HomeMy WebLinkAboutC-3097 - 1996-97 Sidewalk, Curb & Gutter Replacement• a
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
June 11, 1997
Nobest, Inc.
P.O. Box 874
Westminster, CA 92684
(714) 6443005
Subject: Surety: Contractors Bonding and Insurance Co.
Bond No.: CC1550
Contract No.: C -3097
Project: 1996 -97 Sidewalk, Curb & Gutter
Replacement Program
On April 28, 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 May 6,
1997, Reference No. 19970210705.
Sincerely, '
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:ib
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUEST F Y AND
WHEN RECORDED RET TO:
City Clerk
Cityy of Newport Beach
330D Newport Boulevard
Newport Beach, CA 92663
Recorded in the County of Orange, California
GarY L. Granville, Cl
111111I lIIIIIlIIII erk /RNo °Feer
005 17003580 17 6,9970210705 4;08pm 05/06/97
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 �.
Nobest, In., of Westminster as Contractor, entered into a Contract
on September 28, 1996 [J
Said Contract set forth certain improvements, as follows:
Completion and Acceptance of 1996 -97 Sidewalk and Curb and Gutter
Replacement Contract No. 3097.
Work on said Contract was completed on February 25, 1997
and was found to be acceptable on April 28, 1997
by the City Council. Title to said property is vested in the
nwnar. anr3 the Suretv for said Contract is Contractors Bonding
and Insurance Company.
BY 0 U)" L,
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
rZ o /
Newport Beach, California.
r
City Clerk
at
May 1, 1997
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
PO. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
(714) 6443005
Re: Notice of Completion for Contract No. 3097 - 1996 -97 Sidewalk and
Curb and Gutter Replacement.
Please record the enclosed document and return it to the City Clerk's office.
Thank you
Sincerely,
14. Vl" "
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
•
April 28, 1997
APR 2 81997 CITY COUNCIL AGENDA
ITEM NO. s
\.)'I U
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: COMPLETION AND ACCEPTANCE OF 1996 -1997 SIDEWALK
AND CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3097
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion
has been recorded in accordance with applicable portions of the Civil Code.
DISCUSSION:
The contract for the FY 1996 -97 Sidewalk, Curb and Gutter Replacement Program in
the Westcliff, Harbor Highlands and Dover Shores communities and on Avocado
Avenue southerly of Coast Highway has been completed to the satisfaction of the
Public Works Department. The contractor was Nobest, Inc. of Westminster, California.
The bid price was $126,190.00
The amount of unit items constructed 150,660.50
Amount of change orders 0.00
Total contract cost $150,660.50
Due to a very favorable bid on some of the replacement items, the City Council
approved additional work at a cost of up to $31,000.00 above the bid price to provide
for the added replacement work. The resulting increase in the amount of unit items
constructed is reflected in the total construction cost. There were no change orders on
this project.
Funds for the project were budgeted as follows:
Description
Account Number Amount
• Sidewalk, Curb & Gutter Replacement 7013- C3130016 $150,660.50
Program (General Services)
SUBJECT: COMPLETIONOD ACCEPTANCE OF 1996 -1997 SIDEW* AND CURB AND
GUTTER REPLACEMENT, CONTRACT NO. 3097,
April 28, 1997
Page 2
The scheduled completion date was January 24, 1997. Due to suspension of work
during the holiday season and inclement weather, time extensions were granted until
February 28, 1997. The project was completed on February 25, 1997.
Respectfully s �ed,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
by l t1Z&C4
Horst Hlawaty, P.E.
Construction Engineer
•
•
0
C3g�
October 28, 1996
CITY COUNCIL AGENDA
ITEM NO. 12
APPROVED _�
C —c"
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS AND GENERAL SERVICES DEPARTMENTS
SUBJECT: 1996 -97 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM
CONTRACT NO. 3097
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Award Contract No. 3097 to Nobest, Inc. of Westminster for the Total Bid Price of
$126,190.00 and authorize the Mayor and the City Clerk to
execute the contract.
3. Authorize a contingency account in the amount of $31,000.00
to provide for additional work
in the contract area.
DISCUSSION:
On September 26, 1996 at 11:00 A.M., the City Clerk opened and read the following bids for this
•
project:
BIDDER
TOTAL BID PRICE
Low Nobest, Inc. of Westminster
$ 126,190.00
2. Kalban, Inc. of Sun Valley
$ 134,225.15
3. West Coast Construction of Corona
$ 139,428.00
4. J.H. Rental, Inc. of Orange
$ 139,444.00
5. LGT Enterprises of Tustin
$ 140,400.00
6. Kennedy Pipeline Company of Aliso Viejo
$ 146,160.00
7. C J Construction, Inc. of La Mirada
$ 150,910.00
8. Rancho Corporation of Brea
$ 158,800.00
9. Damon Construction Company of Carson
$ 161,670.00
10. Los Angeles Engineering, Inc. of Rosemead
$ 163,956.00
.
11. Bopark Enterprises, Inc. of Huntington Beach
$ 168,918.00
12. Terra -Cal Construction, Inc. of Baldwin Park
$171,885.00
SUBJECT 1996 -97 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM
CONTRACT NO. 3097
October 28, 1996
Page 2
13. Keiter Construction Company of Diamond Bar $ 179,533.00
14, EBS, Inc. of Tustin $ 183,851.75*
15. Gillespie Construction, Inc. of Costa Mesa $ 188,065.00
* Corrected total bid price is $183,845.00.
The low Total Bid Price of $126,190.00 is 30% below the Engineer's estimate of $180,000. The
low bidder, Nobest, Inc. of Westminster, is a well - qualified general contractor who possesses a
Class -A Contractor's license. Nobest has satisfactorily completed numerous construction projects
for the City and other southern California agencies as a general contractor.
This contract provides for the improvement of approximately 16,200 square feet of sidewalk, 2,400
lineal feet of curb and gutter, 1,500 square feet of driveway approach, 150 square feet of cross
gutter, 900 square feet of miscellaneous parkway removals, 8 curb access ramps, select tree root
pruning, and the installation of 1,350 lineal feet of tree root barriers within the City's Westcliff,
Harbor Highlands and Dover Shores communities. The $31,000.00 contingency account will allow
additional work in the area to be completed up to an increase of 25% in any item of work. The
added work will be completed at the unit price bid. This is an opportunity to take advantage of
very favorable bids to perform needed work in the contract area.
These replacements are necessary to eliminate existing uplifted /displaced public improvements
and to eliminate localized water ponding by restoring acceptable drainage to gutters that have
sunk or have uplifted. While sunk sidewalk and curb and gutter are usually caused by settled
subgrade soil, uplifted sidewalk, driveway approaches, and curb and gutter are typically the results
of uncontrolled growth of tree roots. The tree root barriers to be installed under this contract will
help prevent the uplifting /displacement of the new improvements at these locations in the future.
Funds for award plus contingency for extra work and construction services are proposed from the
following account:
Account Title Account No. Amount
Sidewalk, Curb & Gutter Repl. Prog. (Gen. Ser.) 7013- C3130016 $157,190
The project plans, specifications and schedules were prepared by Public Works and General
Services staffs. The contract specifications require the Contractor to complete all contract work
within 60 consecutive working days, but not later than January 24, 1997.
Res xmAfgll6jqubmitted,
PUBLIC WORKS DEPARTMENT
Don Webb irector
By
Fong e, Assistant Civil Engineer
GENERAL SERVICES DEPARTMENT
David Niederhaus, Director
Attachment
E
CITY CLERK
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 AM on the 26th day of September ,1996.
at which time such bids shall be opened and read for:
1996-97 Sidewalk and Curb and Gutter Replacement
Title of Project
r4
C
V
Contract Number
$180.000
Engineer's Estimate
`�IFORr/
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.
For further information, call Fong Tse at (714) 644 -3340.
Project Manager
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1996 -97 Sidewalk and Curb and Gutter Replacement
CONTRACT NO. 3097
To The Mayor and Members of City Council
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the Instructions to
Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do
all work required to complete this Contract No. 3097 in accordance with the Plans and Special Provisions,
and will take in full payment therefore the following units prices for the work, complete in place, to wit:
ITEM QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
Lump Sum Mobilization and Traffic Control
@ One Thousand Dollars
and
No Cents $ 1,000.0
Per Lump Sum
2. 2,400 Remove Existing and Construct P.C.C.
L.F. Type -A Curb and Gutter Per Schedule
@ Twenty One Dollars
and
_ Fifty Cents $ 21.50 51-600.0
Per Lineal Foot
3. 16,200 Remove Existing and Construct 4" Thick
S.F. P.C.C. Sidewalk Per Schedule
@ Three Dollars
and
Twenty -Five Cents $ 3.25 $ 52.650.00
Per Square Foot
ITEM
a
5.
0
7
3
10
L-1
PR 1.2
QUANTITY ITEM DESCRIPTION UNIT TOTAL
AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1,350 Provide and Install Tree Root Barriers
L.F. Per Schedule
@ E Dollars
and
Fifty Cents $ 8.50 S 11.475 00
Per Lineal Foot
1,500 Remove Existing and Construct P.C.C.
S.F. Driveway Approach Per Schedule
@ Three Dollars
and
Twenty -Five Cents S-12-5 $ 4.875.00
Per Square Foot
900 Remove Existing Parkway Improvements
S.F. Per Schedule
@ One Dollars
and
No Cents $ 1.00 $ 900.00
Per Square Foot
700 Remove Existing P.C.C. Improvements and
S.F. Construct P.C.C. Curb Access Ramp Per Schedule,
Including the Ramp Side Slopes at the S/W Comer
of Nottingham Road and Santiago Drive
@ Three Dollars
and
Twenty -Five Cents
Per Square Foot
150 Remove Existing and Construct P.C.C.
S.F. Cross Gutter Per Schedule
@ Three Dollars
and
Twenty -Five Cents
Per Square Foot
$ 3.25 $ 2,275.00
$ 3.25 $ 487.50
• PR 1.3
ITEM QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
9. 35 Construct P.C.C. Curb and Modified
L.F. Gutter /Spandrel per Plan M- 5324 -L
@ Twenty -Six Dollars
and
Fifty Cents
Per Lineal Foot
One Hundred Twenty Six Thousand One Hundre Ninety-Dollars
and
No Cents
TOTAL BID PRICE (WORDS)
9 -26 -96
Date
(714) 892 -5583
Bidder's Telephone Number
359622 A
Bidder's License No(s).
and Classification(s)
fr[r_m
$ 26.50 $ 927.50
$ 126.190
TOTAL BID PRICE
(FIGURES)
Nodland. President
Bidder's Authorized Signature and Title
P.O. Box 874. Westminster. CA
Bidder's Address
0 0
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).
5/91
0 0
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.
359622 A
Contractor's License No. & Classification
Nobest Inc.
Bidder
9/26/96
5/91
s /Larry Nodland President
Authorized Signature/Title
' 0
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.
Nobest Inc.
Bidder
5/91
Subcontractor
Address
s /LarrkNodland President
Authorized Signature/Title
0 0
Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Nobest Inc. as bidder, and Contractors Bonding and Insurance
Company, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the
sum of Ten Percent Of The Total Amount of Bid Dollars ($ 10% ),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 1996 -97 Sidewalk
Curb & Gutter Improvements No 3097 (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 9tb day of
September 19 96 .
_ Nobest Inc
Bidder
Notary Public
Commission Expires: Jul} -15 2000
5/91
s /Larry.Nodland President
Authorized Signature/Title
SURETY
By: s /Linda D. Coats
(Attach Acknowledgment
of Attorney -In -Fact)
• Page 4
BIDDER'S BOND
KNOW ALL MEN By THESE PRESENTS,
'chat we, NOBEST INCORPORATED as
bidder, and CONTRACTORS BONDING AND INSURANCE COMPANY as
Surety, are held and firmly bound unto the City of Newport Beach,
California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF BID Dollars
10% ),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 1996 -97 SIDEWALK AND CURB AND GUTTER REPLACEMENT NO. 3097
(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
9THday of SEPTEMBER , 19 9b
NOBEST INCORPORATED
Bidder
Notary Public
Commission Expires:
5 /91
Anis.he�.1 e�9na re/ rkl
r�Gy�
CONTRACTORS $ONDI AND INSURANCE COMPANY
By IN Mf a R^ 1l
(.Attach Acknowledglrent
-of Attorney -In -Fact)
LINDA D. COATS
M
0
ALL - PURPOSE ACKNOWLEDGMENT
Slate of California
Cowtly of Los Angeles
Oil 9/9/96 before Ilse, CIIRISTOPIIER J. COATS
Dole Neme,'Fille of Ofliter - e.g. ".lane Due, Nalary
personally appeared LINDA D. COATS'
Names(s) of Signero)
personally known to ule or proved to file on the basis of satisfactory evidence to be
the person(s) whose name(s) is /are subscribed to file within instrument and
acknowledged to me that he /she /they executed the same in his /her /their authorized
capacify(ies), anti Ihnl by his /her/Iheir signature(s) on the instrument the person(s),
or file entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
i
CHRISTOPHER J. COATS
COMM. ;91103462 a
2 'e NOTARY PUBLIC CALIFORNIA Z
2 ORANGE COUNTY V)
NN Comm. EVees Jey 15, 2000
ATTENTION NOTAIM Although the Information requested below is OPTIONAL, 11 could prevail
fraud isle nl aItoclunenl of Ili is certificate In tin it as orized dints in en Is.
'11I1S CEIITIFICATF
MUST HE ATrAC11ED
TO TIIE DOCUMENT
DESCRIIIED A'I' IIIG11'I': Tille or Type of Document
Number of 1'ngcs Dale or Document
OPTIONAL SECTION/
CAI'ACITV CLAIMED IIY SIGNER
—Individual(s) _flat Iner(s)
_Corpornle __Other
Officer(s)
'I'idds)
SIGNEI( IS IIEI'ItESEN'I'IN(.:
Name of persons or enlily(les)
Allorney -in -Fact
READ CAREFULLY — to be used only with the bond specified Herein
0
State of California
NON - COLLUSION AFFIDAVIT
) ss.
County of Orange )
0
Page 5
Larry Nodland , being first duly sworn, deposes and says that he or she is
President of Nobest 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.
Nobest Inc s /Larry Nodland President
Bidder Authorized Signature/Title
Subscribed and sworn to before me this 26th day of September 19 96 .
[SEAL)
David E Poole
Notary Public
My Commission Expires: MaY14 1997
5/91
0 0 Page 5
NON - COLLUSION AFFIDAVIT
State of California )
ss.
County of
r
L-C'er 0 0..V\ , being first duly wprn_ ,,deposes and
says t at he or she is S� of p%jC�� L- 1
the y 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
an correct.
Bidder
Subscribed and sworn to before me this lCokl day of ,
19�(.
Notary Public
My Commission Expires: 5 -
5/91
WiD F- POOLE
COMMA. l
NOT ORMUCO M:
my COM a*" "K1W
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT Iw SWI
Stale of California
County of Orange
On 9-; CG 'K. before me, David E. Poole Notary Public
DATE NA616.ILf LEOFOFf ICEn EG „'Jule UOE.IIDIARIP000C'
personally appeared Larry Nodland
RuaElsl of slcREnlsl
❑ personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence .
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
- �^--�' capacity(ies), and that by his /her /their
DAVID E. POOLE signature(s) on the instrument the person(s),
COMM.It989929
}�� � rfoT�RYtII>aLfc- cuworwa y or the entity upon behalf of which the
ORANGE �;. My Cmm ExpuMCOLRM arld,1A97 j person(s) acted, executed the instrument.
I N S my hand and o seal.
T l�
$+GNA IUf1E Of llO1.V I Y
_ OPTIONAL II• - —_r_ _.._.__.__. ..
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
UILE(S)
❑ PARTNER(S) ❑ 1-4v11TED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN)CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAJ.IE OF PERSa11Sl OR ER III vo[sl
DESCRIPTION OF ATTACHED DOCUMENT
- --
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SiGNER(S) OTHER THAN NAMED ABOVE
(01997 NATIONAL NOTARY ASSOCIATION • 6296 nCnuilel Ave.. P Q. Boa 7 164 - Cancga Palk. CA 9130971 ad
a
0
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 (Details To Contact
See Attached List
Nobest. Inc.
Bidder
5/91
s /Larry Nodland. President
Authorized Signature/Title
Telephone
Number
4D
NOBEST INCORPORATED
Reference List
CITY OF CULVER CITY
Project: Duquesne Ave.
Contact: Vernon Nickserson
(310) 202 -5791
0
$ 820,000.00
CITY OF ANAHEIM (MAINTENANCE DEPT.)
Project: Concrete Replacement $ 400,000.00
Contact: Jarques Moreno
(714) 254 -6860
CITY OF GARDEN GROVE
Project: Various Locations Sidewalk $ 250,000.00
Contact: Joe Gomez
(714) 741 -5385
CITY OF HUNTINGTON PARK
Project: Resurface and Reconstruct $ 197,000.00
Contact: Pat Fu
(213) 582 -6161
CITY OF SANTA ANA
Project: Omnibus Concrete Repair $ 167,000.00
Contact: Quinn Moore
(714) 565 -4046
CITY OF COSTA MESA
Project: Boarding Pads $ 26,500.00
Contact: Tom Banks
(714) 754 -5222
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 Propgrty_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.
5/91
0
BOND PREMIUM BASED
ON FINAL CONTRACT PRICE
Page 8
Bond No. CC1550
PAYMENT BOND premium: $ 2,524.00
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted ^' ^h °r 28 1996 has awarded to Nobest. Inc
hereinafter designated as the "Principal ", a contract for 1996 -97
Sidewalk Curb & Gutter Improvements (Contract No. 3097 ) 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. 3097 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, Nobest Inc, as Principal, and Contractors Bonding
and insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in
the sum of ** Dollars ($126 ,190.00 ), said sum being
equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of
the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these presents. * *One hundred
twenty six thousand one hundred ninety and 00 /100 Dollars
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.
Page 8A
5/91
s
L
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 11th day of October 1g 96 .
Nobest Inc.
Name of Contractor (Principal) Aut zeA,6gn t e/Title
Larry Nodland, Pr sident
Contractors Bonding and Insurance Company
Name of Surety Authorjz d Agent Signature
Douglas A. Rapp
23172 Plaza Pointe Drive
Laguna Hills, CA 92653 (714) 770 -9733
Address of Surety Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEOGh1ENT
State of California
County of Orange
I— 5w 1
On 1y--If-94' before me, David E. Poole , Notary Public
DATE NAME. MILE Of OFFICER E.G_ \JANE DUE. NJIANI PUELIC-
personally appeared Larry Nodland
,�,,� NAIAE1SIJf SiGUFnISI
L� personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
. >. DAVID E. POOI f=
comm #989M capacity(ies), and that by his /her /their
L °: ra^TN y - c&FOFNA -X signature(s) on the instrument the person(s),
E may 14,1W or the entity upon behalf of which the
person(s) acted, executed the instrument.
CS my hand and official seal.
SIJIIA I UIIE OF NUTAIIY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the docunram and could plevent
fraudulent realtachment of this lonn.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
President _
1LILE1S1
❑ PARTNER(S) ❑ LIMA ED
❑ GE=NERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING!
N.v.IE OF PENSONISI Jfl EII fll YVESI
DESCRIPTION OF ATTACHED DOCUMENT
It Cow.-,szncz V�,�It --
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNERS) OTHER THAN NAMED ABOVE
Q1993 NATIONAL NOTARY ASSOCIATION • 8276 nenunel Ave.. P.O. Boa 71134 • CanOga Palk. CA 91305 716-1
0
0
ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
On 10 /11 /9 %eforeme, Christine M. Rapp Notary Public
Date Name, Title of Officer - e.g. "Jane Doe, Notary Public"
personally appeared nrn glac A Rahn
Names(s) of Signer(s)
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed the same in his /her /their authorized
capacity(ies), and that by his /her /their signature(s) on the instrument the person(s),
or the entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
s CHRISTINE M. RAPP
Comm. 11102778 rn
6 NOTARY.PUgUC- CA00ANIA =/
Ou ry
npe Cow
My Comm. EYpiiea July 8, 2009
Signature of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: Title or Type of Document
Number of Pages Date of Document
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER
—Individual(s)
_Corporate
Officer(s)
Title(s)
SIGNER IS REPRESENTING:
Name of persons or entity(ies)
—Partner(s) —Attorney-in-Fact
_Other
• 0
,w.. euu.rn or ircx rrcxma tset wntwsc tuns aYesA11GAMU WBURANGB cgpppN.Y,A µrgogt mpuryagAnpgaDd aslina uMr M Ywe ql tIP [tlM pJ y/xhry�lbggyryap ib pirGip}l ofha in
sseda Amg Carry Weshupbn,meseytte.e Perm mb,ceratae ndpPam ULL)1I dLf1S A, KAF'F' of LAGl1 rJA rV bUEL
ds Nu. ad lewd amrnymlirL MhIW po.r and Wbeny hratry wdmd N ea ome, Paler andatW, leesruN, cYnoWedgs andalwrbebonyq bambsdatNw; indb bend. Copaythraly aNllytnd
b IM esmw wted asd swh wrA bads epnd bytte Reailyd,.ded.ih th,srponmad d tlnCmpmyAddWy abrNd by blecreby, teraby MlytM ad aadimmpatl 1hY Ibe vat Mbny gya9 %�3
mthe prmnw.Sa,dappomrmtn mi imearmil byautharul d the lolls my revolution. aM(pmd by ll. BeaN of Mracta. d CONTRACTORS BONDING AND INSURANCE COMPAi 1/V
RESOLVEDIhd tlw(+refidenl iaaNho mil appoint a abomey .tactot to Compso 0UGLAS A. RAPP nth �
and authority to non behalf d theCom pa
Y 9 Parry those eatdy bonds srhirA may from to byWm.We'vMalaD, in ouch peelawnaad according la such codi'wuamey
b ppra.d by Wm. Ble'vWin$.
RESOLVED FURTHER [hill each Powr of shomey mud W fruit the specific desaiptbn of the bond to which i applies, the ante of the principal, the note of the obliges, the panel sum, the
bond number (asepl for a bid bond .have then is be number(, the idemlying numbar of the smarmy +Mad, the identifying number of the P.. of Attorney, end the... and w9nNUw of
Wm. W.wAss Wl; and may sat Indh the da.cr tum and amount dad&...l ninaumv. of colldral,if any.
RESOLVED FURTHER That Wm. WairabfW isamoried Is establish aapacdc apiretort bb for the Po.r of ANmnoy and to mouldy that dale firm fime to lime as Wev ftaftWI team.
necessary in his Sher able discounts; the applicable expiation data to be clearly ad forth in any wMln Powr of ANomey.
RESOLVED FURTHER bra, escepl as dhrwfa provided in IM Imtcediataty succeeding resblu en. under wdmumsencea shat (a) the contract amount her am/ bid, paymm4 Parlomwms,
a combination Payment and Padormance bond Pas. a pdormnce and payment obligation in one bond form) exceed $1.250,000 it the bond is guarameed by the Small Susires Adminiahslgn;
(b) the Panel sum of any bond net guaranteed by the Small Business Administration (dher than a bid bond which is further restricted by clause (c)) exceed UODO.00D; and (ci a bid bond which
is not guaranteed by the Small Business Admitlalrabn he easculad fire a job where, y the contract is awrdad, IM band penally on any performance bond, payment bond, or combination
performance and payment bend (ce, a performance end payment obligation b one bond form) to be secured Pursuant to IM bid bond is to eacaed $D.ODB.000
RESOLVED FARTHER that th above nomad Anomvv, MW sit is grenbd power and authority to exceed the applicable peat units and forth in the mmediately preceding resolution lot any bond
in n amount equal to line amnunr d any additional ofnawaru IN of any Usk Want of credit P hiker security mcebd as collateral security by the Company as inducement to issue the bontl,
so long as the description and amount of additional raim mm r a collateral am »t forth in the Power of Attorney.
RESOLVED FURTHER Thal IM authority of the Secretary of IM Company b cediy the awhnfirity and atbcthnoas of [be (ongoing resdutbna in my Limed Power of Allorney is Iweby
deNgavid to the following pavans, to signature W any of the following to bind the Company with respect to the authenticity and effectiveness of the brogoing resoldion$ to if signed by be
Secretary of On Company: Wm. BAb MMUL
RfESOLVED !FURTHER Hurt the alynatures (including rartthW ton that Power ul Anornoy is stil in force and elect) of Van. g oMmull, and Nolry Poblc, and the corporate and Wary fella
appearing on any limit Power of Anomq containing this end the foregoing osoldono as wall as the Limited Power d Attomey Itself as wlf as As Ionamission, may be by feaimile; and
such Limited Powr at Attorney shall b deemed in original in dl .polo
RESOLVED FURTHER that ell resolution. adopted me, is today appointing the above named a Mtomey.inlact for the Company an hereby superseded
W WITNESS, "?FrCONTRACTORS BONDING AND INSURANCE COMPANY him tatntl Mlwpre b ba sigwd by Wm Rkir"sag, oral ib corporate seal to pa
herHO.11H. 1 V 4 y 7 .7
STATE OF CALIFORNIA — COUNTY OF ORANGE
AND
SEAR.,
HI Nom'
INSURANCE COMPANY
On 1/0 9 / 93 , Detonative. Yolanda Z. Vega, or Haiti Public in and for bell of California, County of Orange, personally appeered Wm. Blair Moisell
personally known W tre, to be the Person whose, rear. is subscribed to the within Linited Powr of ARornay and Acknowledged b me that he associated the .flea in
his fuffien.ed napaitir and Ned by his signature on Mrs Lknifed power of ANorrrey CBIC wecaded the Limited Power of ASor may.
IN WITNESS WHEREOF I
r a. isms. any omen s
YOLANDA Z. VEGA
COMA. /1010516
"Gar la.buc — Ca$lurrpw
ORANGE COUNTY
Wove writers
The , aeN ng under autho it y
of Nov Bout of Dins4ora 4 CONTRALTO DING AND 1 G COMPANY, hLby wrNfies, me or in ti. of
CeatTcate of the Secret" of CCNTRACTORB BONDING AND INSURANCE COMPANY t the abow and 'rip is a full, tma and correct coq d We Dingiest
Pawea of ANOmesy Eruct by said Company and does hereby further tartly that able Power 4 Attorney is MiN in fares and affect.
GIVEN urtlar my he.,% 'A xv ,Hi 11.2, ice' this -1 I _ dayot OCT IS 96
' • t AH- 81(091998)
0 0
BOND r- -TMIUM BASED
ON FINAL t,- , . ACT PRICE
Page 9
FAITHFUL PERFORMANCE BOND Bond No. CC1550
KNOW ALL MEN BY THESE PRESENTS, That Premium: $ 2,524.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted October 28 1996 has awarded to Nobest Inc hereinafter
designated as the 'Principal', a contract for 1996 -97 Sidewalk Curb & Gutter Improvements
(Contract No. 3097 ) 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. 3097 and the
terms thereof require the furnishing of a bond for the faithful performance of the Contract;
Contractors Bonding
NOW, THEREFORE, we, Nobest Inc. and and Insurance company as
Surety, are held firmly bound unto the City of Newport Beach, in the sum of one hundred twenty six
thousand one hundred ninety & 0 Dollars ($126,190.00 ), 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 presents.
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.
5/91
• •
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 11th day of October , 1996
Nobest Inc.
Name of Contractor (Principal)
Contractors Bonding and Insurance Company
Name of Surety
23172 Plaza Pointe Drive
Laguna Hills, CA 92653
Address of Surety
Aut ignVritle
Larry Nodland, ent Cr nrn
Autho i ed Agent Signature
Douglas A. Rapp
(714) 770 -9733
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGbM6NT
Stale of California
County of Orange
On ID-II -91v before me, David E Poole notary Public
DATE NAi.&. IIILLE Of OF M01 E G., UANE UOE,.NJ I Ali PUh.iC'
personally appeared Larry Nodland
�,/ NAIdE(SI OF 9GUEI115I
1 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
capacily(ies), and that by his /her /their
signature(s) on the instrument the person(s),
DAVDE� or the entity upon behalf of which the
l CL�AL ,,,
._ IgOTAFrf 7° person(s) acted, executed the instrument.
F > A
14,1047
I y hand and offici I.
SIGI IA W NE Of UO LAtl 1
OPTIONAL
Though the data below is not required by law, it may prove valuable to pelsons lelying on the document and cuula plevent
fraudulent reattachment of this loan.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
President
❑ PARTNER(S) ❑ Lltoll ED
❑ GENERAL
❑ ATTORNEY- IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NN.IE OF FERSOIASI Oe EN nIVpLSI
DESCRIPTION OF ATTACHED DOCUMENT
IT
C)IJTR AG���ra -D i \
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 6236 Nun it, to Ave. P.O. Got 71 W • Canoya Pa'I, CA 91309 7 164
ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
10/11/96
On before me, Christine M. Rapp Notary Public
Date Name, Title of Officer - e.g. "Jane Doe, Notary Public"
personally appeared Doug I as A Rahn
Nemesis) of Signer(s)
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed the same in his/her /their authorized
capacity(ies), and that by his/her /their signature(s) on the instrument the person(s),
or the entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
Signature of Notary
I/
RIST E
Comm. t 1162778 r1y
N NOTARY PUBLIC -CALIFORNIA V1
Orange e my
My Comm, Expires July B, 7000 �
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: Title or Type of Document
Number of Pages Date of Document
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER
Individual(s) —Partner(s) _Attorney -in -Fact
_Corporate _Other
Officer(s)
Title(s)
SIGNER IS REPRESENTING:
Name of persons or entity(ies)
0 0
ENOW ALL MEN BY THESE PRESENTS will CONTRACTORS BONDING AND WSURANCE C(6RWA Eo"moAaurya .amine u,o... — ,. 7 - -
--
yaerl- - mg Cousy, weshinabn, sues by these presents near, canWhda and appoed UU Ube LAS d r
as bus an walal dbneymtcL rnth ht Fewer an vahony herby cortrrad m N rrhw, abusers! read, bear us, wamvladge we dahwn We berdP) 6svJndsbew; aedbbhnhe Carrpvry YrelY re fully en
to IM am bed at d rah such bend..gnd by the P mdd, add wth IM aeryoreU eel of Wr Company am duty missed by b S mtsT. Irnby mo,.g and anh,minp an that the rd atlmry ?TIM3
m hid prmnu. Sad appoinmanI is modo unasr and by authority 0 hhefallew,ng resolutons moped by the Bohm of On actom d CONTRA CTORS BONDING AND INS MANCE COMPANY on i U
and and o*to Man on President the authorized toapposeexely bond whin the frompn
�OUGLAS A. RAPP with Power
and edhompy to sign on behalf al the Company those orrery bonds whirA may from time to Urre be approved by Wm. BIebW iaB, in each peal some and according to such cudpbne ea may
be approved by Wm. BlekiWi.M.
R69DLVED FURTHER Ihd such Pore of Attorney moat eel forth the specific description of pa bond to which t rypkn, the name, at the prbcpal, the name at the atelier, the Pairs sum, Me
bond number(eacepl for a bid bond where them is as numbed, the identifying number of IM anwmion ect, the identifying number of the Power of Aawney, and the name and signature of
Wm. BlairWiull; and may ad forth the description and amount at eddAund minsuramu or collateral, if any.
RESOLVED FURTHER That Wm. WhaWirall is nthaiad Is establish a spaces, eapirdbn data far the Power of Attorney and to madly the dale horn base to tmeae Wm Bbmbteirdl desmr
nrerary in Ns Cher sole ducnlim; the applicable expiration dab to be clearly sit forth in any written Pore of Attorney
RESOLVED FURTHER that, except as otherwise provided in the mnediaely succeeding resolution, under no dcumalsnces aAMI: (a) the contract amount for any bid, paymanl padomma,
a combination papenl an patomanu bud (a, • pMomuna and paymrV oblgatbn m ona bendiom)esceed S7,2EOpW d the bond is gusmntmd bythO$mdl Beshrees Admmiskation;
(b) the panel sum dany bond net gu unwed by the Small Business Administration (Other then a bid bond which is further restricted by clause (cUasoesdS%XOgD; and (c) a bid bond which
is nitguranbed bythr Smell Business Admiddnsfion be eswubdfn• job what@, it IM oared isarsrd d,thebonpanaily on any pedormsna bond, payment bond, or confirmation
performance and payment bend (a, a pedormana and payment obligaben n am ben farm) to be executed pawae to the bid bon is to rlaed SO.000.00B
RESOLVED FURTHER that the above named AHormyiMad is granted Pa. and authority to exceed the applicable panel timer met forth in IM immediately preceding msohmon for any bond
in an amount equal to the amount d any additional retasurace or of any ash, letter at wade or other security received as capture) security by the Company as inducement le levee the bond,
coo long as the dawn0on and amount of additional reinsurance or collateral era set forth in the Porn of Attorney.
RESOLVED FURTHER the IM euUmmiy of the Secretary d tbe Company to udiy the suthrtcity and dtadlvress of the foregoing resolutions in my Limped Pow al Aliwuy is hereby
deNgabd to she following persons, IM signature of any of the following to bind the Company with respect tithe adbenticity, and eHctivenesa of the foregoing resolutions to if sgnad by the
Secretary of tor Comprryr. Wm. Bair Winn.
RESOLVED FURTHER that the signatures (incWtinB (stiff" n that IM Power dAtlwnay is alW in ream and eHatlj al Wm. figertetall, and Ndary wets,, reed the corpora and Wary coals
appearing on any Limited Power d Mommy containing this and the foregoing moolutiona as well as the Limned Power of AROmey amll as well o AS kanamisdon, may be by Iau,milr end
such Limits Pow of AM., Shall be deemed an original in dl sapid-
R vao FURTHER that all remididnr adopted priorto led., aWinfing the beva named as anomyimlect for Me Company an hereby superseded
IN WRNGSS WNGRGOF,COMTRACTORB BONDING ANO WSURANCG COIAPANY Iw ouaad Muar paarda b boa dgwd bY1Rm WsirlMi*°R, std Ha corP°eL sad Io W
herb atiaetl l y V 4 / � �
CONTRACTORS BONDING AND INSURANCE COMPANY
G AMp IN `enter
By. a:'COpPOR4"F .•l�r
Wm. Ba'b'a rdl a� SEAL :£
•o
STATE OF CALIFORNIA— COUNTY OF ORANGE ti/Y "197... x'
h'agSHINQ\
On 1 /04/93 , before me, Yolanda Z. Vega, a Notary Public in and for the Bbb of California, County of Orange, personally appeared Wm. Blair Meirell
pesonally known b raw to ba tier parson whoa n is wbacribW to the within Limited Poway of Atorrry end aaknbw" An-d b raw that ho s- utod to f in
We aulttorieed capacities red that by his ai9malure on the Limited P. of AUomesy CRIC ..red Ate Lcnibd Power of Mornay.
IN WITNESS WHEREOF, I fare
A2. VEGA
/1010616
day and yea fiat above written.
'419W My Conan. f+aayat DEC 2. 1997 1 IN Ib in and for t
The undrsigrhrd, acting unc er sulhordy of the Bawd of Directors of CONTRACTO OINC AND IN 1
CertNTcob of the Secretary, of CONTRACTORS BONDING AND INSURANCE COMPANY tea above and
Power d Attorney isauid by aid Company; And does hereby further catily that the power of Atomey, is
OWEN under my fesnd, ale O/._. 1%' a ` tea ��} "/�• 'iPL Chia 11_._ -_ dsY Of
kE COMPANY, hereby certifies, as a in lieu of
rag is a full, Wa and cornea copy of this Orignesl
in force and MIx1.
OCT f9 96
At1- 81(091999)
ERTIFICATE OF INSURANCE
1 o z 1 96
PRODUCER
COMPANIES AFFORDING COVERAGE
Milestone Insurance Brokers, Inc.
8 Corporate Park, Suite 130
COMPANY
LETTER CNA /Transcontinental Ins. Co.
COMPANY E p CNA /Trans ortation Ins. Co.
LETTER
Irvine, CA 92606
852-0909
INSURED
Nobest Incorporated
COMPANY C
LETTER
COMPANYD
LETTER
P.O. Bo :: 674
westminSter, CA 92684
COMPANY E
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
TR
TYPE OF INSURANCE
POLICY
NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
A
GENERAL LIABILITY
(OCCURENCE BASIS ONLY)
C12909
8/.+/96
o
8/3/.7
GENERAL AGGREGATE
2,000,
$
COMMERCIAL
COMPREHENSIVE
0092
PRODUCTS/COMPLETED
PERATI NSAG LEGA
OPERATIONS AGGREGATE
$ 1 ���
OWNERS& CONTRACTORS
PROTECTIVE
PERSONAL INJURY
$ 1,000,
CONTRACTUAL FOR SPECIFIC
EACH OCCURENCE
$ 1,000,
CONTRACT
PRODUCTS /COMPLETED OPERATION
XCU HAZARDS
FIRE DAMAGE
(ANYONE FIRE)
$ 50,
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
P. I. WITH EMPLOYEE EXCLUSION
REMOVED
MARINE
MEDICAL EXPENSES
(ANY ONE PERSON)
$
B
AUTOMOBILE LIABILITY
012909
8/3/96
8/3/97
COMBINED
SINGLE LIMIT
$1,000,
BODILY INJURY
(PER PERSON)
$
ANY AUTO
ALL OWNED AUTOS
0108
�
BODILY INJURY
(PER ACCIDENT)
$
SCHEDULED AUTOS
HIRED AUTOS
PROPERTY
DAMAGE
$
NON -OWNED AUTOS
GARAGE LIABILITY
B
EXCESS LIABILITY
C12909
8/3/96
8/3/97
EACH AGGREGATE
OCCURENCE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
0111
$1,000 , $ 1'000
B
WORKERS'COMPENSATION
&
EMPLOYERS' LIABILITY
WC13626
8707
10/1/96
i0 /1/97
STATUTORY
$ 1 000
EACH ACCIDENT
$ 1 , 000
DISEASE - POLICY LIMIT
$ 1,000,
DISEASE -EACH EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRICTIONS/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:
1096 -97 Sidewalk and Curb and Gutter Replacement. Contract #3097.
PROJECT TILE AND CONTRACT NUMBER
CERTIFICATE HOLDER
CANCELLATION -
ADDITIONALLY INSURED
CITY OF NEWPORT BEACH
P.O. BOX 1768
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 92658 -8915
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
NEWPORT BEACH BY FIRST CLASS MAIL.
14 /j A
G"'C,/ t7a4 �% -� l � ``'&
AUTHORIZED REPRESENTATIVE ISSUE DATE
ATTENTION:
It is agreed that:
2.
0
9rr:
•
Page 11
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.
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:
g) Commercial () Comprehensive
General Liability $ 1 , 000 , 000 each occurrence
$ 2,000,000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall be
reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one occurrence in
excess of the limits of liability stated in the policy as applicable to General Liability
Insurance.
5/91
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: 1996-97 Sidewalk Curb & Gutter Improvements Contract #3097
Project Title and Contract No.
This endorsement is effective 10/21/96 at 12:01 a.m. and forms a part of Policy
No. C12909 of CNA /Transcontin- (Company Affording Coverage).
0092 ental
Insured: Nobest Incorporated
ISSUING COMPANY
Authorized Representative
5 /91
Endorsement No.:
•
0
• N Lei • VA t ► _ �•L —
It is agreed that:
Page 12
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
(3 Combined Single Limit
Bodily Injury Liability &
Property Damage Liability
$1,000,000
per person
per accident
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.
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: 1996 -97 Sidewalk Curb & Gutter Improvements Contract #3097
Project Title and Contract No.
This endorsement is effective 10/21/96 at 12:01 a,m. and forms a part of Policy
No. 012909 of CNA /Transportation (Company Affording Coverage).
0108
Insured: Nobest Incorporated
ISSUING COMPANY
By: mlzk, 191 kl,
Authorized Representative
5/91
Endorsement No.:
9
O
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."
110 —11 —`t10 Nobest Inc
Date Name of Contractor (Principal)
3097
Contract Number Auth ig to and Tit
Larry Nodland, P sident
1996 -97 Sidewalk Curb & Gutter Improvements
Title of Project
5/91
0
Page 14
THIS AGREEMENT, entered into this 28th day of Sel ember , 19 _9_6L, by and
between the CITY OF NEWPORT BEACH, hereinafter "City," and Nobest Inc hereinafter
"Contractor," is made with reference to the following facts:
A. City has heretofore advertised for bids for the following described public work:
1996-97 Sidewalk Curb & Gutter Improvements. 3097
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:
1996-97 Sidewalk Curb & Gutter Improvements 3097
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 One Hundred Twenty
Six Thousand One Hundred Ninety Dollars ($ 126_190 ). 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.
5/93
E
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 Endorsement(s)
(f) Plans and Special Provisions for
1996 -97 Sidewalk Curb & Gutter Improvements 3097
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 aboy� -"�
CITY OF NEWPORT BEACH
ATTEST:
� !9 // i17Lku-
CITY CLERK
5/91
A Municipal Corporation
By: atJ
Mayor
Nobest Inc.
Name of Contractor
i •
CALItORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of or
On ICJ --t1 -1910 before me, David E. Poole Notary Public
DATE NAME. lllt.E Of OF flMl E.G., t1N1E DOE, HGIAII, PV@.,C_
personally appeared Larry Nodland
NAMEISI OF SiGNEI451 ,
❑ personally known to me OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
capacily(ies), and that by his /her /their
DAVDEPDOLE
}
COIMA. � signature(s) on the instrument the person(s),
'
T N or the entity upon behalf of which the
w W,00m= May 14,1997 person(s) acted, executed the instrument.
nly a nd alTici
SIGNAIDNE OF NUTAIu
OPTIONAL - -
Though the data below is not required by law, it may prove valuable to pal Sons relying on the doculnenl and Could prevent
Iraudulent (eallachmenl of this loon.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
® CORPORATE OFFICER
President
II I LEIS)
❑ PARTNER(S) ❑ MIRED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
fWJE OF PENSONISr on ENrlIrpESI
DESCRIPTION OF ATTACHED DOCUMENT
r` Co,v°rRnc:r AGczt�r'1nW�1�
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
`SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 6236 RCllupel MO.. P.O. 90a 716 1 • Canoga Park, CA 4 17US 7ta4
INDEX TO •
�PECIAL PROVISIONS
SECTION PAGE
INTRODUCTION I
PART I - GENERAL PROVISIONS
Section 2 - Scope and Control of Work
2 -6 WORK TO BE DONE I
Section 6 - Prosecution, Progress, And Acceptance of the Work
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
6 -1.2 Contract Documents 2
6 -6 DELAYS AND EXTENSIONS OF TIME
6 -6.1 General 2
6 -7 TIME OF COMPLETION
6 -7.1 General 2
6 -7.4 Working Hours 2
Section 7 - Responsibilities of the Contractor
7 -5 PERMITS 2
7 -8 PROJECT SITE MAINTENANCE 2
7 -8.1 Cleanup and Dust Control 2
7 -8.5 Temporary Light, Power and Water 2
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 3
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access 3
7 -10.2 Storage of Equipment and Materials in Public Streets 3
7 -10.3 Street Closures, Detours, Barricades 3
7 -10.5 Parking Prohibition 4
Section 9 - Measurement and Payment
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9 -1.1 General 4
9 -3 PAYMENT
9 -3.4 Mobilization 4
PART III - CONSTRUCTION METHODS
Section 300 - Earthwork
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General 5
300 -1.3.2 Requirements 5
Section 302 - Roadway Surfacing
302 -5 Asphalt Concrete Pavement
302 -5.4 Tack Coat 5
Section 303 - Concrete and Masonry Construction
303 -5 PCC Curbs, Walks, Gutters, Cross Gutters, Alley Intersections,
Access Ramps & Driveways
303 -5.1.1 Requirements, General 6
Section 308 - Landscape and Irrigation Installation
308 -1 General 7
. • SP I OF 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS co
� J
0. 19111
1996 -97 SIDEWALK AND CURB AND GUTTER REPLACEMENT aff
CONTRACT NO. 3097 �\`ti.. n >. / (I� IG /,
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with (1) these Special
Provisions; (2) the Plan M- 5324 -L; (3) the City of Newport Beach Design Criteria. Standard Special
Provisions and Standard Drawings for Public Works Construction, 1994 Edition; and (4) the Standard
Specifications for Public Works Construction, 1994 Edition inclusive of all supplements. Copies of the
Design Criteria 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 number (3 10)
202 -7775.
These provisions supplement or modify the Standard Specifications for Public Works Construction as
referenced and stated hereinafter.
PART
GENERAL PROVISIONS
SECTION 2 - -- SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE.
Add to this Section, " The term "work" and the work to be done under this contract includes (1)
sawcut, removal, and reconstruction of P.C.C. sidewalk, curb and gutter, drive approaches, curb access
ramps, and cross gutter; (2) provide and construct aggregate base under modified P.C.C. gutter and cross
gutter; (3) construct asphalt concrete patch back; (4) clearing and grubbing; (5) sprinkler systems
repair; (6) tree root pruning and removal; (7) install tree barriers; (8) remove miscellaneous parkway
improvements; (9) traffic control including the temporary installation and removal of barricades,
delineators and signs; (10) protection and restoration of existing curb drains; (11) restoring damaged
landscaping and improvements; (12) clean up and disposal; and (13) other incidental items as necessary
to complete the work in place."
SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
Modify the first paragraph of this Section to read, "At the earliest opportunity after City acceptance of
signed Contract documents, the Contractor shall arrange for a pre - construction meeting with the
Engineer to maximize the number of work days available. At least five (5) work days prior to the pre -
construction meeting, the Contractor shall submit to City for approval a detailed written chronological
work schedule and a pedestrian and vehicular traffic control /detour plan for each street block where
• SP2OF7
work is be done. The work schedule shall be tabulated for ease of identification and notification to
residents."
6 -1.2 Contract Documents
All contract documents shall be signed and delivered in good order to the Public Works Department
within ten (10) working days after award of Contract by the City.
6 -6 DELAYS AND EXTENSIONS OF TIME
6 -6.1 General.
Add to second paragraph of this Section, "Delays caused by the Contractor's failure to timely schedule
for the pre - construction meeting or submit the required documents for City approval shall not be
accepted as grounds for granting time extension beyond the sixty (60) consecutive working days
allotment."
6 -7 TIME OF COMPLETION
6 -7.1 General.
Add to this Section, "The Contractor shall complete all contract work within sixty (60) consecutive
working days, but no later than January 24, 1997. All work adjacent to and around Mariners
Elementary School shall be performed during non - school hours"
6 -7.4 Working Hours.
Normal working hours are between 7:00 A.M. and 6:30 P.M. on working days.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS.
Modify the second paragraph to read, "At the time of bid opening and until the completion of work, the
Contractor shall possess a General Engineering Contractor "A" License or a Concrete Specialty
Contractor "C -8" License. Additionally, from the start and until the completion of work, the
Contractor and each subcontractor shall possess a valid Business License issued by the Revenue
Division of the City of Newport Beach Administrative Services Department."
7 -8 PROJECT SITE MAINTENANCE
7 -8.1 Cleanup and Dust Control.
Add to this Section, "Each work location shall be cleaned and barricaded at the end of each day until
the work is completed."
7 -8.5 Temporary Light, Power and Water.
Add to this Section, " If the Contractor elects to use City water, he /she shall arrange for a water meter
and tender a $750 deposit for each meter with the City. Upon return of the meter(s) to City, the deposit
will be returned to the Contractor, less a water usage quantity charge and any applicable repair charges
for damage to the meter(s)."
• . SP3OF7
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
Add to first sentence of second paragraph after "e.g. ", " curb drains ".
Add to second paragraph of this Section, "The Contractor may anticipate a certain amount of interfering
irrigation system breakage associated with sidewalk and curb and gutter replacement. In anticipation of
such breakage, the Contractor shall notify the respective property owner in advance a minimum of two (2)
working days prior to excavation to locate the irrigation system's on/off valves and to make arrangement
for testing/approving the repairs. Irrigation systems shall be repaired, restored, and backfilled to 90%
compaction by the Contractor within 72 hours after breakage as an incidental item of work."
Add to third paragraph of this Section," Any salvageable bricks removed shall be neatly stacked on the
owner's property ."
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access.
Replace the fifth paragraph of this Section with, "The Contractor shall accommodate the City's trash
collection and street sweepings on Wednesdays. If the Contractor elects to work on trash
collection/street sweeping days, it shall be his responsibility to make arrangements by contacting the
City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 - 3060."
7 -10.2 Storage of Equipment and Materials in Public Streets.
Replace the words "5 days" with the words "2 days" throughout this Section.
7 -10.3 Street Closures, Detours, Barricades.
Modify this Section to read, "The Contractor shall submit traffic control /detour plan(s) to the
Engineer which conform with provisions of the WORK AREA TRAFFIC CONTROL
HANDBOOK (W.A.T.C.H.), 1990 Edition.
Traffic control /detour plan(s) shall be prepared following the same sequence as the actual
construction and shall include the followings:
1. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking
restrictions, and any other details required to assure that all pedestrian and vehicular traffic will
be handled in a safe and efficient manner with a minimum of inconvenience to the public.
2. All advanced warning sign installations shall be reflectorized and/or lighted.
3. The Contractor shall not close both sidewalks of any street at the same time.
4. The Contractor should consider the likely possibility of heavy pedestrian and vehicular traffic
around construction sites in commercial and school zones, and shall take all precautionary
traffic control measures and delineations to protect the public at these construction sites at all
times.
The Contractor shall re -open all traffic lanes upon completion of each day's work. In addition,
emergency vehicle access shall be maintained at all times.
• . SP4OF7
Additionally, between 48 and 55 hours before closing any portion of street, the Contractor shall
distribute to each affected address a written notice stating when construction operations will start and
approximately when vehicular accessibility will be restored. The written notices will be prepared by the
Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the
Notices. Errors in distribution of Notices, false starts, acts of God, strikes or other alterations of the
schedule will require the Contractor to redistribute Notices to the affected residents."
7 -10.5 Parking Prohibition
Where temporary prohibition of parking is necessary during construction, the Contractor shall furnish,
install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO
PARKING" signs) which he shall post at least seventy- two(72) hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police
Department, Traffic Division, at (714) 644 -3740, for verification of posting at least forty -eight (48)
hours in advance of the need for enforcement.
The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and
18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign
Chart. The Contractor shall print the hours, days and dates of closure in 2- inch -high letters and
numbers. A sample of the completed sign shall be approved by the Engineer prior to posting.
The Contractor shall post streets with the time and dates when parking and access will be disrupted.
Additionally, the Contractor shall provide covers and shall cover, maintain, and uncover any and all of
the City's "NO PARKING STREET SWEEPING" signs to allow residential parking along streets
adjacent to streets under construction during street sweeping days, as directed by the Engineer.
Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other
alterations of the schedule will require the Contractor to re -post the "NO PARKING, TOW- AWAY"
signs. The Contractor shall promptly notify the Engineer of such a change of schedule.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK.
9 -1.1 General
Add to this Section, "The price bid by the Contractor for P.C.C. cross gutter replacement shall include
all costs required for the construction of curb returns, curb and gutter transitions, aggregate base, AC
patchback, etc."
9 -3 PAYMENT.
9 -3.4 Mobilization
Add to this Section, "Partial payments for mobilization, shall be made in accordance with Section
10264 of the California Public Contract Code."
•
PART III
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1.3 Removal and Disposal of Materials.
300 -1.3.1 General.
• SP5OF7
a. Replace this Section with, "Pavement and unsalvageable materials that are removed shall become
the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and
at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be
included in the unit price bid for that item of work.
All parkway removals are to be removed without replacement, except that the Contractor shall
fill and level the removal areas with imported or excess graded clean soil. Any salvageable bricks
removed shall be neatly stacked on the owner's property. Should the parkway removed materials be
other salvageable materials, the Contractor shall handle the removed materials at the Engineer's
directions without additional compensation to the Contractor.
The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the
City's Business License office, or 2) subcontract with a private solid waste hauler already
permitted to operate within the City.
Unless specified elsewhere in this contract, non - reinforced concrete and asphalt wastes generated
from the job -sites shall be disposed at a facility which crushes such materials for reuse. Excess
soil and other recyclable solid wastes shall not be disposed at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of solid wastes generated and solid
wastes disposed at a sanitary landfill. The Contractor shall report said monthly tonnages to the
Engineer on a form provided by the Engineer."
300 -1.3.2 Requirements.
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections.
Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2)
inches" and replace the words "1 -1/2 inch" of the last sentence with the words "two (2) inches"
SECTION 302 - -- ROADWAY SURFACING
302 -5 Asphalt Concrete Pavement.
302 -5.4 Tack Coat
Modify and amend this Section as follows:
111. Prior to placing the asphalt concrete patches, a tack coat of Type SS -lh asphaltic emulsion at a rate
not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC
and P.C.C. surfaces and edges against which asphalt concrete is to be placed.
2. The surface shall be free of all dirt, debris, water, and vegetation prior to placement of asphalt
concrete.
3. The asphalt concrete shall be 111 -C3 -AR -4000. The work shall join flush when joining existing
pavement."
• SP6OF7
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 PCC Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps & Driveways.
303 -5.1 Requirements
303 -5.1.1 General
Add to this Section,
"1. The Contractor shall remove and dispose of all A.C./P.C.C. patches and ramps upon sidewalk
panels adjoining those sidewalk panels which are to be reconstructed.
2. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete
placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill
or patchback shall be placed within 72 hours following concrete placement.
3. Omit "Grooving Detail" of CNB STD - 181 -L -A from all curb access ramps and replace the words
"1/2 -inch lip" of Note No. 8 of CNB STD - 181 -L -B to "0 -inch lip ".
4. P.C.C. replacements subject to vehicle loads (e.g., cross gutters, sidewalk and curb and gutter along
driveways) shall not be opened to vehicle loads until the concrete has cured to a minimum strength
of 2,000 psi. The Contractor shall detour traffic around such construction site.
5. Except for existing P.C.C. pavement, a minimum 12" wide by 6" thick A.C. patch back shall be
constructed adjacent to new P.C.C. curb, curb and gutter, driveway approach, and cross gutter
construction. A.C. patchback that is thicker than 6" shall be approved by the Engineer."
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -1 General
Add to this Section, "The Contractor is responsible for clearing and grubbing, pruning and removing
tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban
Forester, Mr. John Conway at (714) 644 -3083 a minimum of five (5) work days prior to beginning
work. Method of pruning and removing tree roots and the exact location and length of root barriers
shall be determined, approved, and inspected by the City's Urban Forester as follows:
1. Root Pruning
a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the
work. He may inspect any and all work sites as necessary.
b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically
authorized by the City's Urban Forester.
c. Roots shall be cleanly severed using a root pruning machine, ax or comparable tool.
2. Arbitrary Root Cut
a. A straight cut with a root cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be
made as far away from the tree base as possible.
• • SP7OF7
3. Selective Root Prunine
a. This process involves selectively removing offending roots when a tree trunk of root flare
is less than 2 feet from the sidewalk and/or the size, species or condition of the tree
warrants a root cut to be hazardous to the tree or when there is only one minor offending
root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump grinding machine instead of a
root pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be pre- approved by
the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact on the health and
stability for the tree.
4. Tree Root Barriers
The tree root barrier to be installed under this Contract shall be DeepRoot linear barrier LB 12 -2
linear barrier (12" high X 24" wide) and shall be installed per manufacturer's recommendations and
Product Selection, Installation and Specification Guidelines Booklet.
Y ,
lip
W
2
H
0
LL
} U)
W U
o
> O
T- a
0-
Q
LL
J_
� �
N
O
0
0000
0
0
0
00
m
oW
r
r
r
r
r
r
r
r
r
r
Q
m
LL
U) U
W d
O
U
U
Q Q
�
LL
U)
Q
Y >
o
O
Q 2
IL W
cc
0 ii
M
Ln
Lo
V)
1,
M
o
0o
06 J
r
co
co
c`7
T
M
V
N
N
i U "
�Y
j J
LL
O
M
V
W
V
M
V
In
r
r
N
1�
a0
ONO
O
M
M
M
0
0
M
co
co
to
M
N
N
M
M
(O
(O
uJ V)
r
O
r
r
r
N
M
M
N
M
r
cN)
U)
00
CJ
0
(6
Z
LL'
(n
f6
O)
N
N
0
N
Y
C
06
'0
N
L)
d
.0
C
C
C
C
O
O
Q
>}
O
a Z
w
C
C
N
`-
CD
N
l9
Oi
(6
03
�
0
Z
M
cc
CU
J F-' Q=
•`
.`
•L
•`
7
C
C
r
i�
r
r
a..
C
O
+-
O
C QZC��C]DODCi
N
C
2
m
NN0N�
O
N
(6D
C
W
a U
>
OO
00
Q)
O)
N
o
N
H
O
V
Q
��``
x
Q
'
U
U
U
U
.U-
i
v
aate,,
V
E
E
E
E
C
N
C
y
o.
W
.U-
0
0
0
0
'�
.n
N
E
00
C
y
(n
N
NN
U>>I
>>N
>>N
CC
Z
>
Q
0`
Vim-,
V`.-
v`-
�•`-
f4
�
E
d
_
(n
>
>
>
>
>
>
O)
`
q
N
0
N
N
co
�
r
r
M
O
O
V
U
y
w
m
Vr'
C
O
N
O
0)
O
U)
O
r
.
r
r
U')
OD
(n
M
M
O
y
>
O
LL
N
N
C)
O
DO
LO
CO
��>
>
?
Q
0
r
r
r
N
N
N
r
r
r
>
>
Q
Q
Q
r�
r
O
r
N
M
tY
r
N
r
N
M
O
Z
m
rn
m
IL
w
J
7
LL
2
U
V
F
z
W
2
LL
L
d
Y
`
`
O
(7
C7
�
X
X
_
U)
U)
0
O
r
t)
r'
LL
Q
w U
�
N
O
r
N
D a
a-
<111
11
LL
d
�U
co
O w
OD
co
00
co
co
co
a)
(b
W
00
co
CA
O w
r
r
r
r
r
r
r
r
r
r
r
r
Q
ED
�U-
U)
Lu
o
0
U a
co
co
U �
Q �
LL
>Q J
Q
N
N
O
a 2
w
c�
06 a
N
(b
M
co ')
CO
J
V
co
N
M
V
�
U
r
Y
J
O
O
V
r
co
co
I,-
co
V
co
CO
V
V
CO
M
m
M
O
r
0
(D
N
N
O
WQ
M
N
r
�
'7
CO
M
r
0
M
00
I-
CO
O
CO
V
N
r
r
O
O
C`
I,-
co
co
co
Cn
a)
a)
D
>
>
0
a
a)
'O
J
J
j b
.>
>
O
O
C
>"
C
=
0
0
0
U
CO
-O
a)
Y
N
Y
1 06
>
0
a)
c
�°
a)
m
o
m
}
1
O W
Q
>>
0
C
CC4
C
N
7
0
7
O
N
a)
N
N
a)
C
C
0
0
N
C
N
C
a)
C
N
C
a)
C
a)
C
Z
C
O
O
C
J
J
J
0
0
J
a'
--O
0'
C
C6
C
N
C
(6
C
CO
C6
CV
C
C
w
N
m
C4
Ca
C6
O
Q
O
0
O
"O
'D
'O
C
'O
00
O
O
E
J
J
J
J
J
J
J
J
J
J
J
J
J
J
Q Z
C
C
N
0
C
C
C
C
Ca
C
m
o
m
a
N
N
N
N
N
a
a
a
a
N
W
U
d
O
O
D
U
N
_
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
C7
1 0
C
C
O_
_
_
_
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Q
3
3n
E-o
E
—����
nn�
ns�
o���
tL
LU
�
t
c
E
E
E
E
E
E
o
2-6
E
E
E
E
E
E
E
E
E
E
E
E
E
E
N
c
a)
C
a)
7
7
7
0
0
7
w
7
a)
a)
N
N
a)
N
N
a)
N
a)
a)
N
a)
a)
co(6
2YYW
WUUUUUU
maaaaan.aaaaaaaa=
�—
O
r
r
r
O
O
r
0
0
CA
p
O
NO
m
O
CO
I-
M
V
N
N
O
N
CO
CO
CO
V
I~
I
O
O
O
O
O
O
O
O
O
O
M
CO
O
O
r
N
N
�f
V
O
O
C)
r
r
N
N
CO
CO
0
Cfl
0
0
0
0
0
0
0
to
U
3
U
O
r
r
r
r
r
r
r
N
N
N
N
N
N
N
J
H
O
O
Z
F
N
d
m
N
a
w
J
LL
LL
S
Y
>
O
U
>0
c
W
2
m
w
F-
O
7
m
U
a
LL
a"
yam
°
O
r
N
❑ d
CL
Q
LL
I
co
O w
co
co
co
co
co
co
co
co
00
co
°
O w
r
r
r
r
r
r
r
r
r
r
It
Q,
ED
LL
w
LLJ
O
co
U
r
v
a a
LL
>- V)
2 Q
LO
Y �>
C)
M
(O
N
N
N
Q c-
n-
W
0:
u
(O
S
O
N
V
N
O
Oro
V
m
M
N
M
r
M
M
(O
r
M
co
U
�Y
Jj
co
LL
V
V
I-
V
m
co
m
N
co
N
LO
V•
V
O
r
r
(O
n
h
00
O
co
CO
O
f/)
co
to
r
LO
r
V
W
N
I`
O
LO
co
W
LO
h
O
(D
M
c0
m
r
O
LO
W
r
I
I
J
Cc
❑
❑
j (�
C)
O
m
C
m
'2
O
C
J
C
J
'O
C
L
O
O
O
z
m
m
X
'O
"2
c6
=
N
O
m
ZLIJ
.U.
N(n
C
=
L
Oc
X
X=
L
U
co
+
>>
>
c
w
O
O
O
c
d
0
>
mZ
U
O
F- 5
`Z
N
N
N
N
N
O
N
N
N
O
N>
.L
m
m
O
m
N
N
c
C
m
m
c
c
0
J�
❑
Ua
a "T_
c
c
m
c
m
c
m
c
m
c
m
c
m
c
m
c
m
m
c
.>
c
❑❑
Z
>
c
J
p
p
0
w
f-
m
J
J
J
J
J
J
J
J
J
`.-
.`
.`
•>
m
J
m
`-
c
J
m
J
m
J
c
J
m
-0
V
a
�'
Q
'
LL
x
x
x
x
x
x
x
x
x
J
-1
��
.`_
❑❑
❑❑
'O
t
N
•-
d
. J LL
N
N
N
O
N
N
O
mU
N
N
N
U
'-'
U
"'
N
N>
(V
N
(U
rn
X
N
X
N
X
m
X
N
p
L
V
LY
m
w
rn
vi
!n
(n
(�
N
N
N
N
N
>>
U
r.+
N
N
>>
.`
>>
p
`x
y
N
N
co
E
m
mn
m
(n
F-
N
7
N
7
N
7
N
7
(n
7
N
7
7
7
7
p
�-
p
N
N
N
N
O
O❑
0
0
X
N
cn
to
N
y
co
O
m
L
N
L=
i cn(nu)CO(n(n(nCOU)W(7cD��
❑❑
❑
❑Omwwww(n0
cLL
cF
�'
co
M
W
LO
[T
r
O
O
N
O
CO
(0100,
N
co
O�
O
O
O
r
r
0
0
V
fn
t0
l0
M
N
N
V
O
r
O
r
0
0
0
0
0
r>
0
0
0
0
0
0
0
0
0
0
p
co''
p
co
co
M
M
M
M
CO
M
N
r
r
r
r
r
NT
N
N
O
V
LO
M
r
r
r
r
r
r
O
r
r
r
Z
O
r
Z
Q
r
r
r
r
r
r
r
r
r
r
r
(71
(A
r
r
r
r❑
r
r
r
r
r
r
r
O
Z
:V.
d
(T
CL
CL
W
J
LU
W
2
U
H
z
W
LU
W
U
a
J
a
W
cr
O
z
a
J
a
O
W
U
U
a
v
N
rn
m
M
or
O
O
w
s
r
O
LL
Q
W U
7
0
O
r
N
Q
Cl)
❑ EL
CL
Q
W
I
rU
C0X00
W_
r
00
.-
00
�-
0000
r
r
00
W
00
00
r
co00cococo
(0
co
00
�-
N
� d
2
Q
D]
LL
U)
U a
O
U �
Q Q
LL
} (n
Q J
1 1
co
N
M
(O
M
co
N
O
Q �
n w
i6
°6 L J
co
N
Cl)
(D
N
a
M
N
LO
Cl)
O
N
N
N
CO
U
Y
J
CO
O
M
M
CO
O
Cl)
M
r
(D
f`O)
co
O
r,
V
O
OD
W
00
C)
(D
U)
W (n
11')
(p
r..
W
i-
0)
r,
00
N
co
07
(D
00
lf)
CO
10
M
00
N
N
❑
N
N
c
J
�
C
O
m
Z
0)
C
Z 06
W
N
W
@
J
o
N
>.
0)
>.
N
>,
0)
>.
0)
>
0)
>,
0)
>
N
>
0)
>
0)
>
0)
>
0)
>
N
>
0)
>
N
>>
0)
(1)
Q)
:
z
o
Q Z
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
0)
C
0)
C
C
C
@
C
@
0)
C
0)
C
0)
C
CJ
0)
C
W
0
'O
'O
'O
'O
J
J
J
J
J
@
C
J
J
J
J
J W
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
C
@
0)
N
T
L
T
L
T@
�
J
cm
cm
C
C
Q
W
�
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
d
O
2
O
0
O
0
L
`'`
@
'`
0'`
@
d
N
r
�rnrnrnrnrnrnrnrn
)
0)Imo)
0
N
0
0
0
7@@@
w@
(nSISSSS2222222S2S
W
W
❑O❑�2�2
02
_
N
CO
CO
O
00
f�
N
r
W
00
O
O
0)
N
(D
W
r�
h
C)
0
(O
h
1,-
p
I,
~
(" )
M
0
0
0
�--
O
N,
M
O
O
O
N
N
N
N
O
N
O
N
r
r
(O
LL7
(O
�O
CD
w
Z-
(O
(D
CD
Ofl-
N
fl-
";r
r
CO
(D
in
Lo
M
co
N
U
r
J
O
p
z
r
v
N
rn
m
M
W
J
0
W
2
U
N
H
z
W
2
W
U
Q
J
CL
w
Z
Q
J
O
W
cc
U
U
a
Q)
rn
m
CL
O
w
z
r
O
LL
a=
M
M
Or
5 0
LC)
7
IO
r0
V
❑a
CL
LL
J_
F- (n
O
W
co
0
0o
c
c
c
00
N
p
Of
Q
m
U) LL
U) U)
W
CL
u)
an
U
rn
m
Q Q
LL
} cq
YQ
(n
00
1--
O
V
r
r
Q 2
C- w
06
LL
M
M
N
I�
(D
O
N
O
M
r
N
O
O
O
U')
W
N
J
N
r
Cl)
M
N
CO
M
N
N
N
(D
V
u')
'I7
N
m
U
Y
J
LL
co
N
O
M
CO
O
M
co
M
M
W
00
Iq
V'
IP)
r
0O
W
OO
V'
O
In
00
V.
W (n
(D
c..
OD
r
r
00
UO
(D
N
(+-)
r
r
co
00
r
M
M
I!')
N
r
r
r
00
In
N
r
d)
❑
r
O
C
m
C
J
�
❑
O
J
C
O
O
c
m
o)
z
m
cu
.�
c
m
c
m
U
J
ZC6
W
m
c
U�
c
Z
c
J
O
O
~ Q
QZ
O
m
a)
a)
N
a)
m
a)"
m
N
a)
m
a)
m
a)
a)❑
O
c0❑❑❑❑❑❑❑❑�i����('
�
C
�
�
�
T
T
T
T
T
U
p
C
m
C
m
C
m
C
m
C
m
C
m
C
m
C
Q
C
m
C
m
C
m
C
m
C
m
C
m
C-0
M-0
J
J
0
0
0
0
0
0
0
0
0
W
J
J
J
J
J
J
J
J
J
J
J
J
J
C
rn
rn
rn
rn
rn
rn
rn
a
a
m
m
Co
m
m
Q
J W
co
.J
m
m
m
m
m
(d
m
m
m
m
7
7
7
7
7
d
�6
y4
�E
m
Y6
-6
=
co
-0
Y6
6
Y9
Y6
m
�6
L
O
_
-
-
-
-
'++
.-
O)
CA
CA
CA
tT
C
C
C
C
C
C
C
Lo
r
C
C
C
C
C
C
C
C
0
m
m
m
m
m
m
m
m
m
C
C
C
C
C
(nQ4000QQ
QQQQQQQ2JW(nw(n(n(n(n(n0w<<QQQ
F
O
O
(D
r
m
CO
r
V
O
r
N
r
c}
O
(D
O
O
O
Un
(D
m
O
M
CD
(D
0
0
0
O�
w
O
O
O
O
O
O
r
N
N
O
O
r
N
N
M
M
O
0
0
M
M
N
N
V
M
0
0
Un
O
r
r
r
M
U)
I')
LO
U')
U')
In
LO
IO
In
(D
M
(D
(D
(D
W
(D
LO
0
r
M
M
M
M
r
r
N
O
O
M
co
IT
Un
In
J
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
Q
O
~
O
Zi
I
I
F-
Q)
rn
m
CL
W
J
7
O
W
2
U
N
F
Z
W
5
W
U
Q
J
a
W
Z
a
J
a
0
w
cr
U
U
a
Y
+
W
2
I-
O
LL
} U)
Q
W
Q
>p
o
r
�d
CL
Q
LL
d
O w
p W_
OD
r
00
r
co
r
co
r
o
r
co
r
M
M
o
r
00
r
co
M
o
r
00
r
00
r
CO
M
o
r
Q
m
LL
U
W
d
U
EL
UQ
Q�
LL
Q�
J
>>
Q
C)
O
t!')
W
C)
r
N
N
M
r
Qr
Q �
W
d'
(
LL
J
n
r
Cl)
M
V
r
N
V
n
U"
Y
J
> LL
O
O
M
00
n
co
M
co
N
00
IT
O)
n
N
co
N
N
N
n
v
O
M
O
N
c0
O
r
O�
0
0
V
V
V
N
(O
N
n
[I-
r
U.1 (�
r,
(O
M
r
r
r
co
r
co
V
M
r
t0
O
00
r
r
r
M
M
M
N
(O
co
N
IT
c
m
m
L
C
C
Z
o($
a�
a�
U
U
a
ca
m
m
m
Z W
O
N
C
c
U
(�]�
N
O)
>.
�
O
7
N
N
N
>
N
>
r
N
>
N
>
N
>
N
>
Q
Q
00
0)
>
(1)
>
p
N
N
>
x
M
Q Z
U
0)
�
N
2
N
v
>
p
>
O
>
U
,>
C
,>
C
,>
C
,>
C
N
N
Q
>
'c
�`
,>
C
'C
'�
O
•c
'c
'c
'c
c
c
r
LO
_=
2`=
.>
Co
c
c0o00incn
J W
N
QQa_t..
w
U
L
'3
'3
'3
w
N
rn
rn
U
n
m
>
>
>
E
>
>.
>.
>.
>.
>.
E
>
>
Ud
>
x'
>
x
o
W
E
E
E
m
N
N
N
N
cc
cu
L
(c
c
c
c
�._
m
x
N
x
N
x
N
O
x'
N
x
N
x
N
x
OS
x
N
x
N
O
x'
m
x
m
m
m
LO
cc
m
03
O_
E���O
N
N
N
_
O
_
O
—
O
O
N
C
N
J
`aU(D(D(D
_
O
C
(6
—
O
—
N
—
(6
w
—
N
—
N
—
N
—
(0
_
@
—
(6
w
—
(6
—
03
03
N
r
U222
D
dd
>
>
yOOOOUC7
0U'
0
>.C7U`
r
0
Iq
=
O
O
O
V
O
co
(O
W
W
U)
O
N
O
N
c0
p
U-)
00
O
N
r
LO
O
c0
'-T
N
O
N
O
O
O
O
(O
co
co
"
O
r
O
O
O
r
O
M
O
M
O
0
r
00
r
N
N
r
N
r
N
T
('M
(O
M
(O
M
U
r
LO
r"t
n
I 0
(O
(O
q
UU-)
r
N
LO
N
V
Oo
co
W
V
W
O
Z
AE
W
rn
m
0_
w
J
w
2
U
N
H
Z
W
LU
W
U
J
IL
w
m
O
Z
Q
J
Q
O
w
cc
U
U
a
4
m
m
a
o
W
O
LL
�U)
Q
�U
>0
rn
LOrn
pIL
IL
Q
LL
U)
O
00
OW
r
Q
m
ULL
U�
Wa
UIL
UQ
Q�
LL
QC/)
J
00
M
LO
OV
d �
W
Ca
°a LL
J
Cl)
N
U')
CO
N
00
r
N
M
N
(b
N
N
N
00
N
(D
N
U "
Y
J
LL
I-
fl-
V
V
N
N
N
CO
V
LO
N
M
co
O
O
LO
CO
CO
W v
LO
CD
(M
CO
(A
A
O
N
V
LO
r
r
N
V
p
o
t
o
O
O
O
CT
O
0
ca
Z06
vvv
C7
U
O
W
O
N
N
N
O
m
O
N
O
N
C
N
C
O
C
C
O
CU
(U
+-
L
N
O
N
C
C
O
Q)
C
C
F-
Q
>
-C
.>
�
0'
�'
CO
J
N
J
(6
J�""
U
U
.�
U
�
C
J
(6
-J
L.:
N
J
O
y
UZ00
�-ov-a000
cu
U-a-0U-0
�3
Ij
�.
W
-0
C
-0
C
0
-O
0
-O
0
-O
0
O
0
O
0
O
L
L
L
L
0
o
0
O
1
L
O
O
y
O
W
m
T
E
E
E
3
3
3
.o,
.m
rn
m
rn
3
3
.m
3-
�'
L
L
CT
E
O
E
O
E
O
C
(U
C
(U
C
(U
m
C�4
=
co
r
r-.
E
cu
C
N
C=
CU
m
C
(D
ft>
cjCT
=2000(D(D(D'
UUU
U(D(D(bCDU
'T
N
CA
N
00
V
CA
O
r
O
CO
O
LO
O
CO
N
O
O
O
O
CO
O
LO
r
r
O
r
0
r
0
r
0
LO
r
O
0
r
CA
OO
O)
O)
co
co
00
Il-
�
n
P-
�
m
O
n
m
I-
N
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
O
Z
4
m
m
a
A �\
C'
I PROJECT LOCRTION /,
-
N
VICINITY MRP
NOT TO SCRLE
0— INDICRTES PROJECT LOCATION.
BAY
BAY j
I1
i OF
MT.
CITY OF NEWPORT RCRCR
PUBLIC WORKS DEPARTMENT
1996 -97 SIDEWALK, CURB, AND
GUTTER REPLACEAIMVT PROGRAM
C -3097
N
CITY
OF
IRVINE
U.C.I.
(:D (L�o
PMEIC- WORKS DIRECTOR
R.C.E. NO. 16791
FT DATE 21 Rug 1996
M GRRCIA M- 5324 —L
B(#(ER
Cr
AOR15.
oRRU�
°Z
CITY OF
COLLEGE
ORR4GE CO.
z
COSTA
FHIRGROW0.
z
MESR
,o.
_
O
VICTORIA
M.
- 1
19TH m ST.Q
,
r
Q
`9ly
A �\
C'
I PROJECT LOCRTION /,
-
N
VICINITY MRP
NOT TO SCRLE
0— INDICRTES PROJECT LOCATION.
BAY
BAY j
I1
i OF
MT.
CITY OF NEWPORT RCRCR
PUBLIC WORKS DEPARTMENT
1996 -97 SIDEWALK, CURB, AND
GUTTER REPLACEAIMVT PROGRAM
C -3097
N
CITY
OF
IRVINE
U.C.I.
(:D (L�o
PMEIC- WORKS DIRECTOR
R.C.E. NO. 16791
FT DATE 21 Rug 1996
M GRRCIA M- 5324 —L
.. .
I . .
CONSTRUCT!& NOTES
O1 REMOVE EXISTING SIDEWFLK AND TURF FIND CONSTRUCT 4- THICK P.C.C. SIDEWRLK PER APPL.ICFIHLE
PORTIONS OF CNB STD-180-L.
20TRIM/CUT BRCK EXISTING TURF/PLFINTS/SHRUBHERY AS NEEDED, FIND CONSTRUCT 4- THICK P.C.C. RFl P
SIDE SLOPE WITH Hr/ MRXIMUM SLOPE AT THE CURB.
OSRWCUT AND REMOVE EXISTING P.C.C. CURB FIND PORTIONS OF EXISITING CROSS GUTTER SPRNDREL M
CONSTRUCT TYPE -C P.C.C. CURB RND 8 -INCH THICK GUTTER/SPRNDRE!_ PER RPPLICRBLE PORTIONS OF
CNB STD- 183-L.
�.. 4
110'
EXIST. P.C.C. SIDEWfLK 44
SRWCUT & JOIN EX.� ':14-1 I)t JOIN EXIST.
H.C.R. :I
3
4�tAFESSI I O
�G ,, I
R. Der lit , ::'o. 2
No. 19111
9 -30-97
' .... E�
9� CIVILti0 ..;; E-4
�F CALM
Vlf
W 9
CITY OF NEWPORT EERCH
PUBLIC WORKS DEPRRTMENT
1996 -97 SIDEWALK, CURB, AND
GUTTER REPLACEMENT PROGRAM
C -3097
IC WORKS DIRECTOR
R.C.E. NO. 16791
FT JDRTE 3 Sep 1996
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) 6443005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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 A Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
0
L]
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) 6443005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
9
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 #106
Orange, CA 92866
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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,
LaVoune M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
L
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 1996 -97 Sidewalk and
Curb and Gutter Replacement 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,
PQ�_�_
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
9
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 1996 -97 Sidewalk and
Curb and Gutter Replacement 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,
i
C
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
E
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 22, 1996
Ranco Corporation
P.O. Box 9007
Brea, CA 92622
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
Los Angeles Engineering
4134 Temple City Blvd.
Rosemead, CA 91770
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
Bopark Enterprises, Inc.
4571 Warner Ave. #102
Huntington Beach, CA 92649
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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,
� r
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 26,1996
Kalban, Inc.
10950 Tuxford Avenue
Sun Valley, CA 91352
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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 9
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 26, 1996
Terra -Cal Construction, Inc.
14530 Joanbridge Street
Baldwin Park, CA 91706
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
C J Construction, Inc.
14730 E. Firestone Blvd., Suite 302
La Mirada, CA 90638
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
Kennedy Pipeline Company
61 Argonaut
Aliso Viejo, CA 92656
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
LGT Enterprises
P.O. Box 3905
Tustin, CA 92681 -3905
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
EBS, Inc.
14191 Newport Avenue
Tustin, CA 92780
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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
Keiter Construction Co.
535 Topside Pl.
Diamond Bar, CA 91765
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 1996 -97 Sidewalk and
Curb and Gutter Replacement 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 ding public notices by
Decree of the Superior Court of Orange County, ornla. Number A•6214,
September 29, 1961, and A•24831 June 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) Ss.
County of Orange )
1 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
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on September 9 199 6
at Costa Mesa, California.
Signature
40 if "3ay7
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. Wass-
8915 until 11:00 AM on the
26th day of September.
1996, at which time such
bids shall be opened and
read tor: 1996.97 Sidewalk
and Curb and Gutter Re-
's Estimate:
active bidders may
one set of bid docu-
at no cost at the of-
the Public Works
For further information,
call Fong Tse at (714) 644-
3340.
Published Newport
Beach -Costa Mesa Daily
Pilot September 4, 9, 19856