond Bar Ann Garvey 95 City of Highland Jay Tuttle 95 City of Ontario Rich Underwood (909) 986 -1151 94 City of Baldwin Park Nadeem Syed 94 City of La Habra Greg Kind J. D. C., Inc. Bidder 5/9 s /Jim De Armond, President Authorized Signature/Title Page 5 NON - COLLUSION AFFIDAVIT State of California ) ss. County of Dj J/ m a4emow 9 being first duly swo n deposes and says that he or she is 9E�; of C. , the party making the foreg ing 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. I declare under penalty of perjury that the foregoing is true and correct. Bidder Mithoplized Signatu /Title Subscribed and sworn to before me this day of , 19 . [SEAL] Notary Public My Commission Expires: 5/91 3+ bidder, or to secure any aavancage the contract of anyone interested in the proposed contract; that STATE OF CALIFORNIA SS. COUNTY OF ORANGE On 9112/96 before me, D. J. PICARD, NOTARY PUBLIC PERSONALLY APPEARED JIM DR ARMOND personally known to me ��XXHAKXM XA-XKA %s 8R x #bkY iibd T tFi{akg) to be the person(Y) whose name(X) is /M.Ksubscribed to the within instrument and acknowl- edged to me that he/%1fl K-k4 executed the same in his/ X90aKM authorized capacity(KYA and that by his /FdW tX�& signature" on the instrument the personM or the entity upon behalf of which the person(gtacted, executed the instrument. WITNESS my hand and official seal. Signature —� — OF IC IAL SEAL RD D. J. PCA r io .j NOTARY PUBLIC - CALIFORNIA E COMMISSION • 1071571 N ORANGE COUNTY I CO UNT My CamdebEV- Ma� 1998 This areafor Official Notarial Sent r • 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 (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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 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. S /91 L EXECUTED IN QUADRUPLICATE .J BOND NO. 192660 P PREMIUM: $2,266.00 Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 28. 1996 , has awarded to J. D. C.. Inc. hereinafter designated as the 'Principal', a contract for Ocean Front Street End Improvements From 51st Street to 55th Street (Contract No. 3081 ) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 3081 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, J D.0 Inc As Principal, and DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETY THOUSAND SIX HUNDRED * Dollars ($90.652.50 1, said sum being equal to 100% of the estimated amount of the contract, to be paid to the 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 presgnts. *FIFTY TWO AND 50 /100 - - - - -- THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, 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 Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. 5191 11 Page 9A In the event that the principal 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 OCTOBER 1996. J.D.C.. Inc. 0, 0 P Name of Contractor (Principal) Authoriz d Signature/Titl Jim De Armond Preside t DEVELOPERS INSURANCE COMPANY Name of Surety Authonz d Agent Signature 17750 FITCH, SUITE 200 D. J. PICARD, ATTORNEY -IN -FACT IRVINE, CA 92714 (714)263 -3300 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 9/91 STATE OF CALIFORNIA SS. COUNTY OF ORANGE On 10/30/96 , before me, D. J. PICARD, NOTARY PUBLIC PERSONALLY APPEARED JIM DE ARMOND personally known to me �}f}�CX7fzY C@t�F3sg�CgF to be the person(K) whose name(K) is /7@"rlCsubscribed to the within instrument and acknowl- edged to me that he/XXKXffX4, executed the same in his/ it&XC(XX authorized capacity(Y64 and that by his /ZdMi?{/ CU& signatureiM on the instrument the personK or the entity upon behalf of which the person(hTacted, executed the instrument. WITNESS my hand and official seal. Signature &o( J OPTIONAL OFFICIAL SEAL ` '. O. J. PICARD ] @NjONM*"ENP.M&y2Z1998 NOT LIC NOTARY PUB• CALIFORNIA N COMMISSION • 1027671 ORANGE OOUNTY This areafor Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER PRESIDENT iiTLE(5) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR [NTIn(I[S) JDC, INC. DESCRIPTION OF ATTACHED DOCUMENT BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 10/30/96 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D -081 1,,,.6/94 ALL - PURPOSE ACKNOWLECGEMENT CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of CALIFORNIA- �.�.. • County Of ORANGE ) On 10/30/96 before me, BEATA A. ARGUELLO, NOTARY PUBLIC personally appeared D. J. PICARD m personally known to me OR to be the personM whose name" is /Em)subscribed to the within instrument and acknowledged to me that he /may executed the same in his/beq(ilxeit authorized capacityCgx*i, and that by his/her2ftb& signatureM on the instrument the person A, or the entity upon behalf of which the person(o) acted, executed the instrument- vu.n, o PCAT4 A ARGULLLO #r0 °':,03 > F4;, 14, 1397 F e J g 4 J PP ti+J d'A41. +,r3 -bOJ P'POP'1'H N� WITNESS. my hand and official seal. bi A A, Signature of Notary OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER: Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. INDIVIDUAL CORPORATE OFFICER(S) Titles - PARTNER(S) LIMITED GENERAL xx ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER SIGNER IS REPRESENTING: (name obp � entity) DEVELOPERS INSURANCE COMPANY THIS CERTIFICATE MUST BE ATTACHED TO THE FOLLOWING DOCUMENT: TITLE OF TYPE OF DOCUMENT: BOND NUMBER OF PAGES: DATE OF DOCUMENT: 10/30/96 SIGNER(S) OTHER THAN NAMED ABOVE: CD - 7(a) EXECUTED IN QUADRUPLICATE BOND NO. 192660 P PREMIUM CHARGED IS INCLUDED IN Page 8 CHARGE FOR PERFORMANCE BOND. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 28. 1996 has awarded to J D.C.. Inc. hereinafter designated as the "Principal ", a contract for Ocean Front Street End Improvements From 51st Street To 55th Street (Contract No. 3081 ) 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, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 3081 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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, J.D.0 Inc as Principal, and DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETY THOUSAND SIX * Dollars ($90.652.50 ), 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. *HUNDRED FIFTY TWO AND 50 /100 - - - - -- THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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 to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. 5/91 0 L Page 8A 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 above named Principal and Surety, on the 30TH day of OCTOBER J. D. C.. Inc. ' Name of Contractor (Principal) Authorized Signature/Title Jim De Armond, President DEVELOPERS INSURANCE COMPANY Name of Surety Authorized Agent Sign ture D. J. PICARD, ATTORNEY -IN -FACT 17780 FITCH, SUITE 200 IRVINE, CA 92714 Address of Surety (714)263 -3300 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 0 0 STATE OF CALIFORNIA SS. COUNTY OF ORANGE On 10130/96 , before me, D. J. PICARD, NOTARY PUBLIC PERSONALLY APPEARED personally known to me �C3fX(�C�iX}ti�XtiiFla&3'sBBR �a{t �ThtMbd iF1t3FM bt to be the person(l) whose name(g) is /XNXsubscribed to the within instrument and acknowl- edged to me that helY MXKI if executed the same in his/ tlk is authorized capacity(YdLX and that by his /MW Nom& signature" on the instrument the person4 or the entity upon behalf of which the person(17acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL OFFMAL SEAL 0.1 PICARD U% 0 NOTARypUBLIC- CALIFORNIA CI COMMISSION 0 1027571 V) ORANGE COUNTY t My Commialon Ev. May 22. 19 °A__il This arevfor Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER PRESIDENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT I� TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NNSE Cf PCASON(S) OB ENT (ICS) JDC, INC. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 10/30/96 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE It)-Wl R�,:.6/94 ALL - PURPOSE ACKNOWLEDGEMENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA- •� -. - _ County of oRANcE ) On 10/30/96 before me, BEATA A. ARGUELLO, NOTARY PUBLIC personally appeared D. J. PICARD xxx personally known to me OR to be the personW) whose name" is /=R subscribed to the within instrument and acknowledged to me that he /2N�41�ey executed the same in his /beq(tLeit authorized capacity(yn), and that by his /hEa)(b,& signature(4 on the instrument the person(Ea, or the entity upon behalf of which the personM acted, executed the instrument_ a-Om� .r-� a we sw o1a -o sera -t� Hr®a -� SffA7A A. ARGUELLO ; .t? cr „jk #99,5t)0 U y A 14, 7997 `j (. r a O e + It 014E 3 S< ey plied 0 VO �-> 4'�0'r "mil WITNESS. my hand and fficial seal. 1�jj�j A - &4�� ignature of Notary OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER: Though statute does not require the Notary to fill in the data below, doing so may prove Invaluable to persons relying on the document. INDIVIDUAL CORPORATE OFFICER(S) Titles • PARTNER(S) LIMITED GENERAL xx ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER SIGNER IS REPRESENTING: (name of4mrsovL(9�= entity) DEVELOPERS INSURANCE COMPANY THIS CERTIFICATE MUST BE ATTACHED TO THE FOLLOWING DOCUMENT: TITLE OF TYPE OF DOCUMENT: BOND NUMBER OF PAGES: DATE OF DOCUMENT, 10/30/96 SIGNER(S) OTHER THAN NAMED CD - 7(a) INFWPOWER OF ATTORNEY OF NITY COMPANY OF CALIFORNID AND DEVELOPERS INSURANCE COMPANY ND- 2 9 3 0 4 3 P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300 NOTICE: 1. All power and authority herein granted Shan in any event terminate on the 31 si day of March, 1999. 2, This Power of Attorney is void it altered of if any portion is erased. 3. This Power of Attorneys void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink, 4. This Power of Altomev should not be teturned to the Attorney(S)-In Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint * * *C. J. GRANGER, JR., ROBERT J. HANNA, TODD M. ROHM, D. J. PICARD, BEATA A. SENSI, JOINTLY OR SEVERALLY * ** the true and lawful Attorney(s) -In -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds. undertakings and contracts of suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attomey(s) -In -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY COMPANY OF CALIFORNIA antl DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds. undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is. authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers 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 bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future wfth respect to any bond, undertaking or contract of suretyship to which h is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severalty caused these presents to be signed by their respective Presidents and arrested by their respective Secretaries this 14th day of June. 1995. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY By - UA By_ UAA DaVe F. Vincent!, Jr. 1APAN Y0 D to F. Vincenti, Jr. V S \1ASURg4, President ; PO 4 O Presitlent 4Q'— - i, Ori, 2? OCT, 5 0 5 ell 02 C I O�t,`p,2 D MAR. 9 2 7 ATTEST W '967 D 197 By F A'1Z—t9-4 A Walter C r t O Wetter rowel) Secretary Secretary STATE OF CALIFORNIA ) ) SS. COUNTY OF ORANGE ) On June 14. 1995, before me, C.V. Brink, personally appeared Dante F. Vincenti, Jr, and Walter Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons) whose names) !stare subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacitypes), and that by his/heNtheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. .`►�wM C. V. BRINK „ COMM. #1036712 Signature NOTARY PUBLIC• CALIFORNIA ORANGE COUNTY MYCOMM. Exp.lwg.21,19951 CERTIFICATE wwwiii The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby cartity that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, am in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this,_ day of C , 199 U, (INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY t1,PANYO \NSUR4 {/7�j � 'j //� //J (/7�(' APO PO �NCd, By X. \ L� i = OCT. 6 " T By_ // \ • \ v L.C. Fiebiger ,may 1 %7 ,j L.C. Fiebiger 1978 a Senior Vice President ��i I N`�S2 Senior Vice President * * ID310 REV. (2/95) RTIFICATE OF INSURANCE PRODUCER COMPANIES AFF RDING COVERAGE Granger -Hanna Ins. Assoc. /HRH COMPANY y 701 Kimberly Avenue, Suite 200 LETTER Valley Forge Insurance Company COMPANY B Placentia, California 92870 LETTER Trans ortation Insurance Company INSURED COMPANY C Jim De Armond Constr., Inc. LETTER COMPANY D .. DBA: JDC LETTER 13061 Shasta Court COMPANY E Rancho Cucamonga, California 91739 LETTER COVERAGES . 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 POLICY EFFECTIVE EXPIRATION LTR TYPEOFINSURANCE NUMBER DATE DATE GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $1,000,000 A X COMMERCIAL 00101527 07/01/96 07/01/97 COMPREHENSIVE 6330 PRODUCTS/COMPLETED OPERATIONS AGGREGATE $ 1,000,000 X OWNERS 8 CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY S1,000,000 CONTRACT PRODUCTS/COMPLETED OPERATION EACH OCCURENCE $ 1,000,000 XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) $ 5O, OOO P. 1. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES REMOVED MARINE (ANY ONE PERSON) '$ 5, 000 A AUTOMOBILE LIABILITY C0116318672 07/01/96 07/01/97 SINGLE COMBINED $ 1,000,0 X ANY AUTO BODILY INJURY $ ALL OWNED AUTOS (PER PERSON) ' SCHEDULED AUTOS BODILY INJURY S HIRED AUTOS (PER ACCIDENT) X NON- OWNEDAUTOS PROPERTY $ GARAGE LIABILITY DAMAGE A EXCESS LIABILITY EACH AGGREGATE X UMBRELLA FORM C117716334 07/01/96 07/01/97 OCCURENCE OTHER THAN UMBRELLA FORM 4 , OOO , OO A. , 000, OO STATUTORY B WORKERS'COMPENSATION $ EACH ACCIDENT I, OO 0, 000 & WC10557933 $ DISEAS&POLICY LIMIT EMPLOYERS'LIABILITY 44 07/01/96 07/01/97 $ DISEASE -EACH EMPLOY El , 0 OTHER $ DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRIC710NS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: RE: OCEAN FRONT STREET END IMPROVEMENTS FROM 51st ST. to 55th ST., C -3081 PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE ?HOLDERi ,: ,.... � CANCELI:ATION:�f: "��:.;`r.:.�. � �.�� � �:...... .-.., .r.:- :..:.:..•..:e..: ,.:..,_,: ADDITIONALLY INSURED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING P.O. BOX 1768 COVERA PROV D 30 D. 5 MINI UM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92658 -8915 NEWPORTB BY FIRS S AIL. /t./ ATTENTION: AUTHORIZED R RES ATIVE ISSUE DATE 00 ,00( 9 0 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 11 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 contained 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: 4Y Commercial () Comprehensive General Liability $ 1,000,000 each occurrence $ 1,000,000 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. 5/91 0 0 Page 11A 6. Should the policy be non - renewed, canceled 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. 7. Designated Contract: Ocean Front End Street Improvements From 51st Street to 55th Street Project Title and Contract No. This endorsement is effective 10/30/96 at 12:01 a.m. and forms a part of Policy No.cni019276339fvanPy Forgo T„G_ co. (Company Affording Coverage). Insured: ISSUING COMPANY By: Authori ed Representati e 5/91 Endorsement AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 12 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: 5/91 () Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability Combined Single Limit d per person per accident Bodily Injury Liability & 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. 0 0 Page 12A 4. Should the policy be non - renewed, canceled 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. 5. Designated Contract: Ocean Front End Street Improvements From 51st Street to 55th Street Contract No. 3081 Project Title and Contract No. This endorsement is effective 10/30/96 at 12:01 a.m. and forms a part of Policy No. c116318672 of valley Forge ins. co. (Company Affording Coverage). Insured: JDC, Inc. Endorsement ISSUING COMPANY B. '-Kuth6rized Repres ntative 5/91 LI E Page 13 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." IL) -3I --qL Date Contract Number 5/91 Name of Contractor (Principal) a'a a Authori Signature and Title Jim De Armond, President Ocean Front End Street Improvements From 51 st Street to 55th Street Title of Project 0 0 Page 14 CONTRACT THIS AGREEMENT, entered into this 28th day of October , 1926_, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and J.D.C. Inc. hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Ocean Front Street End Improvements From 51 st Street 3081 Title of Project Contract No. B. Contractor has been 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 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: Ocean Front Street End Improvements From 51st Street 3081 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 Ninety Thousand Six Hundred Fifty Two Dollars and Fifty Cents ($90,652.50). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. 5/91 0 0 Page 14A 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements) (f) Plans and Special Provisions for Ocean Front End Street Improvements From 51 st Street to 55th Street 3081 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. i- ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor Name of Contractor 162L-J�) Authorized Signature and Title Jim De Armond, President • • 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS OCEAN FRONT STREET END IMPROVEMENTS FROM 51ST STREET TO 55TH STREET CONTRACT NO. 3081 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS 5 -9 ONSITE UTILITIES SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 0 0 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 5 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -103 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 5 7 -10.6 Street Sweeping Signs 6 7 -10.7 Notice to Residents 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAVEMENT 7 9 -3.1 General 7 9 -.2 Partial and Final Payment 9 PART 2 - -- CONSTRUCTION MATERIALS SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 9 212 -1 LANDSCAPE MATERIALS 9 212 -1.4 Plants 9 212 -1.4.1 General 10 212 -1.4.2 Trees 10 212 -1.4.3 Shrubs 10 212 -2 IRRIGATION SYSTEM MATERIALS 10 212 -2.1 Pipe and Fittings 10 ._ 212 -2.1.3 General 10 212 -2.2 Valve and Valve Boxes 10 212 -2.2.4 Remote Control Valves 10 212 -2.2.7 Valve Boxes 10 212 -2.3 Backflow Preventer Assembly 10 212 -2.4 Sprinkler Equipment 10 PART SEC "LION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT 12 CONCRETE, PORTLAND CEMENT CONCRETE, AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 12 400 -2.1 General 12 400 -2.1.1 Requirements 12 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 11 300 -1.5 Solid Waste Diversion 1 I SECTION 302 ROADWAY SURFACING 11 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 11 302 -6.6 Curing 11 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 11 303 -5.5 Finishing 11 300 -5.5.2 Curb 11 300 -5.5.4 Gutter 11 PART SEC "LION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT 12 CONCRETE, PORTLAND CEMENT CONCRETE, AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 12 400 -2.1 General 12 400 -2.1.1 Requirements 12 • w SP lof 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FROM 51ST STREET TO 55TH STREET ��* \EX 1 W — z U OCEAN FRONT STREET END IMPROVEMENTS CONTRACT NO. 3081 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. R- 5690 -S, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplcments; (4) Standard Specifications for Public Works Construction (1994 edition), including supplements; and (5) the latest edition of American Water Works Association (AWWA) standards as amended. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034. telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of constructing curb, gutter roadway, sidewalk, planters, landscaping, irrigation systems, driveway approaches, alley approaches, adjusting City -owned utility frames and covers to finished grade, and constructing other incidental items of work. " 2 -9 SURVEYING 2 -9.3 Survey Service Add to this section "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the Engineer in writing two (2) working days in advance of the time that the stakes are needed." 0 0 SP2of12 2 -9.6 Survey Monuments The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments per records, at his expense. The Contractor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 4 - -- CONTROL OF MATERIALS 44 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. Tiie Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION S - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the proposed finish grade prior to placement of pavement. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all removed cast iron pipe. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (714) 644 -3011. 5 -9 ONSITE UTILITIES. The Contractor shall cut and cap any encroaching irrigation or electrical lines, from adjacent properties, at the property line. The Contractor is cautioned that an 8 -inch D.I.P. water main is located near the area of excavation. If the Contractor damages the main, the Contractor shall repair, pressurize, test and disinfect the main in accordance with Section 306 -1.4.5 & 7of the Standard Special Provisions. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. 0 0 SP3of12 SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section " No work shall begin until a schedule of work has 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. Schedule may be bar chart or CPM style. Schedule may be on a weekly progress basis showing line item activities of work by the Contractor. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents before the start of work." 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this section "The Contractor shall complete all work under the Contract within sixty (60) consecutive working days, but no later than December 15, 1996. h will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. I'lie Contractor shall schedule his work in such a fashion that no consecutive or adjacent street ends shall be under construction at any one time. All work on each group of street ends shall be finished within thirty (30) working days after beginning work on that group of street ends. The term "work" as used herein shall include all removals, adjustments and replacements; construction of P.C.C. street ends, alley approaches water mains; and construction of P.C.C. curbs, gutters, driveways, sidewalks, landings, block wall planters and landscaping. Also included within the specified period is curing time for new P.C.C. improvements. The Contractor shall phase his construction in such a manner as to minimize the inconvenience to the public. In summary this means that each group of street ends and every garage approach with access fi om a street end must be returned to normal vehicular use within thirty (30) working days from the day it is first closed to such use. The Contractor must employ sufficient men and equipment to meet his schedule." 6 -7.2 Working Day. Revise 3) to read "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a-holiday." 6 -7.4 Working Hours. Normal working hours are limited by City Ordinance to 7:00 a in. to 6:30 p.m. Monday through Friday and 8:00 a.m. to 6:00 p.m. Saturday. The Contractor may work later than 5:00 p.m. weekdays or between 8:00 a.m. and 6:00 p.m. Saturday with prior approval of the Engineer. A request for working during any of these i • SP4of12 hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read "For each consecutive calendar day after the sixty (60) consecutive working days specified for completion of the work or after December 15, 1996, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $350.00. " Revise paragraph two, sentence one, to read "Execution of the Contract shall constitute agreement by the Agency and Contractor that $350.00 per day is the minimum value of the c;ists and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the N% ork in an orderly preplanned, continuous sequence so as to minimize the time that the street ends are closed to the public. SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK Add to this section "City forces shall perform all shut downs of water facilities. The Contractor shall notify the Engineer at Ie;ist seven (7) calendar days in advance of the time he desires the shut down of facilities to take place. A four hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor shall be responsible for completing all water service connections within the time period allowed. The times and dates of any utility to be shut down will be determined by the Engineer. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged, Salvaged meter or valve boxes and �, ater pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (714) 644 - 301 1." 7 -8 PROJECT SITE MAINTENANCE. 7 -8.5 Temporary Light, Power and Water. Add to this section "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit N% ith the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." SP5of12 7 -8.6 Water Pollution Control. Add to this section "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates 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. Peter Antista, at (714) 644 -3011. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add to this section "The Contractor shall notify the Engineer at least two (2) working days in advance of starting removals so that all street and beach signs may be removed by others in a timely manner." 7 -10 PUBLIC CONVENIENCE AND SAFETY. 7 -10.1 'Traffic and Access. Add to this section "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.3 Street Closures, Detours, Barricades. Add to this section "The Contractor shall also prepare a traffic control plan. The Contractor shall be responsible for processing and obtaining approval of a traffic control plan from the City's Engineer. The Contractor shall adhere to the conditions of the traffic control plan." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations , and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING - TOW AWAY" signs (even if streets and alleys have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police • • SP6of12 Department, Traffic Division at (714) 644 -3740, for verification of posting at least 48 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING - TOW AWAY" signs in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs. After posting "NO PARKING - TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to construction, in a manner approved by the Engineer. Immediately after construction is complete and the street end is opened to traffic the Contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents. Ten (10) working days prior to starting work, the Contractor shall deliver a tri -fold notice to the residents describing the project and indicating the limits of construction. Forty -eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks, etc., the Contractor shall distribute to affected residents a written notice stating when construction operations will start and approximately when vehicular and pedestrian accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of god, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. The Contractor shall provide all residents impacted by any utility shutdown written notice twice; once three (3) days in advance and once twenty four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor's distribution. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the jobsite at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. 0 0 SP7of12 Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT. 9 -3.1 General. Revise paragraph two to read "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. I Mobilization and Traffic Control: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract. This item shall also include the delivery of all required notifications, posting of signs and all other costs incurred in notifying the residents. In addition this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flagmen and all other work necessary to comply with the W.A.T.C.H. manual, latest edition, and City of Newport Beach requirements. Item No. 2 Construct Type `B" P.C.C. Curb: Work under this item shall include construction of Type `B" P.C.C. curb per City of Newport Beach Std.- 182 -L. and all other work necessary to construct type "B" curb complete and in place. Item No. 3 Construct P.C.C. Driveway Approach: Work under this item shall include removal of any existing driveway, where applicable, and the construction of a P.C.C. driveway approach per applicable portions of City of Newport Beach Std.- 163 -L. and all other work necessary to construct the driveway approach complete and in place. Item No. 4 Construct P.C.C. Driveway Approach with Thickened Edge: Work under this item shall include the construction of a P.C.C. driveway approach, with thickened edge, per applicable portions of City of Newport Beach Std.- 163 -L. and all other work necessary to construct the driveway approach, with thickened edge, complete and in place. SP8of12 Item No.5 Construct P.C.C. Sidewalk: Work under this item shall include the removal of existing sidewalk, where applicable, and the construction of P.C.C. sidewalk per applicable portions of City of Newport Beach Std. -1 80 -L and all other work necessary to construct the sidewalk complete and in place. Item No.6 Construct P.C.C. Landing with Thickened Edge: Work under this item shall include the construction of a P.C.C. landing, with thickened edge and all other work necessary to construct the landing with thickened edge, complete and in place. Item No. 7 Remove Existing and Construct New Alley Approach: Work under this item shall include sawcutting, removing existing alley approach, disposal of excess material, compaction, and reconstruction of the existing P.C.C. alley approach and all other work necessary to construct the alley approach complete and in place. Item No. 8 Construct 6 -Inch Thick Roadway: Work under this item shall include sawcutting, removing existing roadway, where applicable, disposal of excess material, compaction, and construction of 6 -inch thick P.C.C. roadway and all other work necessary to construct the alley complete and in place. Item No. 9 Install 1 -Inch Water Service: Install new 1 -inch water service in accord with the City of Newport Beach Std - 502 -L, including, but not limited to, exposing utilities in advance of the work, trench excavation, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, installation of Type "K" copper tubing, and all other work necessary to install the water service complete and in place. Item No. 10 Install P.C.C. Meter Box: Install new 1 -inch water meter box , with cast iron traffic cover, per applicable portions of City of Newport Beach Std - 502 -L, including, but not limited to, disposal of excess excavated materials, installation of a new meter box and cast iron traffic cover and all other work necessary to install the water service complete and in place. Item No. I I Install 3/4 -inch Backflow Preventer with Enclosure and Certification: Work under this item shall include furnishing and installing a FEBCO 3/4 -inch backflow preventer ( FEBCO 825 Y) with Cross Brothers Stainless Steel Backflow Preventer Security Enclosure (Mdl. BPSE 75) including, but not limited to, construction of a P.C.C. base for the security enclosure and all other work necessary to install the pipe complete in place. Item No. 12 Install Schedule 40 P.V.C. Irrigation Lines, Sprinkler Heads and Fittings: Work under this item shall include furnishing and installing all schedule 40 irrigation lines and fittings and Toro 500 and 570 sprinkler heads in place and all other work necessary to install the irrigation system complete and in place. Item No. 13 Install New Electric Irrigation Valves: Install new Griswald DW Series 3/4- inch electric remote control valve in place and all other work necessary to install the electric irrigation valve complete and in place. • 0 SP9of12 Item No. 14 Connect New Electric Irrigation Valves to Existing Irrigation Wires: Work under this item shall include locating, exposing and installing existing irrigation wires, to a minimum three (3) foot depth, to the new electric irrigation valve, connecting to the new irrigation valve and verifying continuity in the circuit with the existing sprinkler control equipment located at 56th Street and all other work necessary to connect the new irrigation valve to the existing remote irrigation system complete and in place. Item No. 15 Install New Plastic Valve Box: Install new green H.D.P.E. irrigation box, Carson Brooks No. 1419 with lid marked "IRRIGATION CONTROL VALVE" and all work necessary to install the irrigation box complete and in place. Item No. 16 Install 1" Schedule 40 P.V.C. Electric Conduit for Telephone Wires and Valve Wiring: Work under this item shall include furnishing and installing all 1" schedule 40 gray P.V.C. conduit for telephone and sprinkler irrigation lines and all other work necessary to install the conduits complete and in place. Item No. 17 Install New Galvanized Steel Parking Meter Posts: Provide and install new galvanized steel parking meter post per C.N.B. Std. -920 -L complete and in place. Item No. 18 Provide and Install Mediterranean Fan Palms (24" Box Size): Work under this item shall include providing and installing 24" box Mediterranean Fan Palm, as approved by the Park and Tree Superintendent, and all other work necessary to install the palm tree complete and in place. Item No. 19 Provide and Install Tree Aloe Shrubs (1- gallon size): Work under this item shall include providing and installing ten (10) one gallon Tree Aloe shrubs per planter, as approved by the Park and Tree Superintendent, using approved soils and amendments and all other work necessary to install the palm tree complete and in place. Item No. 20 Construct Block Wall Planters: Work under this item shall include excavation, forming, pouring footings and constructing two reinforced concrete block wall planters per street end and all work necessary to construct the planters complete and in place. 9 -3.2 Partial and Final Payment. Add to this section 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 212 - -- LANDSCAPE AND IRRIGATION MATERIALS 212 -1 LANDSCAPE MATERIALS 212 -1.4 Plants. SP 10 of 12 212 -1.4.1 General. Add to this section "The Contractor shall fill the planters with soil mix from the bottom of the planter's concrete footings to within 4 inches of the top of planter. Soil mix shall be approved by the Engineer prior to placement." r212 -1.4.2 Trees. Add to this section "The Contractor shall install two (2) multiple trunk, Chamaerops Humilis, (Mediterranean Fan Palm Trees), 24 -inch box, at each street end. One (1) palm tree shall be installed in front of each planter, adjacent to the sidewalk, at each street end." 212 -1.4.3 Shrubs. Add to this section "The Contractor shall install twenty (20) one gallon plants at each street end. Each planter shall have ten Aloe Arborenscens, (Tree Aloe) plants." 212 -2 IRRIGATION SYSTEM MATERIALS 212 -2.1 Pipe and Fittings. 212 -2.1.3 General. Add to this section "All irrigation lines and fittings shall be 3/4" schedule 40 P. V. C. with solvent weld socket fittings. The Contractor shall plug and pressure check the irrigation system to 175 P. S.I. for a period of one hour. Any leaks shall be repaired prior to installing landscape materials." 212 -2.2 Valve and Valve Boxes. 212 -2.2.4 Remote Control Valves. Add to this section "All irrigation valves shall be Griswald DW Series 3/4" Electric Remote Control Valves." 212 -2.2.7 Valve Boxes. Add to this section "All valve boxes shall be green H.D.P.E. Irrigation Boxes, Carson Brooks No. 1419 with lid marked "Irrigation Control Valve "." 212 -2.3 Backflow Preventer Assembly. Add to this section "All backflow preventer assemblies shall be 3/4" reduced pressure backflow preventer, FEBCO No. 825 Y with Cross Brothers standard single unit Backflow Preventer Security Enclosure, Model BPSE 75." 212 -2.4 Sprinkler Equipment. Add to this section "All sprinkler heads shall be Toro 570 pop up with 4 EST and 500 flood bubbler for use in the raised planter and palm tree planter respectively." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 0 SP 11 of 12 300 -1.3.1 General. Add to this section "The work shall be done in accord with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be at 2 -inch minimum depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or : sledgehammers. Pavement breakers or stoppers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. SECTION 302 - -- ROADWAY SURFACING 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.5 Finishing. 303 -5.5.2 Curb. Add to this section "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for r! water valve locations. "X" shall indicate the number of feet from the curb face to the valve. t To determine the location of sewer laterals and water services, the Contractor shall call the P City's Utilities Superintendent, Mr. Pete Antista, at (714) 644 - 3011." 303 -5.5.4 Gutter. Add to this section "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 0 0 SP 12 of 12 PART 4 • SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, " PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General. 400 -2.1.1 Requirements. Add to this section "The Contractor shall use crushed aggregate base or crushed miscellaneous base as base materials." N ,i� Authorized to Publish Advertisements of all Auding public notices by Decree of the Superior Court of Orange County, California. Number A•6214, September 29, 1961, and A•24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. 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 clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City. of Costa Mesa, County a�usNOTICE cl= of Orange, State of California, and that INVITING BIDS attached Notice is a true and complete copy Sealed bids may be re- calved at the office of the as was printed and published on the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Bo 92658 - following dates: until 11:00 a.m. o tthe119th day of Sept mber., 1996, at which time such: bids shall be opened and read for OCEAN FRONT, STREET END IMPROVE- MENTS FROM 51ST STREET TO 55TH STREET September 4,9. 1996 Contract Number: 3081 Engineer's Estimate: $100,000.00 Approved by Don Webb, Public Works Director Prospective.bidders may_ obtain one set of bid docu- ments'at no cost at the of. fice of the Public Works ,Department, 3300 Newport i Boulevard, P.O. Box 1768, - Newport Beach, CA 92658- 8915. For further info6ation, call Stephen Luy at 644- :3330. Published Newport 'Beach -Costa Mesa Daily Pilot September 4, 9, 1996. W859 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 9, 1996 , 199 _ at Costa Mesa, California. Signature 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 Gillespie Construction, Inc. 245 Fischer Ave., Suite B -3 Costa Mesa, CA 92626 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 West Coast Construction 3030 Oak Avenue Corona, CA 91720 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach Ll 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 J H Rental, Inc. 1107 E. Chapman, Suite 106 Orange, CA 92866 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 0 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 Damon Construction 455 Carson Plaza Dr., Unit F Carson, CA 90746 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 Nobest Inc. P.O. Box 874 Westminster, CA 92683 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22, 1996 David T. Wasden, Inc. 3220 Star Canyon Cir. Corona, CA 91720 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 22,1996 (714) 644 -3005 JDC, Inc. P.O. Box 3448 Rancho Cucamonga, CA 91729 -3448 Gentlemen: Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach Authorized to Publish Advertisements of all kind�uding public notices by I • Occree of the Superior Court of Orange County, ornia. Number A•6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. 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 clerk of the NEWPORT BEACH -COSTA MESA 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 on the following dates: September 4, 9, 1996 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 9 1 199 6 at Costa Mesa, California. ot'�A__ Signature PUSUC NOTICE NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, at 3300 Newport .Boulevard, P.O. BOX 1768, .Newport Beach, Ca. 92658- 6915 until 11:00 a.m. On [the 19th day of September, 1996, at which time such bids shall be opened and read for OCEAN FRONT, 'STREET END IMPROVE.' �MENTS FROM 51ST. ' STREET TO 55TH STREET Contract Number: 3081 Engineer's Estimate: $100,000.00 Approved by Don Webb, Public Works Director Prospective bidders may obtain one set of bid docu- ments at no cost at the of. lice of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658. 8915. For further information, call Stephen Luy at 644- 3330. Published Newport Beach -Costa Mesa Daily Pilot September 4, 9, 1996, W859