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