HomeMy WebLinkAboutC-3234 - Ocean Front Street Ends from 60th Street to Lugonia StreetCTI, OF NEWPORT BEACH
August 8, 2001
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
(949) 644 -3005
JDC, Inc.
Attn: James De Armond
P.O. Box 3448
Rancho Cucamonga, CA 91729
Subject: Ocean Front Street End Improvements: 60th, 62nd, Cedar, Walnut
and Lugonia Streets (C -3317)
Dear Mr. De Armond:
On August 8, 2001, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on September 15, 2000. The Surety for
the contract is Fidelity and Deposit Company of Maryland, and the bond number
is 8084570. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lib
cc: Public Works Department
enclosure
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
September 15, 2000
JDC, Inc.
James De Armond
P. O. Box 3448
Rancho Cucamonga, CA 91729
Subject: Ocean Front Street End Improvements, 60th, 62nd, Cedar, Walnut,
and Lugonia Streets (C -3234)
To Whom It May Concern:
On August 8, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 10, 2000, Reference No. 20000418483. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 8084570.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, P.E., Construction Engineer
encls.
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
-- � g kbf -D' nge
Recorded in Official ReccA'd_
Gary Granville, Clerk- Recorder
Illlillllllllllllllllillllllllllllllilllilllll �10��(� :29
200000BO W 2 000 0.00
0.0030 00.00 0.00��Q •t°R¢ !(,F CITY CLERK
C 1 ✓. ^f t i ✓f1L T nr
"Exempt from recording tees
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 JDC, Inc. of Rancho Cucamonga,
California, as Contractor, entered into a Contract on March 14, 2000. Said Contract set
forth certain improvements, as follows:
Ocean Front Street End Improvements; 60' 62nd Cedar Walnut and Lugonia Streets,
C -3234
Work on said Contract was completed on May 31, 2000, and was found to be acceptable
on August 8, 2000, 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.
:4 1 r;
�.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on C Lc c �y/— /( a at Newport Beach, California.
y
BY E% 17), 1j-4 pp -a20-1
City Clerk
°
r�
vl
CITY C,
ITEM
TO: Mayor and Members of the City Council
FROM: Public Works Department
�35>
C -3a3`i
August 8, 2000
a -82:
SUBJECT: OCEAN FRONT STREET END IMPROVEMENTS, 60T", 62ND, CEDAR,
WALNUT, AND LUGONIA STREETS, CONTRACT NO. 3234 -
COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond one -year after Council acceptance.
DISCUSSION:
On March 14, 2000, the City Council authorized the award of the Ocean Front Street
End Improvements contract to JDC, Inc., Rancho Cucamonga, California. The contract
provided for the construction of five street end improvements between 60°i and Lugonia
Streets and the upgrade of the landscape on previously constructed street ends
between 530 and 591 Streets. 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: $135,861.00
Actual amount of bid items constructed: 137,676.45
Total amount of change orders: 5,933.94
Final contract cost: $143,610.39
The increase in the amount of actual bid items constructed over the original bid amount
resulted from minor increases of various quantities exceeding the bid item quantities.
The final overall construction cost including change orders was 5.7 percent over the
original bid amount.
• 0 1
SUBJECT. Ocean From Street End Improvements, Contract No. 3234 - Completion, Acceptance
August 0, 2000
Page 2
A total of two change orders were issued to complete the project. They were as
follows:
1. A change order in the amount of $2,000.00 provided for the 200 feet of
telephone conduit for future use at a life guard station.
2. A change order in the amount of $3,933.94 provided for the removal and
replacement of asphalt concrete at five street ends and other miscellaneous
work.
Funds for the project were budgeted in the following account:
Description
I Account No.
Amount
Ocean Front Street End improvements
I 7013- C5100014
$143,610.39
All work was completed on May 31, 2000, the scheduled completion date.
Respectfully submitted,
Qw
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By //0-10 ` 1/.�r.�
Horst Hlawaty, P.E.
Construction Engineer
Attachment: Location Map
8 ny,
0
�S
.ofs,
ShSS
� G
hBS, wy
O wss O
OO fs °
Ooh 1 .V
s49 O
Oi F``� titg p
J1s dy �a
�r w
O�54b� QP . .
> fS
S,aw C-3234
CITY OF NEWPORT BEACH mAwN DATE Z- 7
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS
60TH TO LUGONIA STREET DRAWING ND. EXHIBIT A
S t l
YY
0 0
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
CITY CLERK
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 11:00 a.m. on the 24th day of February 2000,
at which time such bids shall be opened and read for
E
Title of Project
Contract No. 3234
$146,000.00
Engineer's Estimate
prove by
l.-
)dV1
Don W. ,qbb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy, Project Manager at (949) 644 -3311.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS;
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................1
BIDDER'S BOND ............................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5
NON-COLLUSION AFFIDAVIT .......................................................... ..............................6
NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7
CONTRACT...................................................................................... ..............................8
LABOR AND MATERIALS BOND .................................................... .............................14
FAITHFUL PERFORMANCE BOND ................................................ .............................16
PROPOSAL................................................................................ ............................... PRA
SPECIAL PROVISIONS ................................................................. ...........................SP -1
s�
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS;
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
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.
PAGE
The securities shall be deposited in a State or Federal chartered bank in California, as the
escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the California
Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
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.
�0�3.3 L
Contractor's License No. & Classification
jok c. ;tip
Bidder
uthori ed Signaturefritle
a L/-00
Date
PAGE 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS:
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
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 109%
Dollars ($ ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
OCEAN FRONT STREET END IMPROVEMENTS; 60TH, 62ND, CEDAR, WALNUT AND
LUGONIA STREETS, CONTRACT NO. 3234 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 from its
obligations under this Bond.
Witness our hands this day of 20=
Name of Contractor (Principal) Authorized Signature/Title
Name of Surety
Address of Surety
Telephone
Authorized Agent Signature
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
0 0
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS;
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor 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.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
JDC , N�
Bidder
Subcontractor Address
r
Bond No, TBD
Fidelity and Deposit Company
NOME OFFICE OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS:
That we JDC, Inc.
BAL71MORE, MD 21203
Principal, (hereinafter called the "Principal "),
and, of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, a corpora-
tion duly organized under the laws of & State of Maryland, as Surety; (hereinafter called the "Surety") are held and
firmly bound unto City of Newport Beach
Obligee, (hereinafter called the "Obligee "),
in the sum of Ten Percent of Principal's Bid Del)= (s * *10 % ** )
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Ocean Front Street End Improvements
Job Number: 3234
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding
or contract documents with good and sufficient surety for the faithful, performance of such contract and for the prompt
payment of labor and material f t mishod in the prosecution thereof, or in the event of the failure of the Principal to enter
into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said' bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,
otherwise to remain in full force and effect.
Signed and sealed this 18th day of February p D lff_ 2000
--- - - - ---- - --- ----- - -- - - - - -- --
------ Principal
--- - - -- -- --- -- - - -- --
Witness - - -- - - - -- 1.
James a Armond r ident Title
`� nr FIDELITY AND DE S A MARYLAND....,."
By (S -FAL)
—V
mess J.W Johnson Attorney –In –F i _
02i, —SM. 541 23"n �.
CAFA2m b Amok„ Iwki W Ar Mam D� A- 310. ,`...
fi6,v,7 1970 ukio..
_i Ia -'mss, ,.. ..�......_. _ .. ... _ _.. _.. __ . �.—.... au�u- ��.A°edYaiIDfILi9CA".$B9Sv_'.t. I�4....�'h edii��Krv.:.•r
J .
Power of Attomey
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, 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 Vl, Section 2, of By -Laws o 'd Company, which are set forth on the
reverse side hereof and are hereby certified to be in full f d e e date hereof does hereby nominate,
constitute and appoint J. W. Johnson, of Fullerton, Calif true k agent and Attomey -in -Fact, to make,
execute, seal and deliver, for, and on its behalf as s its eed: any and all bonds and undertakings
and the execution of such bonds or undertakings in p of th ts, shall be as binding upon said Company, as
fully and amply, to all intents and purposes, as if th d and acknowledged by the regularly elected
officers of the Company at its office in Baltimore in their persons. This power of attorney revokes that
issued on behalf of J. W. Johnson, dated Januaryrl9, 998.
The said Assistant Secretary does b
Article VI, Section 2, of the By -Laws e
IN WITNESS WHEREOF, the said
affixed the Corporate Seal of the sa(
November, A.D. 1999.
ATTEST: FIDELITY AND REf
49
T. E. Smith Assistant
State ofMmyland } as:
County ofBaknim J
that th set forth on the reverse side hereof is a true copy of
ny, an ow in force.
knistam Secretary have hereunto subscribed their names and
DEPOSIT COMPANY OF MARYLAND, this 19th day of
COMPANY OF MARYLAND
By: �.r- GtLsAcc�
W. A Walbrecher Vice- President
On this 19th day of November, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument 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 ]rand and affixed my Official Seal the day and year first above
written.
L1428-012 -4152
Caro! J. Fa Notary Public
My Commissi Expires: August 1, 2000
.. ., :.
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 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, undertaking,
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."
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 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 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 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
18th day of February 2000
Assistant Secretary
0 0
CALIFORNIA ALL - PURPOSE
State of California
} ss.
County of Orange J
On 2 -18 -00 before me, Sandi Forte, Notary Public
Date Name and Title of Omer (e.p..'Jane Dae, Notary Public -)
personally appeared J•N• Johnson
Neme(e) d sipnar(s)
SANDI FORTE
Commission # 121200
Notary Public - California
=� Orange County
MyComm. Wires Mar 1,20M
Place Notary Seal Above
M personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(K) whose name( is /aMx
subscribed to the within instrument and
acknowledged to me that he/5lse lftag executed
the same in his /K6*Yt * authorized
capacity(Y&( and that by his /glatRO yak
signature(er) on the instrument the person(si, or
the entity upon behalf of which the person(M
acted, executed the instrument.
WITNE S my hand an al seal.
Sgnalure of Notary Pudic
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.
Description of Attached Document
Title or Type of Document: Bond
Document Date: 2 -18 -00
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner-0 Limited ❑ General
IJ]xAttomey in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Number of Pages: I
Signer Is Representing: Fidelity And Deposit Company of Maryland
01297 Netldlal Notary AmadMion -9aa0 De Sab Ave.. P.O. eax 2402- CIIWwpar, CA 919112402
RIGHT THUMBPRINT
OF SIGNER
Ptcd. Nw'A07 Ralxder. Cal TWI me 14D"78MV
5•
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
1 ss.
County of Orange J
On 2 -18 -00 before me, Sandi Forte, Notary Public
Date Name erd Title of Officer (e.g.. -Jere Doe. Notary Public')
personally appeared James De Armond
0 SANDI FORTE
Commission # 1212058
z G'�. Notary Public - California
Orange County –
My Comm. Expires Mar 1, 2000
88 personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(g) whose name(d) is /AN
subscribed to the within instrument and
acknowledged to me that he /AKW executed
the same in his /MKdtIWK authorized
capacity(kxx), and that by hisithiox(fkte3dx
signature(s) on the instrument the person(6), or
the entity upon behalf of which the person(o
acted, executed the instrument.
WIT y ha and f,iciial seal.
Place NMary Seal Above Signature of Notary P.M.
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.
Description of Attached Document
Title or Type of Document: Bond
Document Date: 2 -18 -00
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Number of Pages:
1
❑ Individual
Top of thumb here
`� Corporate Officer— Title(s): President
❑ Partner —❑ Limited ❑ General
❑ Attorney in Fad
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing: JDC, I nc.
0 1997 NetlpW Notary AeaoWlbn • 0330 De Sato A".. P.O. Box 2404 • Clwbwurlh, CA 91313.2402 Prod. No. 5907 Peptler. call TnIFFlee 48066768827
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ICounty of Orange
On 2 -18 -00 before me, Sandi Forte, Notary Public
Date Name aaa Tab of officer (e.g.. 'Jam Doe. Notary Public)
personally appeared .lames De Armond
SANDI FOITIE
Commission # 1212058 z
3MVComm.&PbWMar1'-
Notary Public - California T
Orange County
Place Notary Seal Alcove
D personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(g) whose name() is/AM
subscribed to the within instrument and
acknowledged to me that he /iSKi4Fftf executed
the same in his /MKdl MK authorized
capacity(ioW, and that by his /alelt"x
signaturefs) on the Instrument the person(A), or
the entity upon behalf of which the person(4
acted, executed the instrument.
WITN S my hand nd official seal.
Signature of Notary Putriz
.a
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS,
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
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 /Agency To Contact Number
461 0("- AJtt:�,9ote —
<J pc ,~e-,
Bidder
0
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS:
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of t%4%t-)
PAGE 6
y /�►� c/��`ie"�'� , being first duly swom, deposes and says that he or she is
of j O C 4r -w , the party making the
foregoin 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 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 State of California that the foregoing is true
and correct.
jn,o -
Bidder
Authoriz d Signature/Titl
Subscribed and swom to before me this _ day of
Notary Public
20
[SEAL]
My Commission Expires:
-T � i •
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS;
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
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 receipt
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 Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance companys 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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS:
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREETS
CONTRACT NO. 3234
THIS AGREEMENT, entered into this 14"' day of March, 2000, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and JDC, Inc., hereinafter "Contractor," is made with
reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
3234
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractors 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:
A. 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 Special Provisions and Standard Drawings,
Plans and Special Provisions for CONTRACT NO. 3234, Standard Specifications for
Public Works Construction (current adopted 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.
B. 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.
s • •
PAGE 9
C. COMPENSATION 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 one hundred thirty-five thousand, eight
hundred and sixty-one and 00/100 Dollars ($135,861.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specfied 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.
E. 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: Stephen Luy, P.E.
(949) 644 -3311
F. LABOR CODE 3700 LIABILITY INSURANCE
Contractor, by executing this Contract, hereby certifies:
JDC, Inc.
P.O. Box 3448
Rancho Cucamonga
CA, 91729
Attention: James De Armond
(909) 899 -4841
"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."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
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
PAGE 10
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.
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.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) 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.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) 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.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. 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.
0 0
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
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.
ii. 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.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. 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.
v. 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.
b) 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.
c) 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.
5. 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
•
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. 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.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
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.
2. 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.
3. 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 City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. 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.
5. 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 H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
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.
,
0
E
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. 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:
CLERK
APPRO AS TO FORM:
Z-lTt/ATTORNEY
CITY OF NI
A Municipal
BEACH
JDC, Inc.
By 4A—aLeX4-- �
e
t\usm\pbweharedbonbmdVnastem \formal conhad master.doc
02128/00
1:
0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of Orange
On 03 -21 -00 before me, Sandi Forte, Notary Public
Dam Nerve WW Title of OW (a.9., WN Doe. Notary Puotic )
personally appeared James De Armond
Neme(s) d slpnage)
..,, . SANDS FORTE
x: Commission # 1212058
Notary Public - California
Orange County
My Comm. Cxpaes My 1, 20D3
Pm Nomry Seel PbW
* personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(g) whose name(d) WIN
subscribed to the within instrument and
acknowledged to me that he/AlKWOW executed
the same in his /1UYAWtiIK authorized
capacity(i*, and that his1h*x"x
signature(s) on the instrument the person(8), or
the entity upon behalf of which the person(r4
acted, executed the instrument.
WITNESS my h, " d a official seal.
�^^fytiG�
Spnemm of Nomry Publk
OPTIONAL
Though the information below is not required by law, d may prove valuable to persons relying an the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: Bond
Document Date: 03- 21 -00, Number of Pages:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer
Signer's Name:
❑ Individual
" Corporate Officer—Title(s): President
• Partner — ❑ Limited ❑ General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer is Representing: JDC, I no.
PoGHT TH UL16PRINT
OF 51GNL12
01997 N,tlnel Nomry ANOCMM • 9350 De SamA".. P.O. Boa 2402 • C1WW&WN. CA 91313.2AM Pm6. No. 6807 Rmtdm: Call Tog-Fm 16006766627
"AC3RD� GEKTIFICAW QF LI U'.{
vnooucER -
Armstrong /Robitaille Ins Svcs
P.O. BOX 34009
Fullerton, CA 92834 -9409
Phone No . ( 714) 5 7 8 - 7 0 54
{R�A JnclNC
VE DATE (MM DD YY)
03/21/00
ND CONFERS NO RIGHTS UPON THE CERTIFICATE
PALTER RTIFICATE IS ISSUED AS A MATTER OF INFORMATION
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
HE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
tchester Fire Insurance Co.
Fax No. (714) 578 -7489
INSURED
J . D . C . , INC .
P.O. Box 3448
COMPANY
BGolden Eagle Ins Corporation
COMPANY
C
Rancho Cucamonga, CA 91739
COMPANY
D
COVERAGES.:-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
DATE (MMIDD/YY)
POLICYEXPIRATION
DATE (MMR107YY)
LIMITS
A
B
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE L 'J OCCUR
OWNER'S B CONTRACTOR'S PROT
Per Proi . Aggr.
GLS644133
(If Required by
Contract)
CCPS5236300
07/01/99
07/01/99
07/01/00
07/01/00
GENERAL AGGREGATE
s2,000,000
PRODUCTS-0OMPlOP AGO
$1,000,000
PERSONAL $ ADV INJURY
$1,000,000
X
EACH OCCURRENCE
$1,000,000
X
FIRE DAMAGE (Any m fire)
s50,000
AUTOMOBILE LIABILITY
X ANY AUTO
MED EXP (Any me persm)
COMBINED SINGLE LIMIT
s5,000
$1,000,000
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
X HIRED AUTOS
I
X NON -OWNEDAUTOS
BODILY INJURY
(Per amidant)
$
PROPERTY DAMAGE
$
i
GARAGE LIABILITY
ANY AUTOUTO
ACCIDENT
S
ONLY'
EONLY�
H ACCIDENT
$
AGGREGATE
ENCE
$
$1 000 000
A
B
EXCESS LIABILITY
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
CUS201813 07/01/99
NWC55236400 07/01/99
07/01/00
07101100
AGGREGATE
$1,000, 000
X I STATUTORY LIMITS
S
- - - --
EACH ACCIDENT
$1 000 000
THE PROPRIETOR! INCL
PARTNERS /EXECUTIVE
OFFICERS ARE EXCL'
OTHER
OISEASEPOLICY LIMIT
$l 000 000
DISEASE -EACH EMPLOYEE $1 000 000
DESCRIPTION OF OPERATIONS /LOCATIONSNEHK:LESISPECIAL ITEMS
30 DAY NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NON - PAYMENT OF PREMIUM
RE: Ocean Front Street End Improvements- Contract No. 3234
(See Attached Schedule.)
GERTIPIGATE HOLDER
CANCELLATION
City of Newport Beach; Public
Works Department
3300 Newport Blvd.
Newport Beach, CA 92658
SHOULD ANY OF WE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL WB
30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
x
tae
AUTRORPD REPRESENT VE
ACORD 26S (3188} Of '::_ 0 4z
®- ACE]RU CORPORATION 1993
03/28/00 TUE 16:23 FAX 714 578 7489 ARMSTRONG-ROBITAILLE
I M n n -*A
as additional insureds as respects general be covered
City, its officers, officials, employees and volunteers are to r
liability and automobile
liability. 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. Separation
of insureds applies.Waiver of subrogation applies re: workers' comp.
Policy Number: CCP55236300
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
61616MR1111111
Name of Person or Organization (Additional Insured):
City of Newport Beach, its officers, officials, employees and volunteers
Public Works Department
3300 Newport Blvd.
Newport Beach, CA 92658
RE: Ocean Front Street End Improvements — Contract No. 3234
Who is an insured, Section II - Liability Coverage, is amended to include as an "Insured"
the persons or organization shown in the schedule, but only with respect to liability
arising out of an auto accident and occuring while operations are being performed for
them by the "insured" and occuring while a covered Auto is being driven by the
"insured" or one of the "insured" employees.
COVERED AUTOS (Section I) is amended, but only as respects the persons or
organization shown in the schedule, to symbol 2 = OWNED AUTOS ONLY.
Coverage provided by this endorsement applies only to the Liability Coverage. However,
this endorsement does not extend coverage to the "insured" for any bodily injury to the
"Insured" employees, nor for property damage to the "insured" property.
All other terms and conditions of the policy remain unchanged.
This insurance is primary and any insurance available to the additional insured shall be
excess and non - contributing.
IL8500 12/87
POLICY NUMBER: GLS644133 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEESS or
CONTRACTORS [FORM B]
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Newport Beach; Public
Works Department
3300 Newport Blvd.
Newport Beach, CA 92658
{ If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
30 DAY NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NON - PAYMENT
OF PREMIUM RE: Ocean Front Street End Improvements- Contract
No. 3234 City, its officers, officials, employees and
volunteers are to be covered as additional insureds as
respects general liability. Contractor's insurance coverage shall
be primary insurance and /or primary source of recovery as respects City,
its officers, officials, employees and volunteers shall be excess of the
Contractor's insurance and shall not contribute with it. Separation of
insureds applies.
CG 20 10 11 85
i.
MAR -28 -00 TUE 03:21 PM FAX N0. P. 02
KCAL- SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: 04 O DEPARTMFNT/CONTACT RECEIVED FROM; VAAM �OpfL�.�
DATE COMPLETED: D 3 SENT TO: - ShwuNl9 DYl.�1G BY:
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: xp- &•. /)Va •
GENERAL LIABILITY:
A. INSURANCE COMPANY: &WA R PRE �� � ev
B. AM BEST RATING (A VII or greater): • /
C. ADMITTED COMPANY: ( Must be California Admitted) Is company miffed in California? Yes V No_
D. LUvIITS: (Must be 51.000,000 or greater) What is limit provided'? D
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? Yes No
F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and
volunteers). Is it included? Yes ✓ No
G. PRA ARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes ✓ No
H. CAUTION! (Confirm that loss of liability of the Named insured is not limited solely by their negligence:.)
Does endorsement include "solely by negligence" wording? Yes No—k!!�-L
1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b}
certified mail; per Lauren Farley the City will accept the endeavor wording.
11. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY:
B. AM BEST RATING (A VII or greater): : 1A
C. ADMITTED COMPANY: (MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes ✓ No
D. LIMITS: ( Must be $1.000,000 minimum BI & PD and $500,000 UM) What is limits provided? . 1i AiF7x&
E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and
volunteers). Is it included? Yes ✓ No_
F. PRIMARY AND NON CONTRIBUTORY WORDING: ('Must be included). Is it included? Ycs J� NO
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COMPENSATION:
A. INSURANCE COMPANY: Cs(ii.UE t >� l�SURf� � PiD •
B. AM BEST RATING (A VII or orcatcr) f
C. LIMITS: Stannory
D. WAVIER OF SUBROGATION: (To include). Is it included'? Yes_, No t/
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No t/
IF NO, WHICH ITEMS NEED TO BE COMPLETED? WiffD AM111E2
PR 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
OCEAN FRONT STREET END IMPROVEMENTS
60TH, 62ND, CEDAR, WALNUT AND LUGONIA STREET
CONTRACT NO. 3234
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. 3234 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
l`7wlODollars
and
Cents
Per Lump Sum
2. Lump Sum Mobilization
)15/'1% l LOsia o Dollars
and
-�- Cents
Per Lump Sum
z_
PR2of5
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
NO.
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
3.
Lump Sum
Traffic Control
JIU410 O Dollars
and
'8— Cents
[�
Per Lump Sum
4.
790 L.F.
Construct Type "B" P.C.C. Curb
! 6-0 Dollars
and
`er-
�
Ep
�
Cents
$
-
$
Per Linear Foot
5.
1,320 S.F.
Construct P.C.C. Driveway Approach
( n Dollars
and
5D
!/
Cents
$
Per Square Foot
6.
2,700 S.F.
Construct P.C.C. Sidewalk
�lao Dollars
and
-8 Cents
$
Z f
$ Szke
Per Square Foot
7.
625 S.F.
Construct P.C.C. Landing with
Thickened Edge
Dollars
and
go-
�7
-Cents
$
$
Per Square Foot
0
0
PR3of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 290 S.F. Construct P.C.C. Alley Approach
Dollars
Cent d $ Q-0 $�(�m
Per Square Foot
9. 7,330 S.F. Construct 6 inch Thick P.C.C.
Roadway
t wa Dollars
and
�Te Cents $ $ (
Per Square Foot
10. 5 Each Install 1 -inch Water Service
(Including Trench Resurfacing
where applicable)
��tassn o RNLDUo Dollars
_Cents $ `�$
Per Each
11. 5 Each Install P.C.C. Meter Box With
Traffic Cover
C t�ri Dollars
and Q° sa
Cents $_� $ %,5 6
Per Each
12. Lump Sum Install Irrigation System and
Irrigation Modifications
v Dollars
and m CD
-�- Cents $�_ $ -
Per Lump Sum
PR4of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
13. 5 Each Install New Galvanized Steel
Parking Meter Posts
C)1Xhu03i91V Dollars
and
Cents $ �� $ Per Each
14. Lump Sum Provid-e and Install Landscaping
ov
4�J sa, Dollars
and —7 m
Cents $
Per Lump Sum
15. 450 L.F. Construct Block Wall Planters
Including Foundation
I h0_T Dollars
and
—Cents $ `— $
Per Linear Foot
16. 420 L.F. Remove Existing Block Wall
Cap and Construct Additional
Block Wall Course to Existing
Block Wall Planter
�INL�J� Dollars
an
Cents $ 12°° $ Sogoo.`
Per Linear Foot
17. 1,770 L.F. Install 2 1/2" Sch-40 Electric Conduit
for Sprinkler Irrigation Valve Wiring
---fro Dollars
and ob QQ
Cents $ d $
Per Linear Foot
ITEM QUANTITY
NO. AND UNIT
• 0
ITEM DESCRIPTION AND UNIT
PRICE WRITTEN IN WORDS
18. 6 Each Install P.C.C. Meter Box With
P.C.C. Cover
Dollars
and
-l1- Cents
Per Each
TOTAL BID PRICE IN WRITTEN WORDS
owev ^10 � 'let' rh$ '/ � OLMA-wj
Dollars
and
Cents
Bidder's Name �,,, J L)
Bidder's Address (-)-D-
Bidder's Telephone
PR5of5
UNIT TOTAL
PRICE PRICE
// 3i ,p rj
$ 1,36�6�oa
Total Bid Pri a in Figures
( C40 q1 c3
Contractor's License No. & Classification (7 Jot/ .3 y
Date Authorized Signature Title
w ;
-.., . . ,.: _.�.�« . � � :ter ,L.. . _ °. •-
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
OCEAN FRONT STREET END IMPROVEMENTS
60th, 62nd, CEDAR, WALNUT, AND LUGONIA STREETS
CONTRACT NO. 3234
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK 1
2.6
WORK TO BE DONE 1
2-9
SURVEYING 1
2 -9.3
Survey Service 1
2 -9.6
Survey Monuments 2
SECTION 4
CONTROL OF MATERIALS 2
44
MATERIALS AND WORKMANSHIP 2
4 -1.3
Inspection Requirements 2
4 -1.3.4
Inspection and Testing 2
SECTION 5
UTILITIES 2
5 -7
ADJUSTMENTS TO GRADE 2
5-8
SALVAGED MATERIALS 2
5-9
ONSITE UTILITIES 2
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE 3
OF THE WORK
6 -1.1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK 3
6 -7
TIME OF COMPLETION 3
6 -7.1
General 3
6 -7.2
Working Days 3
6 -7.4
Working Hours 3
6 -9
LIQUIDATED DAMAGES 3
w ;
-.., . . ,.: _.�.�« . � � :ter ,L.. . _ °. •-
• •
SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4
7-8
PROJECT SITE MAINTENANCE
4
7 -8.5
Temporary Light, Power and Water
4
7 -8.6
Water Pollution Control
4
7 -8.8
Steel Plates
4
7 -9
PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS
4
7 -10
PUBLIC CONVENIENCE AND SAFETY
4
7 -10.1
Traffic and Access
4
7 -10.3
Street Closures, Detours, Barricades
4
7 -10.4
Public Safety
4
7- 10.4.1
Safety Orders
4
7 -10.5
"No Parking" Signs
5
7 -10.6
Street Sweeping Signs
5
7 -10.7
Notice to Residents
5
7 -15
CONTRACTOR LICENSES
5
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
5
SECTION 9
MEASUREMENT AND PAYMENT
6
9 -3
PAVEMENT
6
9 -3.1
General
6
9 -3.2
Partial and Final Payment
8
PART 2--- CONSTRUCTION MATERIALS
SECTION 212
LANDSCAPE AND IRRIGATION MATERIALS
8
212 -1
LANDSCAPE MATERIALS
8
212 -1.4
Plants
8
212 -1.4.1
General
8
212 -1.4.2
Trees
9
212 -1.4.3
Shrubs
9
212 -2
IRRIGATION SYSTEM MATERIALS
9
212 -2.1
Pipe and Fittings
9
212 -2.1.3
General
9
212 -2.2
Valve and Valve Boxes
9
212 -2.2.4
Remote Control Valves
9
212 -2.2.7
Valve Boxes
9
212 -2.4
Sprinkler Equipment
9
0
•
212 -3
ELECTRICAL MATERIALS
9
212 -3.2
Conduit and Conductors
9
212 -3.2.2
Conductors
9
PART 3--- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
10
300 -1
CLEARING AND GRUBBING
10
300 -1.3
Removal and Disposal of Materials
10
300 -1.3.1
General
10
300 -1.5
Solid Waste Diversion
10
SECTION 302
ROADWAY SURFACING
10
302-6
PORTLAND CEMENT CONCRETE PAVEMENT
10
302 -6.6
Curing
10
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
10
303-5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
10
303 -5.5
Finishing
10
303 -5.5.2
Curb
10
303 -5.5.4
Gutter
11
PART 4
SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT 11
CONCRETE, PORTLAND CEMENT CONCRETE,
AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS 11
400 -2.1 General 11
400 -2.1.1 Requirements 11
• f
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
OCEAN FRONT STREET END IMPROVEMENTS
601, 62nd, CEDAR, WALNUT, AND LUGONIA STREETS
CONTRACT NO. 3234
INTRODUCTION
SP1of11
All work necessary for the completion of this contract shall be done in accord with (1) these
Special Provisions; (2) the Plans (Drawing Nos. R- 5729 -S), (3) the Citys Standard Special
Provisions and Standard Drawings for Public Works Construction, (1994 edition), including
supplements; (4) Standard Specifications for Public Works Construction (1997 edition),
including supplements; and (5) the latest edition of American Water Works Association
(AWWA) standards as amended. Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00).
Copies of the Standard Specifications may be purchased from Building News, Inc., 3055
Overland Avenue, Los Angeles, CA, 90034, telephone number (310) 202 -7775.
The following Special Provisions supplement or modify the Standard Specifications for
Public Works Construction as referenced and stated hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2- -SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE: Add to this section, "The work necessary for the completion of
this contract consists of constructing curb, gutter, roadway, sidewalk, planters,
landscaping, irrigation systems, driveway approaches, alley approaches, irrigation
plumbing, irrigation wiring conduit, modifying existing block wall planters, adjusting City -
owned utility frames and covers to finished grade, and constructing other incidental items
of work."
2 -9 SURVEYING
2 -9.3 Survey Service: Add to this section, "The Engineer will provide construction staking
as required to construct the improvements. Any additional stakes or any restaking or costs
thereof shall be the responsibility of the Contractor. The Contractor shall notify the
Engineer in writing two working days in advance of the time that the stakes are needed."
0
•
SP2of11
2 -9.6 Survey Monuments: The Contractor shall, prior to the beginning of work, inspect
the project for existing survey monuments and protect them during construction operations.
In the event that existing survey monuments are removed or otherwise disturbed during the
course of work, the Contractor shall have the affected survey monuments restored per
records, at his expense. The Contractor's Engineer of Licensed Surveyor shall also file the
required Comer Records with the County of Orange upon monument restoration.
SECTION 4-- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements:
4 -1.3.4 Inspection and Testing: All material and articles furnished by the Contractor
shall be subject to rigid inspection and no material or article shall be used in the work until
it has been inspected and accepted by the Engineer. The Contractor shall fumish the
ngineer with full information as to the progress of the work in its various parts and shall give
the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When in the opinion of the Engineer, additional tests or inspections are
required because of unsatisfactory results regarding the manner in which the Contractor
executed his work; the Contractor shall pay for such tests and inspections.
SECTION S-- UTILITIES
5 -7 ADJUSTMENTS TO GRADE: The Contractor shall adjust to finish grade City -owned
water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey
monuments. The Contractor shall coordinate the adjustment of Southern California
Edison, The Gas Company, Pacific Bell and cable television facilities to the proposed finish
grade prior to placement of the pavement.
5-8 SALVAGED MATERIALS: Salvaged materials shall be delivered to the City's Utility
Yard located at 949 West 16th Street, Newport Beach. The Contractor shall make
arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities
Superintendent, at (949) 644 -3011.
5 -9 ONSITE UTILITIES: The Contractor shall cut and cap any encroaching irrigation or
electrical lines, from adjacent properties, at the property line. The Contractor is cautioned
that an 8 -inch D.I.P. water main is located near the area of excavation. If the Contractor
damages the main, the Contractor shall repair, pressurize, test and disinfect the main in
accordance with Section 306 -1.4.5 & 7 of the Standard Special Provisions. The Contractor
shall be responsible for any damages to existing utilities resulting from his operations.
• • SP3of11
SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK: Add to this
section, "No work shall begin until a schedule of the work has been approved by the
Engineer. The Contractor must submit a construction schedule for approval to the
Engineer within a minimum of five working days prior to the commencing of any work.
Schedule may be bar chart or CPM style. Schedule may be on a weekly progress basis
showing line item activities of work performed by the Contractor. The Engineer will review
the schedule and may require the Contractor to reschedule to conform to the requirements
of the Contract Documents before the start of work."
6 -7 TIME OF COMPLETION
6 -7.1 General: Add to this section, "The Contractor shall complete all work under the
Contract within thirty consecutive working days from the date of the "Notice to Proceed ". It
will be the Contractor's responsibility to ensure the availability of all material prior to the
start of work. Unavailability of material will not be sufficient reason to grant the Contractor
an extension of time for 100% completion of work. The term "work" as used herein shall
include all removals, adjustments and replacements; construction of street ends which
includes P.C.C. roadway, curbs, gutters, driveways, sidewalks, alley approaches, landings,
block wall planters and landscaping. Also included within the specified period is curing
time for new P.C.C. improvements."
6 -7.4 Working Hours: Normal working hours are limited to 7:00 a.m. to 4:30 p.m.
Monday through Thursday and 7:00 a.m. to 3:30 p.m. Fridays. Should the Contractor elect
to work later than normal working hours weekdays or between 8:00 a.m. and 6:00 p.m. on
Saturday, he must obtain special permission from the Engineer. A request for working
during any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves the
right to deny any or all such requests. Additionally, the Contractor shall pay for inspection
costs, at $50.00 per hour, when such time periods are approved.
6 -9 LIQUIDATED DAMAGES: Revise sentence three to read, "For each consecutive
calendar day after the thirty consecutive working days specified for completion of the work,
as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have
withheld from moneys due it, the daily sum of $350.00."
Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute
agreement by the Agency and Contractor that $350.00 per day is the minimum value of the
costs and actual damage caused by the failure of the Contractor to complete the Work
within the allotted time."
The intent of this section is to emphasize to the Contractor the importance of prosecuting
the work in an orderly preplanned, continuous sequence so as to minimize the time that the
street ends are closed to the public.
0
0
SP4of11
SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR
7-8 PROJECT SITE MAINTENANCE
7-8.5 Temporary Light, Power and Water: Add to this section, "If the Contractor elects
to use the City s water, he shall arrange for a meter and tender a $750 meter deposit with
the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage and repair charges for damage to the
meter."
7-8.6 Water Pollution Control: Add to this section, "Surface runoff water containing mud,
silt or other deleterious material due to the construction of this project shall be treated by
filtration or retention in settling basin(s) sufficient to prevent such material from migrating
into the bay."
7-8.8 Steel Plates: The City can provide a limited quantity of steel plates. These plates
may be obtained for a rental charge of $15.00 per plate per week or part thereof. In
addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for
the use of trench plates. The Contractor shall obtain plates from and return plates to the
City's Utilities Yard at 949 West 16th Street, Newport Beach. To determine the number of
plates available and to reserve the plates, the Contractor must call the City's Utilities
Superintendent, Mr. Peter Antista, at (949) 644 -3011.
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS: Add to this
section, "The Contractor shall notify the Engineer at least two working days in advance of
starting removals so that all street and beach signs may be removed by others in a timely
manner."
7 -9 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access: Add to this section, "The Contractor shall provide traffic
control and access in accord with Section 7 -10 of the Standard Specifications and the
Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." The
Contractor shall phase his construction is such a manner as to minimize the inconvenience
to the public and maintain vehicle, pedestrian and bicycle traffic on Seashore Drive.
7 -10.3 Street Closures, Detours, and Barricades: Add to this section, "The Contractor
shall also prepare a traffic control plan. The Contractor shall be responsible for processing
and obtaining approval of a traffic control plan from the Engineer. The Contractor shall
adhere to the conditions of the traffic control plan."
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders: Add to this section, "The Contractor shall be solely and
completely responsible for conditions of the job -site, including safety of all persons and
property during performance of the work, and the Contractor shall fully comply with all
SP5of11
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers. The right of the Engineer or the City's Representative to conduct
construction review or observation of the Contractor's performance shall not include
review or observation of the adequacy of the Contractor's safety measures in, on, or near
the construction site."
7 -10.5 "No Parking" Signs: The Contractor shall furnish, install, and maintain in place
"NO PARKING - TOW AWAY" signs (even if streets and alleys have posted "NO
PARKING" signs) which he shall post at least 48 hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City s Police
Department, Traffic Division at (949) 644 -3740, for verification of posting at least 48 hours
in advance of the need for enforcement.
The signs shall (1) be made of white card stock; (2) have minimum dimension of 12- inches
wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the Caltrans
Uniform Sign Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -
TOW AWAY" signs in 2 -inch high letters and numbers. A sample of the completed sign
shall be reviewed and approved by the Engineer prior to posting.
7 -10.6 Street Sweeping Signs: After posting "NO PARKING - TOW AWAY" signs, the
Contractor shall cover street sweeping signs, on those streets adjacent to construction, in a
manner approved by the Engineer. Immediately after construction is complete and the
street end is opened to traffic, the Contractor shall uncover the street sweeping signs.
7 -10.7 Notices to Residents: Ten working days prior to starting work, the Contractor shall
deliver a notice to the residents describing the project and indicating the limits of
construction. Forty -eight hours before restricting vehicular or pedestrian access to garages,
parking spaces, sidewalks, etc., the Contractor shall distribute to affected residents a written
notice stating when construction operations will start and approximately when vehicular and
pedestrian accessibility will be restored. The written notices will be prepared by the
Engineer. The Contractor shall insert the applicable dates and times when the notices are
distributed. Errors in distribution, false starts, acts of god, strikes or other alterations of the
schedule will require Contractor renotification using an explanatory letter furnished by the
Engineer.
7 -15 CONTRACTOR LICENSES: At the time of the award and until completion of work,
the Contractor shall possess a General Engineering Contractor "A" License. At the start of
work and until completion of work, the Contractor shall possess a Business License issued
by the City of Newport Beach.
7 -16 CONTRACTOR RECORDS /AS BUILT DRAWINGS: A stamped set of approved
plans and specifications shall be on the jobsite at all times. In addition, the Contractor shall
maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings
shall be maintained for this purpose. These drawings shall be up -to -date and so certified
by the Engineer at the time each progress bill is submitted.
SP6of11
Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a
copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to
final payment. The Contractor shall maintain books, records, and documents in accord
with generally accepted accounting principles and practices. These books, records, and
documents shall be retained for at least three years after the date of completion of the
project. During this time, the material shall be made available to the Engineer. Suitable
facilities are to be provided for access, inspection, and copying of this material.
SECTION 9-- MEASUREMENT AND PAYMENT
9-3 PAYMENT
9 -3.1 General: Revise paragraph two to read, "The unit and lump sum prices bid for each
item of work shown on the proposed shall include full compensation for furnishing the
labor, materials, tools, and equipment and doing all the work to complete the work in place
and no other compensation will be allowed therefor. Payment for incidental items of work
not separately listed shall be included in the prices shown for the other related items of
work. The following items of work pertain to the bid items included within the Proposal:
Item No. 1 Clearing and Grubbing: Work under this item shall include removal and
disposal of all natural and artificial materials, including P.C.C. and asphalt, within the
project limits and any equipment necessary to complete the work under this contract. The
cost of all sawcutting and mail box relocation shall also be included under this item.
Item No. 2 Mobilization: Work under this item shall include all preparation and
scheduling of materials and equipment necessary to complete the work under this contract.
This item shall also include the delivery of all required notifications, posting of signs and all
other costs incurred in notifying the residents.
Item No. 3 Traffic Control: Work under this item shall include providing the traffic
control required by the project including, but not limited to, preparation of traffic control
plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flagmen and all other
work necessary to comply with the W.A.T.C.H. manual, latest edition, and City of Newport
Beach requirements.
Item No. 4 Construct Type "B" P.C.C. Curb: Work under this item shall include
construction of Type "B" P.C.C. curb per City of Newport Beach Std. -182 -L and all other
work necessary to construct Type "B" Curb complete and in place including beach grading
and chipping of existing footings.
Item No. 5 Construct P.C.C. Driveway Approach: Work under this item shall include
construction of P.C.C. driveway approach per applicable portions of City of Newport Beach
Std: 163 -L and all other work necessary to construct the driveway approach complete and
in place.
SP7of11
Item No. 6 Construct P.C.C. Sidewalk: Work under this item shall include construction
of P.C.C. sidewalk per applicable portions of City of Newport Beach Std: 180 -L and all
other work necessary to construct the sidewalk complete and in place.
Item No.7 Construct P.C.C. Landing with Thickened Edge: Work under this item shall
include the construction of a P.C.C. landing with thickened edge and all other work
necessary to construct the landing with thickened edge, complete and in place.
Item No. 8 Construct P.C.C. Alley Approach: Work under this item shall include
compaction and construction of P.C.C. alley approach and asphalt patchback and all other
work necessary to construct the alley approach complete and in place.
Item No. 9 Construct 6 -Inch Thick P.C.C. Roadway: Work under this item shall
include compaction and construction of 6 -inch thick P.C.C. roadway and all other work
necessary to construct the roadway complete and in place.
Item No.10 Install 1 -Inch Water Service: Install new 1 -inch water service in
accordance with the City of Newport Beach Std - 502 -L, including, but not limited to,
exposing utilities in advance of the work, trench excavation, control of ground or surface
water, backfill, compaction, disposal of excess excavated materials, installation of Type
"K" copper tubing, and all other work necessary to install the water service complete and in
place.
Item No. 11 Install P.C.C. Meter Box With Traffic Cover: Install new 1 -inch water meter
box, with cast iron traffic cover, per applicable portions of City of Newport Beach Std - 502 -L,
including but not limited to, disposal of excess excavated materials, installation of a new
meter box and cast iron traffic cover and all other work necessary to install the water
service complete and in place.
Item No. 12 Install Irrigation System and Irrigation Modifications: Work under this item
shall include furnishing and installing all schedule 40 irrigation lines and fittings, Toro 500
and 570 sprinkler heads, anti - siphon valves and Griswald DW Series 314 -inch electric
remote control irrigation valves. Work under this item shall also include installing new
irrigation wires, to a minimum four foot depth, to the new electric irrigation valves,
connecting to the new irrigation valves and verifying continuity in the circuit with the existing
sprinkler control equipment located at 56th Street and all other work necessary to connect
the new irrigation valves to the existing sprinkler control equipment. Work under this item
shall also include modifying and adding irrigation to four existing street ends. Installation of
new green H.D.P.E. irrigation box for water valves, Carson Brooks No. 1419 with lid
marked "IRRIGATION CONTROL VALVE" and all work necessary to install the
landscaping complete and in place shall also be included.
Item No. 13 Install New Galvanized Steel Parking Meter Posts: Work under this item
will include furnishing and installing new galvanized steel parking meter post per C.N.B.
Std. -920 -L complete and in place.
Item No. 14 Provide and Install Landscaping: Work under this item shall include
providing and installing Mediterranean Fan Palms, import soil, soil amendments and
SP8of11
miscellaneous plants, as approved by the Park and Tree Superintendent and noted in the
plans. Work under this item shall also include furnishing and installing additional palm
trees, landscaping, soil amendments and import soil at seven previously completed street
ends, and all other work necessary to install the landscaping complete and in place.
Item No. 15 Construct Block Wall Planters: Work under this item shall include
excavation, forming, pouring footings and constructing two reinforced concrete block wall
planters per street end, including additional block wall planters at four previously finished
street ends, and all work necessary to construct the planters complete and in place.
Item No. 16 Remove Existing Cap and Construct Additional Courses for Block Wall
Planters: Work under this item shall include removing the existing block wall cap and
constructing additional courses of block wall, per the plans and all work necessary to raise
the existing planter height complete and in place.
Item No. 17 Install 2 1/2" Schedule 40 P.V.C. Electric Conduit for Sprinkler Irrigation
Valve Wiring: Work under this item shall include furnishing and installing all 2 1/2"
schedule 40 gray P.V.C. conduit for sprinkler irrigation lines, Including moving and
distributing excess sand, and all other work necessary to install the conduits complete and
in place.
Item No. 18 Install P.C.C. Meter Box (electrical) With P.C.C. Cover: Work under this
item shall include furnishing and installing new 2 1/2 -inch meter box , with P.C.C. cover,
per applicable portions of City of Newport Beach Std - 502 -L, including, but not limited to,
disposal of excess excavated materials, installation of a new meter box and P.C.C. cover
and all other work necessary to install the meter box complete and in place.
9 -3.2 Partial and Final Payment: Add to this section, "Partial payments for mobilization
and traffic control shall be made in accordance with Section 10264 of the California Public
Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 212 -- LANDSCAPE AND IRRIGATION MATERIALS
212 -1 LANDSCAPE MATERIALS-
212-1.4 Plants:
212 -1.4.1 General: Add to this section, "The Contractor shall fill the planters with import
soil and soil amendments from the bottom of the planter's concrete footings to within 4 inches
of the top of planter. Import soil and soil amendments shall be approved by the Engineer prior
to placement. The Contractor shall notify Bob Martinez of the Parks Department, (949) 644-
3054, one week prior to the removal of any existing vegetation to allow city forces to salvage
any reusable plant material."
SP9of11
212 -1.4.2 Trees: Add to this section, "The Contractor shall install one multiple trunk,
Chamaerops Humilis, (Mediterranean Fan Palm Trees), 3 -foot minimum trunk size, at each
newly constructed street end."
212 -1.4.3 Shrubs: Add to this section, "The Contractor shall install Carissa "Tuttle" (Natal
Plum), Raphiolopis "Pinkie" (Pink Lady) and Llimonium Status (Sea Lavender) at each newly
constructed street end and the seven previously constructed street ends. Planting layout and
size of plants shall be as indicated on the plans."
212 -2 IRRIGATION SYSTEM MATERIALS
212 -2.1 Pipe and Fittings:
212 -2.1.3 General: Add to this section, "All irrigation lines and fittings shall be 3/4" schedule
40 P.V.C. with solvent weld socket fittings. The Contractor shall plug and pressure check the
irrigation system to 175 P.S.I. for a period of one hour. Any leaks shall be repaired prior to
installing landscape materials."
212 -2.2 Valve and Valve Boxes:
212 -2.2.4 Remote Control Valves: Add to this section, "All irrigation valves shall be Griswald
DW Series 3/4" Electric Remote Control Valves."
212 -2.2.7 Valve Boxes: Add to this section, "All valve boxes shall be green H.D.P.E.
Irrigation Boxes, Carson Brooks No. 1419 with lid marked "Irrigation Control Valve "."
212 -2.4 Sprinkler Equipment: Add to this section, "All sprinkler heads shall be Toro 570 pop
up with 4 EST for use in the raised planter and palm tree planter respectively."
212-3 ELECTRICAL MATERIALS
212-3.2 Conduit and Conductors:
212 -3.2.2 Conductors: Add to this section, "Irrigation wiring is to be a continuous run from
end to end with no splices. The common irrigation wire is to spliced only at the valves. All
irrigation wires in the pull box shall have a minimum of one foot of additional wire to
accommodate any future repair. All irrigation wires in the Lugonia Street pull box shall have a
minimum of four feet of additional wire to facilitate connection to the next phase. Irrigation
wire for this project, and future projects, is buried under a sheet of plywood approximately 3-
feet deep located 40 -feet northerly of the centerline of 59th Street and 18 -feet westerly of the
property line of the existing homes along Seashore Drive."
4*
•
PART 3
CONSTRUCTION METHODS
SECTION 300 -- EARTHWORK
300 -1 CLEARING AND GRUBBING:
300 4.3 Removal and Disposal of Materials:
0
SP 10 of 11
300 -1.31 General: Add to this section, "The work shall be done in accordance with
Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented
herein. Joins to existing pavement lines shall be at 2 -inch minimum depth sawcuts. Final
removal between the sawcut lines may be accomplished by the use of jackhammers or
sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final
removal accomplished by other means must be approved by the Engineer. The Contractor
shall maintain the job site in a clean and safe condition. The Contractor shall remove any
broken concrete, debris or other deleterious material from the job site at the end of each work
day."
300 -1.5 Solid Waste Diversion: Non - reinforced concrete and asphalt wastes generated
from the job site shall be disposed of at a facility, which crushes such materials for reuse.
Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated and
solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage
monthly to the Engineer on a form provided by the Engineer.
SECTION 302 — ROADWAY SURFACING
302-6 PORTLAND CEMENT CONCRETE PAVEMENT:
302 -6.6 Curing: The Contractor shall not open street improvements to vehicular use until
P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the
Standard Specifications. Said strength may be attained more rapidly, to meet the time
constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures
with prior approval of the Engineer.
SECTION 303 -- CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS,
ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.5 Finishing:
303 -5.5.2 Curb: Add to this section, "The Contractor shall install or replace curb markings
that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall
mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for
SP 11 of 11
water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To
determine the location of sewer laterals and water services, the Contractor shall call the City's
Utilities Superintendent, Mr. Pete Antista, at (949) 644 -3011 "
303 -5.5.4 Gutter: Add to this section "The Contractor shall hold the flow line tolerances to
within 0.02 feet of those elevations shown on the plan."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General:
400 -2.1.1 Requirements: Add to this section "The Contractor shall use crushed aggregate
base or crushed miscellaneous base as base materials."
CITY
TO: Mayor and Members of the City Council
FROM: Public Works Department
(39)
C 3934
March 14, 2000
SUBJECT: OCEAN FRONT STREET END IMPROVEMENTS, 6 ,
WALNUT, AND LUGONIA STREETS - AWARD OF CONTRACT NO.
3234
RECOMMENDATIONS:, ..d c. ��iaj�. �► �'
1. Approve the plans and specifications.
2. Award Contract No. 3234 to JDC, Inc., for the total price of $135,861.00 and
authorize the Mayor and the City Clerk to execute the Contract.
3. Establish an amount of $13,500.00 to cover the costs of testing and unforeseen
work.
DISCUSSION:
At 11:00 A.M. on February 24, 2000, the City Clerk opened and read the following bids
for this project:
*Corrected bid amounts
PAVE WEST
TopLine Construction, Inc.
GCI Construction, Inc.
Summit Contracting
S. Parker Engineering, Inc.
$137,897.00
$143,410.00
$152,227.00
$178,965.00
$199,172.50
Amount
$135,861.00
$137,917.00*
$143,420.00*
$147,800.00
$151,669.50
$151,750.00
$152,277.00*
$155,299.00
$169,877.50
$173,727.60
$179,000.00*
$199,172.00*
A
Bidder
Low
J.D.C., Inc.
2
PAVE WEST
3
TopLine Construction, Inc.
4
LGT Enterprises, Inc.
5
R.E. Smith Engineering & Construction Co.
6
Nobest Inc.
7
GCI Construction, Inc.
8
Beador Construction Co., Inc.
9
DAMON Construction Co.
10
Los Angeles Engineering, Inc.
11
Summit Contracting
12
S. Parker Engineering, Inc.
*Corrected bid amounts
PAVE WEST
TopLine Construction, Inc.
GCI Construction, Inc.
Summit Contracting
S. Parker Engineering, Inc.
$137,897.00
$143,410.00
$152,227.00
$178,965.00
$199,172.50
Amount
$135,861.00
$137,917.00*
$143,420.00*
$147,800.00
$151,669.50
$151,750.00
$152,277.00*
$155,299.00
$169,877.50
$173,727.60
$179,000.00*
$199,172.00*
A
0 0
Subject: Ocean Front Street End Improvements — Award of Contract No. 3234
March 14, 2000
Page: 2
The low bidder is 7 percent less than the Engineer's estimate of $146,000.00.
JDC, Inc., of Rancho Cucamonga, California, the low bidder, has satisfactorily
performed contract work for the City. A check with the State Contractor's License Board
indicates that JDC, Inc. 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 eight years ago. The FY 1999 -2000 Ocean Front Street
End Improvement Program provides for the construction of five street end
improvements between 60th and Lugonia Streets. The improvements include the
construction of portland cement concrete roadway, sidewalk, curb, landscaping, and
irrigation. Additional planters, planter modifications, upgraded landscaping and
imc9ation will be added to seven previously constructed street ends between 53rd and
59 Street. The locations are shown on Exhibit "A ".
Staff obtained a Coastal Commission Permit for the construction of the current project.
Coastal Commission approval of the Ocean Front Encroachment Program 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.
Upon the completion of this contract, 32 street ends will have been constructed.
Approximately seven street ends 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 s Itted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Stephen uy, P.E.
Associate Engineer
Attachment: Location Map
Bid Summary
f:W sera% pMMsharedtcoundhfy93004narch- 14bomn front o•3234.doc
1
O
�s
'yes
i
i
7 e cQ
h8s G
O 1�ss Z�
O any is Z
1s�9
C .J
of
o
G�\GO a ot
O s
N°l� QP
> 1S
r C -3234
CITY OF NEWPORT BEACH DRAM" DAB
PUBLIC WORKS DEPARTMENT APPROVED
OCEAN FRONT STREET END IMPROVEMENTS
60TH TO LUGONIA STREET
DRAWING NQ EXHIBIT A
i
Ixl
U
O
ti
U Qp'
F S k
U - r
O
Q u] F
J F O
T
E
E
7
CO
• • r
a
m
D
3'
U e
J Q
0.
v E
� 9 y
m c �
a W o
4 G o
3 y J
m E
Z ° a
4 �$
o d °
x
U U O
Fj IJ J J h &i 6 Vi v6 vi Y�I6 J J JIJ J
F p o 0
Tqu}
U a pp mYp, >
e'.a ci aa�
F4
O
v
_?
-
m
v
m
w
u
z
s
Nnd "I�rmP= l =n!Mm Inn: I
4
88888888�8888888r88
oc pac
N V1 O r m
vi r �
O r N
oo�iocv
Vf m N Vl Mf
n�co
m d m
O 0.
ti
�
888$�SS°�588888
°�83
O
m
F
88888858�888888SrS8
g g g� o
v��oeen
0 o ca � ss
SS...hSr
Qq o g QQ g
d o: g
rery
n
w
J W
-a
F
Sg$ °o, v°i.
°ob °o, nbo,
gob, ggggng
Q
N
4
g g g
g g g
Qg Qg
.
-
O 4
d
N
0 4
F
Vf
�
p
pp pp
pp p pp pp pp
pp pp
�
U�
O
� R vt d O
S1 O O V
v01 r vOi
Q
y
O O-
Z
F
a
m
D
3'
U e
J Q
0.
v E
� 9 y
m c �
a W o
4 G o
3 y J
m E
Z ° a
4 �$
o d °
x
U U O
Fj IJ J J h &i 6 Vi v6 vi Y�I6 J J JIJ J
F p o 0
Tqu}
U a pp mYp, >
e'.a ci aa�
F4
O
v
_?
-
m
v
m
w
u
z
s
Nnd "I�rmP= l =n!Mm Inn: I
4
U
v.
O
h
U < i
O
U � F
O a
a F c
Q
E
v
S
• •
vi vi vi u: tri "i vi ui 'A vi J J -: J
vi vi vi vi vi v3u`93u°i.S.i33�
i
0
3
C
Y
i r
' i u of u � agoj C 4r:
o 5
�. 9
c ppS � A J 1 —@@
iU0 FJEFUU9UC� �5 5ic�
S
4
.,.I� I rv.ne n�bti mPO��N.�Qn �o rml .
sssssaspapssssssssspsp
'9996
S S h 000
Vf
S a b N
N
g O b
N
J�
V1 O 00 N
h— e.1 N
Yf l� N N P
(x V1 b
1
88888888$8$88888n8.
C b G
D
z
p
S O a S a
S N V1 V�1 a
S a S S a
S g S
h
(j
S 8 tCL
m n
Al h 8
N Vl VI N S-
P
N 8
b
b
�
0p y rn a0 O
h (`� a f`�
P
b
eu
pp
..
"!U
V vi6QQ
„�oN ��c
o_�e ,o^0.1
-dam
525Q
sQQaQ$gQ�ggssasssgsassss,
25 5 S N$
N
a 'n h r a
vi b
h 8 8 ON
b 8 25
o n q
a n X
.d �y
P
or0 h
00'
w o?
G
Y
.�
8Q$8�88$
°OS8S88$8�803
�U§$$^
ri
en nvi m a
eV+ig aeMn
n b1p�
�88Q88Q8888r888QQ8Q88Q8Q88Q8Q8yqq
n2525e aj8man2i
r 252$$2$25X25
.�
�
� a
F
m
[rl
`"y.
voi b�, ng
v°i, "8, SgaB
agg"8,
8g
fail
�U!-��n
QQ$ 5S5��
25E� Q.ri
Q�nQavoi$g$$'on
rvoi6
�~
vi vi vi u: tri "i vi ui 'A vi J J -: J
vi vi vi vi vi v3u`93u°i.S.i33�
i
0
3
C
Y
i r
' i u of u � agoj C 4r:
o 5
�. 9
c ppS � A J 1 —@@
iU0 FJEFUU9UC� �5 5ic�
S
4
.,.I� I rv.ne n�bti mPO��N.�Qn �o rml .
41]
U
a
a
O
y
U Q y
U r
O
H
O � Q
L
a
E
E
U.
;c
a
C
Y
E
Y
a�
o �
e w
fd 2
m
N e
(y e
� C
N a
U
7
r
N
C
m
A
u
Z
i
Ip
s8 s$s�ss
g888ss
ps 8s
C
Qs 8sssps
� N
8s�
O �
..7 �
O O O W b�
.�.• V O
�O O d
a 00
.y
u
�c
p
S O S S N
p p
vOi h O N
p Q Q p
O O O of
Op
Q pp Qp
8 0 0 3
U
pS
p
z
U
8 OC 8
Oo
m vi ^ O
M .7
Q
P
�
Op
OO8OO
80800 QOp .pOy
pOO 8OO 8000
SO BO
aO M
Vf 1�1 N N w
m N
.. w A
F
0
V
°o,v°�8588$88883
88jS8S88
`b' y
l
t�f Vf Vl O4J
zz
�
u
�
m
S Sp S S
8S
p p
S O O S O
p p p pC
S O O O O
pG p
O S Spp S
8 8 W h
p
N VOI h O
p p p
t� S O h
p
.,j W
O O
_O
O 2—
C
C
O
V
p p p
O Op O VOf m
pp p
b N VOl N O
p p p p p
O O O O O
p p p
O O Op 3
y U
j p O y M
p
N wt r In O
p p
h O N O v1
p
r� �D
VOf O
O N O O O
O
OoQ
opO 8S
yO
8O oSQ 8O 8O
QTS OOO oQ.
F
y
vOi g v�,�$
vOi, g S gSS88gggg
�
F„U�gyv.na
qg
vie g�°nggS
°o
25
�°n r°n<
S
'•1
P 00
F
Z
C
Y
E
Y
a�
o �
e w
fd 2
m
N e
(y e
� C
N a
U
7
r
N
C
m
A
u
Z
i
Ip
W
V
LL
4
O
H
W � $
U pQ y'
p
!<j W F
i
R
E
u
S
a
0
vi 16 'A 94 u:a li.14 U; 'A 16 U;;U ;U;�
p ..i j.i &i vi m vi 0 A
i
i o Q
I C
Y
� E
Y
1 �
i..�.tt S� S V .+ y •ice C% Y � < 6p IL
� V� J b w w 'pVp
CY
uo Fi.� MM" 2 .-HIS 11
E;
r
a
S8
O
iq
S
0.
8s SS8ss8s�s�ss8sss8sSS8sssGgs�
� 0.
-
pp
C
C
V
V
C
'°
�
W8585��g8q$88��88888888883
= U�7525N
�beggd
b�
N
U1
S O Op O S
O O O O O
O O O O O
O O O
p p
p p p
p
�p
FV
b b_� b
m N •" N m
m- N N
n ^
F
ye
qu
C
$ 8$ 8
8 8 r g o
g g g$ g
g h g
3
c
W
8 g$ r h
ri d e v g
ry o g ri
r n r
p
7
h
p p p p
O O
p p
o Yo 8 ^ O
p p
O O
p
O O
8S 8O
pOp�
S n O
Q b N M
pO
pOp ppo
r S b 6 0
pOp
N P
N
FUrvro
O O
blo
rri ..Na
m .eH
nry
m
C
a
u
C
m
888°O�
ar°,w888888
+°83
�
d
tV d Vl N C=
0 ri � b
c0 F�
p
<
MUM
W
06
1
s
o
�sssss�sssssssssss
<
g
MMM
V
r N_ P wl
OO N �" N b
P N w w
N
V
F
Q
F
O d
E
P
a
h58R�58Q�8�8�$8888888888
W
W
FUSSvrio
viv glon$5�1°n
rv°—+F
ri
25
m
p
F
vi 16 'A 94 u:a li.14 U; 'A 16 U;;U ;U;�
p ..i j.i &i vi m vi 0 A
i
i o Q
I C
Y
� E
Y
1 �
i..�.tt S� S V .+ y •ice C% Y � < 6p IL
� V� J b w w 'pVp
CY
uo Fi.� MM" 2 .-HIS 11
E;
r
a
S8
O
iq
S
0.
CIT` OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
(949) 644 -3005
March 30, 2000
Pave West
320 N. Palm Street, Suite A
Brea, CA 92821
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 6001, 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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 B?ACH
OFFICE OF THE CITY CLERK
P.O. BOX 17680 NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
March 30, 2000
TopLine Construction Inc.
9272 Russell Street
La Habra, CA 90631
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60h, 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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
(949) 644 -3005
March 30, 2000
LGT Enterprises Inc.
P.O. Box 3905
Tustin, CA 92781 -3905
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60'", 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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 BIACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
March 30, 2000
R.E. Smith Engineering & Construction
25801 Obrero Road, Suite 11
Mission Viejo, CA 92691
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; Wh, 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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 B?ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
March 30, 2000
Nobest Inc.
P.O. Box 874
Westminster, CA 92684
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60'", 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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
(949) 644 -3005
March 30, 2000
GCI Construction, Inc.
245 Fischer Avenue, Suite B -3
Costa Mesa, CA 92626
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 6011, 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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
CIT OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
March 30, 2000
Beador Construction Company, Inc.
P.O. Box 1
Corona del Mar, CA 92625
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60'", 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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,
44n o . 14,4L,
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
(949) 644-3005
March 30, 2000
Damon Construction Co.
455 Carson Plaza Drive, Unit F
Carson, CA 90746
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60u', 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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,
Aa
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
(949) 6443005
March 30, 2000
Los Angeles Engineering, Inc.
4134 Temple City Boulevard
Rosemead, CA 91770
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60'", 621, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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,
'tea (/e7", W,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevacd, Newport Bench
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
March 30, 2000
Summit Contracting
1824 Flower Avenue
Duarte, CA 91010
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60'", 62n1, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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,
����.� Pn_ 1J'2'A;6'
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CIT' OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915
(949) 644-3005
March 30, 2000
S. Parker Engineering, Inc.
10059 Whippoorwill Avenue
Fountain Valley, CA 92708
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements; 60d', 62nd, Cedar, Walnut and Lugonia Streets (Contract No. 3234) 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