Loading...
HomeMy WebLinkAboutC-3151 - Ocean Front Street End improvements, 56th to 59th StreetsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH. CA 92658 -8915 September 3, 1998 Mr. Ernest Mendoza E. A. Mendoza, Inc. 130 S. Chaparral Ct., Suite 205 Anaheim Hills, CA 92808 (714) 644 -3005 Subject: Contract No. 3151 - Ocean Front Street Ends Improvements from 561h Street to 591h Street. On July 13, 1998, 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 of Completion was recorded by the Orange County Recorder on July 29,1998 - Reference No. 19980488172. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08086063. Sincerely, .. LaVonne M. Harkless, CMC /AAE City Clerk cc: Public Works Department Steve Luy, Project Manager encl. 3300 Newport Boulevard, Newport Beach b RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 41 Recorded in the County of Orange, California 111111111111111111 Clerk/Recorder 005 29006910 29 519980488172 11; 01am 07/29/98 N12 1 6.00 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 E A Mendoza Contracting of Anaheim Hills. California, as Contractor, entered into a Contract on February 9 1998. Said Contract set forth certain improvements, as follows: Ocean Front Street Ends Improvements from 56th Street to 592 Street, C -3151. Work on said Contract was completed on June 2. 1998, and was found to be acceptable on July 13. 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. -7 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 JXILI LI l . f �� at Newport Beach, California. J/ �FavpoRr BY City Clerk��� I, I� ,c July 15,1998 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Orange County Recorder Post Office Box 238 Santa Ana, California 92702 (714) 644 -3005 RE: Notice of Completion for Ocean Front Street Ends Improvements from 56th Street to 591h Street (C -3151) Notice of Completion for Upper Castaways Passive Park (C -3078) Please record the enclosed documents and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lvi Attachments 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 610311 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and E A Mendoza Contracting of Anaheim Hills. California, as Contractor, entered into a Contract on June 23. 1998. Said Contract set forth certain improvements, as follows: Uoner Castaways Passive Park. C -307 Work on said Contract was completed on March 11. 1998, and was found to be acceptable on July 13. 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Continental Casualty Cownany. . /1 M 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 one �� /� at Newport Beach, California. BY ✓ V C City Clerk �� �� L RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 "Exempt trom 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 F A Mendoza Contracting of Anaheim Hills California, as Contractor, entered into a Contract on February 9, 1998. Said Contract set forth certain improvements, as follows: Ocean Front Street Ends Improvements from 56th Street to 59tH Street C -3151. Work on said Contract was completed on June 2 1998, and was found to be acceptable on July 13, 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Companv of Maryland. 1 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 A161L, 1;S at Newport Beach, California. BY City Clerk j, =f;'Ol\ 0 July 13, 1998 CITY COUNCIL AGENDA TO: Mayor and City Council Members JUL 1 81x98 FROM: Public Works Department SUBJECT: COMPLETION AND ACCEPTANCE OF OCEAN IMPROVEMENTS FROM 56TH STREET TO 59TH STREET, CONTRACT NO. 3151 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: On February 9, 1998, the City Council authorized the award of the Ocean Front Street • Ends contract to E.A. Mendoza Contracting of Anaheim Hills, California. The contract provided for the construction of four (4) street ends from Seashore Drive to the beach consisting of new curb & gutter, roadway, sidewalk, planters, irrigation system, landscaping and other incidental work. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $80,766.00 Actual amount of bid items constructed: 78,949.20 Total amount of change orders: 6,530.22 Final contract cost: $85,479.42 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the deletion of four backflow preventers and the substitution of atmospheric breakers thereof. The final overall construction cost including change orders was 5.8% over the original bid amount. The following two (2) change orders were issued to complete the project: A change order in the amount of $3,389.56 provided for grading and spreading an • approximately 4' high El Nino wind blown sand dune within the construction site. A change order in the amount of $3,140.66 provided for additional landscaping and other incidentals. SUBJECT: COMPLETION AND ACCEPTANCE OF OCEANFRONT STREET ENDS ` IMPROVEMENTS FROM 56TH STREET TO 59TH STREET, CONTRACT NO. 3151 July 13, 1998 Page 2 Funds for the project in the amount of $ 88,842.60 were budgeted in the General Fund Account N& 7013- C5100014 (Ocean Front Street End Improvement Program). All work was completed by June 2, 1998, well ahead of the scheduled completion date of June 29, 1998. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By 4! "azlv Horst Hlawaty Construction Engineer Attachment: Location Map • • f: \groups \pubworks \council \99 \July -13 \3151 -ocean front street ends.doc bo �Q N.T.S. A'C I \ FIC hb PACIFIC w� bb CCRAN n HIGHWAY hh �� h CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56TH ST TO 59TH St. C -3151 DRAWN DATE APPROVED // STEPHEN LUY PROJECTENCINEER DPAWINO 140. RXT-TTRTT "A" CITY OF NEWPORT BEACH City Clerk's Office PAGE 1 E i NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11 a.m. on the 29' day of January , at which time such bids shall be opened and read for Title of Project Contract No. 3151 $99.500.00 Engineer's Estimate Approved 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 Steve Luv, Project Manager at (714) 644- 3330. PAGE 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT NO. 3151 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS BIDDER'S BOND NON - COLLUSION AFFIDAVIT TECHNICAL ABILITY AND EXPERIENCE REFERENCES 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) maybe 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. 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. PAGE 3 8. In accordance with the California Labor Code (Sections 1770 at 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). 9. 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". 10. 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. The signature below represents that the above has been reviewed. 411457 A & B Contractor's License No. & Classification 1 -29-98 Date JAN - ,8-1998 09:�c E.A. NENDO =N t= CNTFACTiNG ?.1?:'99079 P.02 02 PAGE a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT NO. 3151 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF BID - - - -- dollars (S 10% OF BI I), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the constructicn of OCEAN FRONT STREET END IMPROVEMENTS, $3151 (title of project and contract no.) in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety frcm its obligations under this Bond. A Witness our hands this 28TH day of E. A. MENDOZA, INC. Name of Contractor (Principal) FIDELITY AND DEPOSIT COMPANY OF Name of Surety 225 S. LAKE AVE., #700 PASADENA, CA 91101 Address of Surety (626)792 -2311 Telephone Signature JAMES K. BALDASSARE,�JR., ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) TOTAL P.02 r1 STATE OF' CALIFORNIA SS. COUNTY OF ORANGE r _I On JANUARY 28, 1998 ,before me, M. TREDINNICK, NOTARY PUBLIC PERSONALLY APPEARED JAMES K. BALDASSARE, JR. personallv 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 acknowl- edged 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 upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. �i Signature OPTIONAL This arm for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TrrLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: N E OF PERSON(S) OR ENMYOESI DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-Mi Pev.6 /94 ALL- PURPOSE ACKNOWLEDGEMENT 0 • Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. LOX 122?, BALTIMORE, MD 212034227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint James IC Baldassare, Jr., of Aliso Viejo, California, its true and lawful agent and Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings and the execution of such bonds or undertakings in pu once of these p nts, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed aowledged gularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. QQ� The said Assistant Secretary does hereby certify that the ex tr North on th side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. o IN WITNESS WHEREOF, the said Vice- President and Secretary reunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MAR this 25kJ August, A.D. 1997. ATTEST: FIDELITY AN.g DEPOSIT)%MPANY OF MARYLAND SEAL .i, By: l.�Qe dke ' T. E. Smithl Assist ne(ary W. B. Walbrecher Vice- President StateofMaryland } ss: County ofBalurrion, n On this 25th day of August, A.D. 1997, before criber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. WALBRECHER, Vice - President and T. #ETR,) Assistant S ecretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals andescribed in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me dul everally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to tha�� instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed�ae(d subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. #�hmfi'g Car !J Fad;:—- Notary Public My Co Imissig Expires: August 1, 2000 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vim-President who executed the said Power of Attomey was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the said Company. this 28 TH day L1428- 012 - 0626 -A JANUARY 1998 Assistant Secretary 0 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . and to affix the seal of the Company thereto." JURAT WITH AFFIANT STATEMENT State of ss. County of CJ See Attached Document (Notary to cross out lines 1 -8 below) C1 See Statement Below (Lines 1 -7 to be completed only by document signer[s], not the Notary) . ............................... Signature of Docameal Signer No. 2 (it any) Subscribed and sworn to (or affirmed) before me this 2? day of S� h ,x Date Month 1l(�` by Year (,) E► -nerd- A"04) Name of Slgnar(s) (2) Name o Igner(s) Place Notary Seal Above fJ�„ • ry- PrAfll OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 0 1997 National Notary Association • 9350 De Soto Ave., P.O. sox 2402 • Chatswonn, CA 91313 -2402 Prod. No. 5924 Reorder- Call Toll -Free 1 -8011- 8768827 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT NO. 3151 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 Contractors total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and 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. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. Y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56"TO59 STREET CONTRACT NO. 3151 TECHNICAL ABILITY AND EXPERIENCE REFERENCES PAGE 6 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he/she has performed and successfully completed. Year Project Person Telephone Completed Name/Agencv To Contact Number E.A. Mendoza Inc. Bidder Vice - President 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL OCEAN FRONT STREET END IMPROVEMENTS FROM 56TH TO 59TH STREET CONTRACT NO. 3151 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3151 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clearing and Grubbing @ Y-'/ .-/-Ilars and 6D Cents $'310D�_ per Lump Sum 2. Lump Sum Mobilization Dollars and Cents $ per Lump Sum P -1 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Traffic Control / f Dollars and O_O Cents $�b per Lump Sum 4. 750 L.F. Const ype "B" P.C.C. Curb Dollars and Cents 00 6 per Linear Foot 5. 175 S.F. Construct P.C.C. Driveway Approach @ Dollars and � 60 Cents Sy— $__ per Square Foot 6. 190 S.F. Construct P.C.C. Driveway Approach with Thickened Edge @ Dollars and Cents $ $ per Square Foot 7. 3,450 S.F. Construct P.C.C. Sidewalk @ C //KP Dollars and Cents per Square Foot 8. 210 S.F. Construct P.C.C. Landing with Thickened Edge Dollars and w Cents per Square Foot P -2 $ / s i9 � II 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 500 S.F. Construct Alley Approach Dollars and $O _Od Cents $ $ t7� per Square Foot 10. 6,720 S.F. Construct 6 inch Thick Roadway Dollars and 6v Cents per Square Foot 11. 4 Each Ins I 1 -inch Water Service gft4w / Tars and CXJ aG Cents $820— $, Per Each 12. 4 Each Install P.C.C. Meter Box With Traffic Cover Dollars and 00 OCR Cents $o $ Per Each 13. 4 Each Install 3/4 -inch Backflow Preventer with Enclosure and Certification 4�/Dollars and / /,n d0 4-10 Cents $/ W Per Each P -3 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. Lump Sum Install Irrigation system r 144A/Dollars and � 0 Cents $1540— ! Per Lump Sum 15 200 L.F. Install 1" Seh -40 Electric Conduit for Telephone Wires and Valve Wiring Dollars and 1p ,L 06 Cents $ - — $ .2732 per Linear Foot 16. 5 Each Install New Galvanized Steel Parking Meter P sts Dollars and 1v 049 Cents $$ ZSd� Per Each 17. Lump Sum Install Landscaping ollars and Imo(% Cents $ 7 ,L �n� � $ Per Lump Sum 18. 240 L.F. Cons uct Block \ allyP�la�nt/ersp�� nom',, 7w� D ears p0 /v�bv and Cents per Linear Foot P -4 ITEM QUANTITY NO. AND UNIT 0 ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE 19 875 L.F. Install 2 1/2" Sch -40 Electric Conduit for S rinkler Irrigation Valve Wiring ,� Dollars and Cents per Linear Foot 20 21,000 L.F. Install 14 Gauge Single Strand Insulated Copper Electric Wiring. Dollars and f Cents per Linear Foot 21. 4 Each Install P.C.C. Meter Box With P.C.C. Cover Dollars and Cents Per Each Bidder's N Mendoza Inc. $_35 $3MZ 5o $ d $ 2100 ao W do $ /50 $ 410 - $ A2ss9 ca�jl Total Bid Price in Figures Bidder's Address 130 S. Chaparral Ct. Ste #205, Anaheim Hills Ca 92808 Bidder's Telephone Contractor's License 1 -29 -98 Date nt i . CONTRACT NO. 3151 State of California ) ) ss. County of orange ) PAGE 7- Ernest Mendoza Jr. being first duly sworn, deposes and says that he or she is Vice- President of E.A. Mendoza 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, sought 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 of the laws of the St of California th the for g is true and correct. E.A. Mendoza Inc. Vice- President Bidder zed gna itl Subscribed and sworn to before me this 2 ?day of Afd L / J4 Notary Public My Commission Expires: ' r 19ct [SEAL] i JURAT WITH AFFIANT STATEMENT State of County of Q e } ss. • See Attached Document (Notary to cross out lines 11 -8 below) • See Statement Below (Lines 1 -7 to be completed only by document signer[s], not the Notary) bignamre or uccumem signer NO, i , Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me this 2a day of -30-4*\ Act L O/ ^ Date Mundt, by Year (,) =60) (L) Name of S' Der(s) OPTIONAL — Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages Signer(S) Other Than Named Above RIGHTTHUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 1 OF SIGNER #2 01997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • ChatswoM, CA 91313 -2402 Prod. No. 5924 Reorder: Call Toll -Free 1- 800 - 876-6827 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT NO. 3151 NOTICE TO SUCCESSFUL BIDDER 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: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract 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 VII (or larger) in accordance with the latest edition of Best's Kev Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. PAGE 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT NO. 3151 CONTRACT THIS AGREEMENT, entered into this 9th day of February, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and E.A. MENDOZA, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: OCEAN FRONT STREET END IMPROVEMENTS FROM 56TH STREET TO 59TH STREET Project Description 3151 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3151, Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 Pi PAGE 10 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of eighty thousand seven hundred sixty six and no /100 Dollars ($80.766.00). 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. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Steve Luy (714) 644 -3330 E.A. Mendoza Inc. 130 S. Chaparral Ct., Suite 205 Anaheim Hills, CA 92808 Attention: Ernest Mendoza (714) 279 -9077 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self- insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract:' PAGE 11 7. INSURANCE (a) Insurance is to be placed with insurers with a Best's rating of no less than AND and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. Minimum Limits of Insurance Coverage limits shall be no less than: General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 0 PAGE 12 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor:. products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. PAGE 13 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. S. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify or defend City from the sole negligence or willful misconduct of City, its officers or employees. PAGE 14 D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY OF P RT E H A Munic at por CITY CLERK Th . d Mayor iP.t► FEB -11 -1998 12:24 E.A. OErdDOZR — 0tJPCCTD4G 7142999079 P. 03:06 0 • PAGE 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 59 STREET CONTRACT N0.3151 EXECUTED IN FOUR COUNTERPARTS PREMIUM INCLUDED ON PERFORMANCE BOND BOND NO. 08086063 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to E.A. Mendoza, Inc. hereinafter designated as the 'Principal," a contract for Ocean Front Street End Improvements from 6e to 5e Street (Contract No. 3151) in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department 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. 3151 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 the undersigned Principal, and, FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,_duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of EIGHTY THOUSAND SEVEN HUNDRED SIXTY SIX- - - - - -- Dollars (80,766.00- - - - - -- ), lawful money of the United States of America, said sum being equal to 1009/6 of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally. firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery 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, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. FEB -11 -1998 12 :21 E.A. MENDOZA CONTPACTING -1 -42 -99049 P. 0.1106 PAGE 16 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 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. And Surety, for value received, hereby stipulates and agrees that no Change, extension of time, alterations or additions to the terns 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 Principal and Surety, on the 12TH day of FEBRUARY t9 98. E. A. MENDOZA, INC. Name of Contractor (PrincipaD FIDELITY AND DEPOSIT COMPANY OF Name of Surety 225 S. LAKE AVE., 11700 PASADENA, CA 91101 Address of Surety (626)792 -2311 Telephone fl-NA BY: MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED STATE OF CALIFORNIA SS. COUNTY OF ORANGE On FEBRUARY 12, 1998 before me, M. TREDINNICK, NOTARY PUBLIC PERSONALLY APPEARED 14ICHAEL A. QUIGLEY personally known to me (or proved to me on the basis of satisfactory evr ence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged 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 upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature L 1 /Y) % OPTIONAL Y& _ nti , This armfor Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER 7ME(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN 09S) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE M-0e1 Pe .6/94 ALL- PURPOSE ACKNOWLEDGEMENT • • Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203­1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Michael A. Quigley, of Aliso Viejo, California, its true and lawful agent and Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings and the execution of such bonds or undertakings in pursuance p�ltese presents, stlBp.pe as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and ack� ed by the , �� °may', elected officers of the Company at its office in Baltimore, Md., in their own proper persons. O The said Assistant Secretary does hereby certify that the extract set the rev eM f is awe copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assis have L ubscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYL 25th day gfAQ t, A.D. 1997. ATTEST: FIDELITY SD �, T E. Smith State of Maryland }ss: County ofBaltbnore ) INY OF MARYLAND By: W. B. Walbrecher Vice - President On this 25th day of August, A.D. 1997, before the suIZkcrr4r , a Notary Public of the State of Maryland, duly commissioned and qualified, came W B. WALBRECHER, Vice- President and T. E. SMI . tant Secre tary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and off ; in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swop rally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the precedift& [swment is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. +r� Oq Car lJ Fader Notary Public My Co Imiss9r Expires: August 1, 2000 CERTIFICATE 1. the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, we and correct copy, is in full force and effect on the date of this certificate; and I do further cenify that the Vice- president who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the said Company, this 12TH day L1428 -012 -0626 FEBRUARY 1998 /C/ Assistant Secretary • EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." 1 � � • JURAT WITH AFFIANT STATEMENT State of v \ ss. County of • See Attached Document (Notary to cross out lines 1 -8 below) • See Statement Below (Lines 1 -7 to be completed only by document signer[s], not the Notary) Signature of Document Signer No. 1 y Y Place Notary Seal Above Signature of Document Signer No. 2 (it any) Subscribed and sworn to (or affirmed) before me this l I day of Date Month veer by l� 'Ok �r e of Signens) (2) Name of ner(s) Si /f t�l c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 0 1997 National Notary Association • 9350 De Soto Ave., P.D. Box 2402 • Chatsworth. CA 913132402 Proe. No. 5924 Peon1m, Call Toll-Free 1.800.87 6-8827 FEH -11 -1998 12:25 E.A. P?Er+DO_A CNTPt� -TING 7132 799079 P.05,106 EXEOED IN FOUR COUNTERPARTS PAGE 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56 TO 58 STREET CONTRACT NO. 3151 BOND NO. 08086063 FAITHFUL PERFORMANCE BOND (The premium charges on this Bond is $ $808.00------- - - - - -- being at the rate of $ $ 10.00 ------- - -- -- thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to E.A. Mendoza, Inc. hereinafter designated as the 'Principal; a contract for Ocean Front Street End Improvements from 56°i to 59"f Street (Contract No. 3151) in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department 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. 3151 and the terms thereof require the fumishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF duly authorized to transact business under the laws of the State of California as Sure t hereinafter "Surety" are held and firmly bound unto the City of Newport Beach, in the sum of SIXTY SIX No/ OON HUNDRED�IIars ($80, 766.00 1 lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBUGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents 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, or fails to indemnity, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. MARYLAND FEB -L1 -1998 12:25 E.A. MENDOZ:A CONTPFCTING 71 -12799079 P. 06.'06 PACE 18 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 way 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. 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 12TH day of FEB E. A. MENDOZA, INC. Name of Contractor (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLA Name of Surety 225 S. LAKE AVE., 11700 PASADENA, CA 91101 Address of Surety (626)792 -2311 Telephone MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED TOTAL P.06 STATE OF CALIFORNIA COUNTY OF ORANGE On FEBRUARY 12, 1998 before me, _ PERSONALLY APPEARED personally known to me (or proved to me on the basis of satisfactory eve ence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged 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 upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature /V' I SS M. TREDINNICK, NOTARY PUBLIC MICHAEL A. QUIGLEY OPTIONAL This area fm Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER MUM ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: f ME OF PERSON(S) OR ENiiT'(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D-081 Rm °/" ALL - PURPOSE ACKNOWLEDGEMENT Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE. MD 212031227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Michael A. Quigley, of Aliso Viejo, California, its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and ''a''s'' its act and deed: any and all bonds and undertakings and the execution of such bonds or undertakings in pursuance se presents, pe as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and ack4 ed by Ne`,, b,, ,, elected officers of the Company at its office in Baltimore, Md., in their own proper persons, k`, e The said Assistant Secretary does hereby certify that the extract set the rev "me f is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. ° IN WITNESS WHEREOF, the said Vice - President and Assis haveel subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLANMIZ* 5th day 9'1'401, A.D. 1997. ATTEST: FIDELITY AND�T"SIT CO ANY OF MARYLAND SEAL •r, By: (to&R.tdrsefte� T. E. Smirk Se W. B. Walbrecher Pice- President State of Maryland ss: �� ^ �v County ofBalthnme �c,,� On this 25th day of August, A.D. 1997, before the su cri* a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. WALBRECHER, Vice - President and T. E. SMI rant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known m be the individuals and offs ribed in and who executed the preceding instrumenL and they each acknowledged the execution of the same, and being by me duly sworn� rally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the precedidg`a strument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. POY �amrF� Car !!. Foder � /votary Public My Co missiryt Expires: August 1, 2000 CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 12TH day of FEBRUARY 1998. Assistant Secretary L142MI2 -0626 0 0 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." JURAT WITH AFFIANT STATEMENT State of countyof ora►� °L I ss. • ❑ See Attached Document (Notary to cross out lines 1 -8 below) See Statement Below (Lines 1 -7 to be completed only by document signer[s], not the Notary) Subscribed and sworn to (or affirmed) before me this 11 ` day of bf I �^ �t Date Monts r e-t` yl vear by ` Name of Signers) (2) N too Slgner(s) Place Notary Seal Above ublic OPTIONAL — Though the information below is not required by law, it may prove valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Number of Pages: RIGHTTHUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 OF SIGNER d2 ®1997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth. CA 913134402 Prod. No. 5924 Reoraor. Cali Toll -Roo 1 -80D. 878.8827 ACORQn CERTIFICA'�F�1AB1L(T� �1UING� oa %oz %i 9�s ' RE.. E.A. Mendoza, I*, DBA: E.A. Mendoza ContrWing Policy N Z10607201 CONTRACTOR'S — SPECIAL COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1.) AMENDMENT- GENERAL AGGREGATE LWUS OF INSURANCE TO APPLY PER PROJECT The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you. 2.) BLANKET ADDITIONAL INSUREDS-REQUIRED BY CONTRACTOR ISSUANCE OF A PERMIT (A) WHO IS AN INSURED ( Section 11) is amended to include as an insured any person, organizatioa, trustee, estate or governmental entity to whom or to which you are obligated, by virtue of a written contract or agreement or by virtue of the issuance or existence of a permit, to provide insurance such as is afforded by this policy, but only with respect to liability arising out of. I. `Your work" for the additional insured(s) or for which a governmental entity has issued a permit, or 2. Acts or omissions of the additional insured(s) in connection with their general supervision of 'your work" at the location shown in the Schedule; then only for the limits of liability specified in such contract or agreement, but in no event for limits of liability in excess of the applicable limits of liability of this policy, provided that such person, organization, trustee, estate or governmental entity shall be an insured only with respect to occurrences taking place after such written contract or agreement has been executed or such permit has been issued, and 2. a) the name of such person, organization, trustee, estate or governmental entity has been furnished to the company as of the effective date of the policy, or b) (i) such contract or agreement takes effect or such permit is issued during the policy period, and Page 1 of 4 Copyright, First Swc Mn gcmcit Group, Inc., 1995 (Includes copyrighted malcrial of fns ma Services Office w;th its pami:sioa Copyright, Insurance Service Ofrcc, 1985) / / (ii) the named insured notifies us, within 180 days after the effective date of the contract or agreement or the issuance date of the permit, of the date as of which such person organization, trustee, estate or governmental entity shall be included as an insured. (B) With respect to any such person, organization, trustee, estate or governmental entity included as an insured by virtue of this provision, the first named insured is authorized to act on behalf of such an insured.with respect to all matters relating to this policy. Such matters include the giving and receiving of notice of cancellation or non - renewal, and the making of changes in the policy terms with the company's consent ; provided, however, this shall not relieve an insured of the duties set forth in Condition 2. (Duties in the Event of Occurrence, Claim or Suit) of the policy. For the purpose of this provision, "First Named Insured" means the person or organization first named in the Declarations of the policy. (C) With respect to the insurance afforded these additional insureds, the following additional provisions apply: I Under Coverage A, exclusions (a), (d), (e), (f), (h2), (i) and (m), apply to this insurance and any other exclusions added by endorsement to the policy which amend the previous exclusions or are added in addition. 2. Additional Exclusions. This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the additional insurcd(s) are obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the additional insured(s) would have in the absence of the contract or agreement. (b) `Bodily injury" or "property damage" occurring after: (i) All work on the project (other than service, maintenance, or repairs) to be performed by or on behalf of the additional nrsured(s) at the site of the covered operations has been completed; or (ii) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. Page 2 of 4 Copyright, First State Manngcmmt Group, Inc., 1995 (Includes copyrighted materiel of lns ranee Services Office with il9 permission. Copyright, 1P UTcnee Smices Ofr'ce, 1985) -1-3e M.Jax (c) 'Bodily injury" or `property damage " arising out of any act or omission of the additional iusured(s) or any of their employ=, other than the general supervision of work performed for the additional insured(s) by you. (d) "Property damage" to: (i) Property owned, used or occupied by or rented to the additional insumd(s); (ii) , Property in the care, custody, or control of the additional insureds) or over which the additional insured(s) are for any purpose exercising physical control; or (iii) "Your work" for the additional insureds) (e) 'bodily injury" or 'property damage" arising out of the sole negligence of a lessor of leased equipment or to any 'occurrence " which takes place after the expiration of an equipment lease. (D) Coverage provided by this endorsement to the Additional Insured(s) shall be primary insurance. Any other insurance maintained by the Additional Insured(s) shall be excess and non - contributory. 3.) DUTMS IN THE EVENT OF OCCURRENCE (A) The requirement in Condition 2.a. (Section D) that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: (1) You, if you are an individual: (2) A partner, if you are a partnership; or (3) An executive officer or insurance manager, if you am a corporation. (B) The requirement in Condition 2.b. that you must see to it that we receive notice of a claim or'%uit "will not be considered breached unless the breach occurs after such claim or "suit" is ]mown to: (1) You, if you are an individual: (2) A partner, if you are a partnership; or (3) An executive officer or insurance manager, if you are a corporation. Page 3 of 4 Copyright, First State Managcmmt Group, Inc., 1995 (Includes copyrighted nmtcrial of Insurance Services Oficc with its permission. Copyright, insoranao ScTyicce Office, 1985) 4.) ACTIONS IN REM WHO IS AN INSURED (Section 11) is amended to include: 5. Any vessel owned, operated by or for you or chartered by or for you with respect to an action in rem shall be treated in the same manner as though the action were in persooam against you. 5.) PROPERTY DAMAGE -BORROVIED EQUIPMENT (A) Exclusion j. of COVERAGE A (Section I) is amended as follows: Paragraph (4) of this exclusion does not apply to 'property damage" to borrowed equipment while not being used to perform operations at the job site. (B) This insurance is excess over any other valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or any other basis. (C) Only with respect to this additional coverage, the Each Occurrence Limit shown in the Declarations is amended to read $75,000. (Section III - Limits) Page 4 of 4 Copyright, Fiat State Nf n gernnt Group. Lie., 1995 G -209 (12195) (Includes copyrighted ma(crial of Insurance Services OQicc with pctmissior- Copyright, Insurance Services onicc, 1985) 0 ice PJ F® 8 U Mayor and Members of the City Council FROM: Public Works Department February 9, 1998 COUNCIL AGENDA ITEM NO. 10 SUBJECT: OCEAN FRONT STREET ENDS IMPROVEMENTS FROM 56T" TO 59TH STREET - AWARD OF CONTRACT NO. 3151 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3151 to E. A. Mendoza Contracting for the total price of $80,766.00 and authorize the Mayor and the City Clerk to execute the Contract. 3. Establish an amount of $8,000.00 to cover the costs of testing, materials and additional work. DISCUSSION: At 11:00 A.M. on January 29, 1998, the City Clerk opened and read the following bids for this project: The low bidder is 19% less than the Engineer's estimate of $99,500.00. • E.A. Mendoza Contracting of Anaheim Hills California, the low bidder, has performed previous contract work for the City. A check with their references and the State Bidder Amount Low E.A. Mendoza Contracting $80,766.00' 2 GMC Engineering, Inc. $93,114.56' 3 R.B. Development $96,431.25 4 Los Angeles Engineering, Inc. $98,345.00 5 Damon Const. Co. $101,461.25' 6 J.D.C., Inc. $103,199.00' 7 Wakeham- Baker, Inc. $109,109.00 8 West Coast Construction $110,357.50' 9 Gillespie Const. Inc. $111,460.00 10 RYCO Construction, Inc. $114,385.00 11 Hill Crest Contractng, Inc. $117,064.00 12 Nobest, Inc. $118,666.00' 13 EXCEL Paving Co. $136,959.50 'Corrected bid amounts The low bidder is 19% less than the Engineer's estimate of $99,500.00. • E.A. Mendoza Contracting of Anaheim Hills California, the low bidder, has performed previous contract work for the City. A check with their references and the State SUBJECT: OCEAN FRI STREET ENDS IMPROVEMENTS FROM 41 TO 59TH STREET -AWARD OF CONTRACT-4. 3151 February 9, 1998 Page 2 Contractor's License Board indicates that E.A. Mendoza Contracting has successfully . completed projects of a similar nature for other southern California agencies and has no pending actions detrimental to their contractor's license. The Oceanfront Encroachment Program was adopted by the City and approved by the California Coastal Commission six years ago. The F.Y. 1997 -98 Ocean Front Street End Improvement Program provides for the construction of four street end improvements between 56th and 591h Street. The improvements include the construction and replacement of 6,720 square feet of roadway, 3,450 square feet of sidewalk and 750 lineal feet of curb. The locations are shown on Exhibit "A ". Staff has obtained a Coastal Commission Permit for the construction of the current project. Coastal Commission approval of the permit for this project, and any future ocean front street end improvements, requires the City to construct a minimum of three street end improvements per year, until all unimproved ocean front street ends in West Newport are improved between Summit Street and 36th Street. Last year five street end improvements were constructed between 51St and 55th streets. These improvements plus the improvements proposed in this year's program bring the total of complete improvements to twenty -seven street ends. At the completion of this project 13 street ends will remain to be constructed. Funding for this project is generated through annual oceanfront encroachment permit fees. Sufficient funds for the project are available in the Ocean Front Street End Improvements, Account No. 7013- C5100014. Respectfully submitted, c PUBLIC WORKS DEPARTMENT Don ebb, Director �Y 4 f cn, rW`Stephen Luy Associate Engineer Attachment: Location Map Bid Summary F: \GROUPS \PUB W ORKS \COUNCIL \9a \FEB -9 \C -3151. DOC is 7 F--1 L_J JO% A CJ ' \ pJC w� �O ko. N.T.S. �0 PACIFIC COAST s O� b� h� OC o CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN FRONT STREET END IMPROVEMENTS FROM 56TH ST TO 59TH St. 0 NC 9� A�\ DATE APPROVED C -3151 STEPHEN LUY PROJECT ENGINEER DRAWING NO. EXHIBIT "A" u V t L O h V U < } o � o U - z < � u O � < - F C 7 L R E U. 0 • F O J J J V1 O O O O O O O O O p O 0 0 0 0 J 0 0 0 o r o 0 0 0 o O J O O o J o o J J (V j •• 0 0 0 0 r� r h vi o 0 0 0 0 0 0 0 0 - � o o - 0 0 0� P o M U •n Q Q Q N N .-: �O 'V N r N r'1 -- F< NV a N L O C L Q d❑ ❑ C .p.. i d C S O ❑ o 'c F F $•' p' 3 G m ry > n U V U U c ° m o o L' cll H U L G G 0.U. :O ` y o t o a n y Q a v U O 0 0 U F U U 0 0 o v o U U U a' U c c c 0 0 F Q Q M Q Q Q Q O Q O O U O O O CO QF N Q Q ci C � 0 0 0 0 0 0 0 0 0 0 0 o O C o 0 0 o Vi O Jn 0 N O J O O I •n vl N I r,l N t m T � V F L c 0 0 0 V x Q G O O i O O �Q CC �D - I'D O O r O O to O O N 'I M r? p� �•] OS v� C O m M N r'1 vi O O O � J c c o 0 0 0 0 0 o c o 0 0 0 0 0 o c o= ^ c c o 0 0 0 0 0 0 0 0 0 ,n o J c `— CG r N V P r J Q r NVV ,C YJ Vi n O— y C9 < U /'1 SV — N N J C O L C C U o c c o o W C C ,•• C C O O S C O O� Q P 09 S v, V- Q Q N O O O O N O O O O M O O O O O Q m 0 F u 0 0 0 0 0 0 0 0 0 0 0 o J C o 0 o O C J J o o 0 0 o c o 0 0 o J o 0 o c c J v o 0 o m O O r o„ Q •.� v o Q o 0 0 0 0 o ry o J c :J < V Q � C F u y: c o o J o •n o o c •.+ o 0 0 0 0 0 0 0 0 o J n-/ 0 0 0 0 r O O ,n N C O O O rG C W F U °o Q o 0 - z w F O ry E O t pp j •• J C N L 41 Q d❑ ❑ C .p.. i d C S O ❑ o 'c F V7 �] u U a $•' p' 3 G m ry > n U V U U V y ° m o o L' cll H U L G G 0.U. :O ` y o t o a n y Q a U O 0 0 U F U U 0 0 o v o U U U a' U c c c 0 0 F N 0 O P 0 S CCU d R L G to 0 if 0 W U L L O N :G L W } o � U - N Z O F V � F C � < L r E E d ..l J N N I h N W N i W W W X11 W j -.1 J .] } O rig O O O O O vl O j F - -- r rn Q o N C 1 E J � V U N- v, - v_ N - e r b- m P o ry 0 a O Q N b Q 9 'm a a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 �ooaoQOOOOa000�oaP O o O N N b o Q O Q O o o O O O o O h m o m- P (� O q c F o 0 0 0 0 0 o O m r O U � e - ,.] W 0 0 0 O vt O O I O b- Q N O b b O O O O O O W b N v1 Q ut O O vi m r N W N h O b �O V V °o °o °o 00 00 00 00 00 00 tl� ° C0 Oo C0 00 = Oo � b O O i" C C O C O O O O C O O O O O O O O O O O O J O O O O O O O O O O O O O L. [0 C O O O C O v n O O O O O O O O O O O O O o 0 0lz� v, c0 < V O O C4 - s o < .1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O n o 0 o r ry o 0 0 0 0 o C o 0 0 0 o vi o 0 0 � F G F h L: ✓' 0 0 0 0 o h O o 0 h O O O O o 0 0 0 0 0 0 o 0 0 o v. o 0 0 o m o G N Q < O ZO W ..l J N N I h N W N i W W W X11 W j -.1 J .] } O rig O O O O O vl O j F - -- r rn Q o N C 1 E J � V U N- v, - v_ N - e r b- m P o ry 0 a O Q N b Q 9 'm a a W U LL a O 0 0 W U G ° } o � F U - a z O F U W F O G 7 C E E p F z W i . :7 VI VI LL m: [a. L. L L L rj tV Oj fn 4. 0000000�0000000000�000 ❑ O O O O O M •n O V O b O O O O O b N U O �p G U P b_ D\ N N O N N N b m •D nt Q P ry o h c � a o •n o O 3 Cl r � N •n � N N W N C c 0 0 0 0 0 0 0 0 0 •n 0 0 0 0 0 0 0 0 0 0. o ° 0 0 0 0 0 0 0, .n •n ry o 0 0 0 0 0 0 0 0 0 0 3 a F V a` 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 •o rn O O O �° O Q O �O �° O O O O N •n O °� O N O c }, _ 1 W O O O O O O O O O O O O O O O O O O O O O m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e- 0 3 O NI O� Q Q N Q 'Q rl O •/� O O N 00 O W (n O °• � L 3 o c o o •.i a �.i r o 0 0 0 0 0 0 0 0 0 � o o r 0 0 0 o n O O O •n r m r w c m r O cc u. o 0 C 0 0 O O O O O 0 o O m •n •n ry N Q N o V rn G U �n Vl N (mil N N N Nl — N N N N 1� Q •n - F L V G , o 0 0 o ry ry ry o 0 0 0 0 0 0 0 0 o ry o 3 o U 0- U o 0 � L N N N N Z• r j r 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ri o 0 o r ry o 0 0 0 0 0 0 0 0 0 0 0 •ri 0 0 0 O O O O W r O •/i V vl �O °� m W O Q O O O O O O N O O ° W G LJ N —_ O. O N � Q_ e P •O •° a L F N W ur o o 'o 0 0 1n 0 0 0 •n 0 0 0 0 0 0 0 0 0 0 0 r o o N o 0 0 0 0 0 0 o n o Z r W F z W i . :7 VI VI LL m: [a. L. L L L rj tV Oj fn 4. q V. l 4. t . ❑ n N} o h o° o o° o o •n o 3 Cl r � N •n � N N W N U � � u m W � ❑ u> ...1 � o N Z. e ❑ 'c o c H U U U U U U U U O c iO u 2 a a a L e a m t y V 2 s= U U O U U 0 r m O F] A 0. 0 11 E l_J 0 E U t. O h :L C u � � � rn V < } } O V — N f- F ❑ i E E .� .; ..1 ti y I h h h vi rii 1 W fit W ,j ,..1 I ..] .1 ,.] L' ry J i U ) E ) V ' � t EVO 'O O .• e0 F tt U U u ? c s p a c a u u h J o n O o F V U U U L 3 U y m s O oe p " U U U V — f U 0 V H U U U U U N U c- c c c c a` U 4 E F •-• N 0 0 N 6 r C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000000000000000000 ,� y o 0 o r r N Vl N O• m .o rn o- W N1 n 'o v, o 'c O r vl —— o o� m •n 'O U r N .° •o b FU ry O a F o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N o 3 U h o 0 C: 0 N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 'n O 'n r D\ V' — 'n O < () r N1 N 0` O 'n N 'nV V �• r1 r r d F 0 L _ en c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N o V 0 0 0 0 0 0 0 o n� 3 �. m o 0 o ry e •n rn n .� (n o 0 o c c o= c o r p V %n V z r o L — - — C O O O O O O O O O O O O O O O O C O O O J O O O C O O C O C O O O O O O C C C O O C C p G C o O o 0 0 o O c o 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O N O 3 } O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n 'n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r e% •n n C` rt N O V O O O O C O V' — O O N O n r� v O ^ — N T � O � G V C O O O O •n C O O 'n O O O O O O O C O O O 0 0 0 0 r o o" ry o 0 0 0 0 0 0 0 0 z .� .; ..1 ti y I h h h vi rii 1 W fit W ,j ,..1 I ..] .1 ,.] L' ry J i U ) E ) V ' � t EVO 'O O .• e0 F tt U U u ? c s p a c a u u h J o n O o F V U U U L 3 U y m s O oe p " U U U V — f U 0 V H U U U U U N U c- c c c c a` U 4 E F •-• N 0 0 N 6 r C U w O x :L j � a V < } o � F o ^ V � N z F U w Fw- C � < L C. E E n q 0 In 1. LL L L L 4. L �, (n L j vi L L lL O O O O O G O O O G O O O O O O O O G O O G ` z 000000aG000OOOOOOOOOOo w d � cv > < U < N L 3 > O F a O J m v' �. ` [y U O 6❑ ❑ V: i.i O V A L O O C rG. O N n '� c_ V U V U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o G o o G o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F• W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U c° 5 n`. U a ^ N c O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O OO 0 0 0 0 0 0 OO 0 0 0 0 0 0 0 0 0 0 0 H U o C o 0 0 0 o G o 0 0 0 o G o 0 0 0 o G o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o G G o w o 0 0 0 0 0 0 0 0 0 0 0 o G o 0 0 0 0 0 0 O C G C O O O O C C' O O O Q t� C P cC O O N Q P W T � C U z O C O O O O G G h O 0 0 0 Q 0 O O O — N O CD -D O O O O N O L L w O 00 ^ b 1� r rl r m rl O O C 00 C. h 00 m O. O O O U rn e rv— x o m I — -] x L' ^ O O O O O O O o O c O O O O O O O In O O O O vi O O O N n _ (` N P C N N t^. O 'Y Q C,• b O F< N w O O C O Ong C o O 'n 0 0 0 0 0 0 0 0 0 0 0 O O z w In 1. LL L L L 4. L �, (n L j vi L L lL 0 is 0 �1� O O O vi O In 74 E ` z E E d d � cv > N L 3 > O In J m v' �. ` [y U O 6❑ ❑ V: i.i O V A L O O C rG. O N n '� c_ V U V U uo U U U U U K V c c c c c c° 5 n`. U ^ N 0 is 0 �1� 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 GMC Engineering Inc. 586 East Lambert Road Brea, California 92821 Gentlemen:' (714) 644 -3005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 56th to 591h Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, a 4Vpulk M LaVonne M. Harkless, CMC /AAE City Clerk 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 R.B. Development 19511 High Ridge Way Trabuco, California 92679 Gentlemen. (714) 644 -3005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 5601 to 59th Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, Ms-�w ' LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Los Angeles Engineering 4134 Temple City Boulevard Rosemead, California 91770 Gentlemen: (714) 6443005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 5611, to 5911, Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, 0"n" k, A- M 6V/, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Damon Construction Company 455 Carson Plaza Drive, Unit F Carson, California 90746 Gentlemen:` (714) 6443005 February 13,1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 561h to 5911, Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 February 13,1998 JDC, Incorporated Post Office Box 3448 Rancho Cucamonga, California 91729 -3448 Gentlemen Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 56th to 59th Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, �t. ftw' V"v *J* LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 West Coast Construction 3030 Oak Avenue Corona, California 91720 Gentlemen (714) 644 -3005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 56th to 59th Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, C�vUKYWA. &�*fkr6 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Wakeham - Baker, Incorporated 3152 East La Palma Avenue, Suite I Anaheim, California 92806 Gentlemen: (714) 6443005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 561i to 591' Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach Ll 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Gillespie Construction, Incorporated 245 Fischer Avenue, Suite B -3 Costa Mesa, California 92626 Gentlemen (714) 6443005 February 13,1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 560, to 591h Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, )Ai oova,V�A- Oq* LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Ryco Construction, Incorporated Post Office Box 327 Gardena, California 90247 Gentlemen:` (714) 6443005 February 13,1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 561h to 591h Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, L�k kLW-- iv LaVonne M. Harkless, CMC /AAE City Clerk 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 Hillcrest Contracting, Incorporated Post Office Box 1898 Corona, California 91718 -1898 Gentlemen.' (714) 6443005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 560, to 59�h Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 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 Nobest, Incorporated Post Office Box 874 Westminster, California 92684 Gentlemen: (714) 6443005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 56th to 59th Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, 00 - LaVonne M. Harkless, CMC /AAE City Clerk 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 Excel Paving Company 2230 Lemon Avenue Long Beach, California 90806 Gentlemen: (714) 644 -3005 February 13, 1998 Thank you for your courtesy in submitting a bid for the Ocean Front Street End Improvements from 56th to 591h Street (Contract No. 3151) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, I ^ e I �1�C Wes-' LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach