HomeMy WebLinkAboutC-3383 - Ocean Front Street End Improvements: Fern, Grant, Highland, Nordina, and Sonora StreetsCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
January 28, 2004
JDC, Inc.
P.O. Box 3448
Rancho Cucamonga, CA 91729
Subject: Ocean Front Street End Improvements (C -3383)
To Whom It May Concern:
On January 28, 2003, 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 March 18, 2003. The Surety for the
contract is Fidelity and Deposit Company of Maryland, and the bond number is
08627059. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
EXECUTED IN FOUR (4) COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
BOND NO. 08627059
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2.945. oo
being at the rate of $ 16.56 PER thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to JDC, Inc., hereinafter designated as the "Principal ", a contract for
construction of OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS, Contract No. 3383 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications, and other Contract Documents maintained in
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3383 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF
MARYLAND , duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport
Beach, in the sum of one hundred seventy -seven thousand, eight hundred twenty-five and
001100 Dollars ($177,825.00) lawful money of the United States of America, said sum being
equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
28
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attomeys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, it is agreed that the
death of any such Principal shall not exonerate the Surety from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 15TH day of MAY 2002.
JDC, Inc. (Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVE., STE. 700
PASADENA, CA 91101
Address of Surety
(626)792 -2311
Telephone
S.W. JOHNSON, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
91
State of California }
} SS.
County of Orange }
On May 15 2002 , before me, Brad L. Settoast, Notary Public
Date Name and Title of Officer (eq.,'Jane Doe, Notary Public)
Personally appeared J.W. Johnson ,
® personally known to me
la;aved le me on the basis 9f 6a%i&faGtsFy
evidease
Place Notary Seal Above
Cj Y V/ 7 atom oi Notary Public
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:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
❑
Individual
❑
to be the person(s) whose name(s) is /are
❑
Partner - -- ❑Limited [
❑
subscribed to the within instrument and
#Oe ,e . «.aaa+:a++ : :.:•* + + + + + +- « +• « ° + °$
L SETTGAST
acknowledged to me that he /she executed
r
BRAD
GOMM # 12035`38
D
the same in his/herttheir authorized
NOTARY PU6L1C - CALIFORNIA
D
capacity(ies), and that by his/her/their
W
ORANGE COUNTY
s
signature(s) on the instrument the person(s),
Q
My Commission Expires Feb.14, 2004
;
or the entity upon behalf of which the
° OOavv9aao°. a .9aeaeeaaseaoeeeoeaoeaeaaaaaeea
person(s) ached,, executed the instrument.
�Ar rMs A7 600d and official seal.
Place Notary Seal Above
Cj Y V/ 7 atom oi Notary Public
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:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
❑
Individual
❑
Corporate Officer — Title(s): _
❑
Partner - -- ❑Limited [
❑
Attomey -in -Fad
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 National Notary Association • 9350 Desoto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by W. B. WALBRE(
in pursuance of authority granted by Article VI, Section 2,
reverse side hereof and are *hereby certified to be in full
constitute and appoint J. W. Johnson, of Fullerton, Cali'?; its
execute, seal and deliver, for, and on its behalf as sure as its
and the execution of such bonds or undertakings in p e of the;
fully and amply, to all intents and purposes, as if been d�
officers of the Company at its office in Baltimor a in the o0
issued on behalf of J. W. Johnson, dated Januo 998. o \/
The said Assistant Secretary does
Article VI, Section 2, of the By -Laws
IN WITNESS WHEREOF, the sai
affixed the Corporate Seal of the s
November, A.D. 1999.
ATTEST: FIDELITY A�
3 de d T. E. SMITH, Assistant Secretary,
Company, which are set forth on the
ee date hereof, does hereby nominate,
lawful agent and Attorney -in -Fact, to make,
deed: any and all bonds and undertakings
ts, shall be as binding upon said Company, as
d and acknowledged by the regularly elected
persons. This power of attorney revokes that
that thact set forth on the reverse side hereof is a true copy of
nv. axis now in force.
Assistant Secretary have hereunto subscribed their names and
DEPOSIT COMPANY OF MARYLAND, this 19th day of
COMPANY OF MARYLAND
�
sent
By:
T f. Smith Assistant Secretary
State of Maryland } ss:
County of Baltimore 1
6lvr-c w4'...
W B. 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 hand and affixed my Official Seal the day and year first above
written.
Carol J Fa r Notary Public
My Commrssi Expires: August 1, 2000
L1428- 01211152
State of California }
} ss.
County of Orange }
On May 15 2002 , before me, Bred L. Settgast, Notary Public
Date Name and Tile of OKoer (e.g., 'Jane Doe, Notary Public)
Personally appeared James DeArmond ,
® personally known to me
eyideRAM
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her/their authorized
capacity(ies), and that by his/her/their
signatures) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
offici seal.
Place Notary Seel Above lure of Notary Public
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 fomr to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
��`
;? 1 Jasa03
m
Corporate Officer— Title(s): _
..Ol.jfdt
R`i Pi1nLIG CALIFORNIA
+�
,L
�l'.
NOi
t.,RANGF COUNTY
Feb.74, 2004
a"
rnxsaiy,,_Sires
❑
® personally known to me
eyideRAM
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her/their authorized
capacity(ies), and that by his/her/their
signatures) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
offici seal.
Place Notary Seel Above lure of Notary Public
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 fomr to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
❑
Individual
❑
Corporate Officer— Title(s): _
❑
Partner - -- ❑Limited ❑
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 National Notary Association • 9350 Desoto Ave., P.O. Box 2402 , Cnatsw nh, CA 91313.2,102
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
March 18, 2003
J.D.C. Inc
P.O. Box 3448
Rancho Cucamonga, CA 91729
Subject: Ocean Front Street End Improvements: Fern, Grant, Highland,
Nordina, and Sonora Streets Project (C -3383)
To Whom It May Concern:
On January 28, 2003, 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
February 11, 2003, Reference No. 2003000159538. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 08627059.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Stephen 1. Luy, Project Manager
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us
EXECUTED IN FOU10�4) COUNTERPARTS •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
BOND NO. 08627059
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to JDC, Inc., hereinafter designated as the "Principal," a contract for
construction of OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS, Contract No. 3383 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications and other Contract Documents in the office of
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3383 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or labor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are
held firmly bound unto the City of Newport Beach, in the sum of one hundred seventy-seven
thousand, eight hundred twenty-five and 00/100 Dollars ($177,825.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
KI
0 0
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 15TH day of
�JHY►,FS�C�-i*���n
JDC, Inc. (Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVE., STE. 700
PASADENA, CA 91101
Address of Surety
(626)792 -2311
Telephone
J.W. JOHNSON, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
0 0
State of California }
} SS.
County of Orange }
On May 15. 2002 , before me, Brad L. Settgast. Notary Public
Dale Name and Tge of Officer (e.g., 'Jane Doe, Notary Public")
Personally appeared
W�,.o.a� }3R.�A l.� 8E'1'1'GASTeaD
049,,
COMtc1 # 1253598 m
T
❑
NOTARY PUBLIC- CALIFORNIA D
UU
\�
ORANGE COUNTY 1
,.
Q
,-
My Commission Expires Fe6.14.20C4 0
99oa. oo. oo...
.....4eeaa4aate44aaea4''W4:,a4o
❑
Place Notary Seal Above
® personally known to me
evidease
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his/her/their authorized
capacity(ies), and that by his/her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
Though the information below is not required by law, it may prove valuable to per
and could prevent fraudulent removal and reattachment of this Porn to
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
❑
Individual
❑
Corporate Officer — Title(s): -
❑
Partner - -- ❑Limited [
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 Moral Notary Assooason . 9350 Desoto Ave., P.O. So$ 2402 • ChatawoM, CA 9131 &2402
ping on the document
document
seal.
0
State of California }
} ss.
County of Orange 1
0
On May 15 2002 , before me, Brad L. Settgast, Notary Public
Dale Name and Title of Officer (e.g., 'Jan, Doe, Notary Public')
Personally appeared James DeArmond
COtViV, * 1253593 m
NOTAPY PUOV.0 - CALIFORNIA
W•� OpANUE COUNT"
2004
Q ivry Camm'SSian Ex ?ira�•aanaooaeaaa °•,
>. >49�b;9do
® personally known to me
evidense
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /herttheir authorized
capacity(ies), and that by his/herttheir
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
official seal.
Place Notary Seal Above
yr r rr✓rvvL.
Though the information below is not required by law, it may prove valuable to persons relying on the
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signers Name:
❑
Individual
❑
Corporate Officer— Title(s): _
❑
Partner - -- []Limited [
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 National Notary ASaoClalion • 9350 Desoto Ave.. P.O. Box 2402 • Chata vorm. CA 91313 -2402
V
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in Official Records, county of Orange
Tom Daly, Clerk- Recorder
!!l 111111111i1i' iHllllli�!; IIIIIIIIIIIIillfiflilillllf llllillllll!!�p FEE
19 75 w, 2003000159538 01:09pm 02/11/03
o.00 o.00 o.00 o.00 0.00 0.00 0.00 0. 00
Exempt om recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION �)
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and J.D.C., Inc., as Contractor, entered into
a Contract on May 14 2002. Said Contract set forth certain improvements, as follows:
Ocean Front Street End Improvements: Fem, Grant, Highland Nordina and
Sonora Streets (C -33831
Work on said Contract was completed on November 26. 2002, and was found to be
acceptable on January 28, 2003, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is
m
Wblic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. r
Executed on V c t-q at Newport Beach, California.
BY l�i�tJY�i
r,pCity Clerk __
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
January 29, 2003
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Old Ford Road Pavement Overlay Project
(C- 3437); and
Notice of Completion for the Oceanfront Street End Improvements Project:
Fern, Grant, Highland, Nordina, and Sonora Streets (C -3383)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Har ess, CIVIC
City Clerk
Enclosures
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt from recording fees
pursuant to Government Code�ection 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and J.D.C., Inc., as Contractor, entered into
a Contract on May 14, 2002. Said Contract set forth certain improvements, as follows:
Ocean Front Street End Improvements: Fern, Grant Highland, Nordina, and
Sonora Streets (C -3383)
Work on said Contract was completed on November 26. 2002, and was found to be
acceptable on January 28, 2003, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is
M
J3dblic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. f
Executed on ll ��a at Newport Beach, California.
BY
dy Clerk
C I
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
A f nt � L
Agenda Item No. 9
January 28, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen Luy, P.E.
949 - 644 -3311
sluy@city.newport-beach.ca.us
SUBJECT: OCEANFRONT STREET END IMPROVEMENTS: FERN, GRANT,
HIGHLAND, NORDINA, AND SONORA STREETS - CONTRACT NO.
3383 — 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 1 year after Council acceptance.
DISCUSSION:
On May 14, 2002, the City Council authorized the award of the Ocean Front Street End
Improvements contract to J.D.C, Inc. The project provided for construction of curb,
roadway, sidewalk, planters, landscaping, irrigation systems, driveway 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. 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: $177,825.00
Actual amount of bid items constructed: 208,868.50
Total amount of change orders: 15,643.71
Final contract cost: $224,512.21
SUBJECT: OCEANFRONT ST END IMPROVEMENTS: FERN, GRANT, *LAND, NORDINA, AND SONORA
STREETS CONTRAC NO. 3383 - COMPLETION AND ACCEPTANCE
January 28, 2003
Page 2
The 17 percent increase in the amount of actual bid items constructed over the original
bid amount resulted from the need for additional PCC roadway, schedule 40 conduit
and irrigation wires exceeding the bid item quantities.
Two change orders in the amount of $15,643.71 (8.8 percent increase in contract) were
issued for the project. Change Order No. 1 provided for additional grading to facilitate
installation of irrigation conduit and miscellaneous time and materials costs to address
unforeseen circumstances. Change Order No. 2 provided for construction of additional
landing area to facilitate access and minimize maintenance at several of the original
street ends.
Funds for the project were expended in the following account:
Description Account No. Amount
Ocean Front Street End Improvements 7013- C5100014 $224,512.21
All work was completed on November 26, 2002, the scheduled completion date. This
project also requires the contractor to maintain the newly planted vegetation for a
period of 60 days. The Maintenance period began on November 27, 2002 and ended
on January 27, 2003.
Environmental Review: The project was determined to be exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA
Implementing Guidelines at the time the project was authorized by the City Council
(Attachment A). This exemption covers the maintenance and alteration of existing
public and private facilities with negligible expansion of the facilities in areas that are
not environmentally sensitive. The project involved the reconstruction of street end
improvements including a decorative wall and landscape planters within an existing
partially improved street end with no environmental resources.
Prepared by:
- A V /-:: 7 -
Stephifn Luy, P.E.
Project Engineer
Attachment: Notice of Exemption
Submitted by:
Stephen G. Badum
Public Works Director
POSTED CITY OF NEWPORT BEACH
SEP 2 4 201011
3300 Newport Boulevard -P.O. Box 1768
GARY L. GRAN ILLE, Clerk•Reeorder Newport Beach, CA 92659 -1768
By�.DEPUTY NOTICE OF EXEMPTION
To:
Office of Planning and Research
71 1400 Tenth Street, Room 121
Sacramento, CA 95814
Recorded in Official Records, County of Orange
Gary Granville, Clerk- Recorder
11111111111111111111111111111111111111111111111111 NO FEE
no s2 zof
20018500104103:48pm 09124101
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
From:
FILET}
SEP 2 4 2001
GARY L. GRANVILLE, Clerk- Retoreol
By_t Z
r— �--- �--__. DEPUTY
City of Newport Beach
Planning Department
3300 Newport Boulevard -P.O. Box 1768
Newport Beach, CA 92659 -1768
Date received for filing at OP:
Name of Project: Ocean Front Street End Improvements; Fern, Grant, Highland, Nordina and
Sonora; C -3383.
Project Location- The project is located South of Seashore Drive between Fem Street and Sonora
Street in West Newport Beach.
Specific: C -3383
Project Location - Newport Beach Project Location - Orange County
Project Description: Construction of a decorative wall and planters including landscaping
irrigation and conduit for future lighting.
Exempt status: (check one
❑ Ministerial (Sec.21080 (b)(1);15268);
❑ Declared Emergency (Sec. 21080(b)(3);15269(a));
❑ Emergency Projcct (Sec.21080(b)(4);15269(b)(c));
[g Categorical Exemption. State type and section number: Class 1(c), Section 15301
❑ Statutory Exemptions. State code number:
❑ General Rule (Sec. 15061(b)(3))
Reasons why project is exempt: Construction of curb, roadway, sidewalk planters, irrigation systems
driveway approaches, landscaping and modification of existing block wall planters at street ends to compl)
with a Coastal Commission Land Use Permit. The wall and planters will enhance the appearance of the are
and assist in maintaining the accessibility to the beach with no disruption to the environment.
Name of Public Agency Approving Project: City of Newport Beach
Name of Person or Agency Carrying Out Project: City of Newport Beach, Public Works Department
Contact Person: teplten uy Title: Associate Civil Engineer
Signature: Tel. No. (949) 644 -3330 Date: 9 -5 -01
J
• • CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 2nd day of May 2002,
at which time such bids shall be opened and read for
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT,
HIGHLAND, NORDINA, AND SONORA STREETS
Title of Project
Contract No. 3383
$175,000.00
Engineer's Estimate
� - M=
BIDDER'S LIST AVAILABLE ON
CITY WEBSITE:
http://www.city.newport-
beach. ca. us /Pubworks /pwmain.htm
phen G. Badum
is Works Director
Prospective bidders may obtain one set of bid documents at actual
cost at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
Contractor License Classification(s) required for this project: "A"
For further information, call Stephen J. Luy, Project Manager at (949) 644 -3330
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................3
BIDDER'S BOND ............................................................................... ..............................5
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7
NON - COLLUSION AFFIDAVIT ......................................................... .............................11
DESIGNATION OF SURETIES ........................................................ .............................12
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13
ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15
INFORMATON REQUIRED OF BIDDER ......................................... .............................16
NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19
CONTRACT..................................................................................... .............................20
LABOR AND MATERIALS BOND .................................................... .............................26
FAITHFUL PERFORMANCE BOND ................................................ .............................28
PROPOSAL.................................................................................... ...........................PR -1
SPECIAL PROVISIONS ......................................................... .......................... ......... SP -1
2
r
• i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
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
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words
"Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents.
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. The successful bidder's security shall be held until the Contract is executed.
Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to
exceed 60 calendar days after the successful bidder has signed the Contract.
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.
3
Ll
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section
22300, at the request and expense of the Contractor, securities shall be permitted in
substitution of money withheld by the City to ensure performance under the contract. The
securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
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 by calling the
prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. 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.
�) 9 �,�sy P�
Contractor's License No. & Classification
Bidder
Authori ed Signature/Title
D)2 la-2-
Date—
0
9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT
OF THE BID Dollars ($ 10% ), 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: FERN, GRANT, HIGHLAND, NORDINA, AND
SONORA STREETS, Contract No. 3383 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 and provide the required
original insurance documents for the construction of the project within thirty (30) days (not
including Saturday, Sunday, and federal holidays) after the date of the mailing of "Notification 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 hand this 26th day of
JDC. INC.
Name of Contractor (Principal)
Fidelity and Deposit Company of Marylan
Name of Surety
225 S. Lake Ave.. Ste. 700, Pasadena, CA 91101
Address of Surety
(714) 292 -7762
Telephone
Brad L. Settaast, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
5
9 0
State of California }
} ss.
County of Oranoe 1
On April 26. 2002 , before me, Brad L. Settaast, Notary Public
Date Name and Title of Officer (e.g.. 'Jane Doe, Notary Public')
Personally appeared
® personally known to me
piraved te me an the basis of 6atil4aGt0
evidesase
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
.......+ acknowledged to me that he /she executed
y the same in his /her /their authorized
sLIRM)_L. SI'TTGAST
( `M vl #< 1253596 � capacity(ies), and that by his /her /their
Q .. , � 40 pt ��19LIG- CAlIF0ANIA signature(s) person(s),
W r "EO°cenA.zoo4 or the entity nupon sbehalf tofe which the
Q ;t,c,....;r:....x...
•.:• >..^ >> °' "''' " "• "' person(s) acted, executed the instrument.
S a nd#icial seal.
Place Notary Seal Above gnature of Notary Public
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:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's
Name:
❑
Individual
❑
Corporate Officer— Title(s): -
❑
Partner - -- ❑Limited [
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
®1997 National Notary Association • 9350 Desoto Ave.. P.O. Box 2402 • Chatsworl CA 91313 -2402
State of California }
} ss.
County of Orange }
On April 26. 2002 before me, MELINDA B. HARVEY, Notary Public
Date Name and Title of Officer (e.g.. -Jane Doe. Notary Public')
Personally appeared BRAD L. SETTGAST ,
MELINDA B. HARVEY
Commission a 1296197
_m Notary Public - California i
Orange County
My Comm. Expires Mar 6, 2005
Place Notary Seal Above
® personally known to me
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by hislherltheir
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
]q�z��A6 14��
Signature of Notary Public
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:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's
Name:
❑
Individual
❑
Corporate Officer— Title(s): _
❑
Partner - -- ❑Limited [
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
91997 National Notary Assodation • 9350 Desoto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402
0 0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. J. ANDERSON, Vice President, and T. E. SMITH, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and
appoint Brad L. SETTGAST, of Fullerton, California, its krue and lawfu agent and Attomey -in -Fact, to make, execute,
seal and deliver, for, and on its behalf as surety, and as it and deed and all bonds and undertakings and the
execution of such bonds or undertakings in pursuance of resents, as binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been ecuted owledged by the regularly elected officers of
the Company at its office in Baltimore, Md., in their o _ per perk »
The said Assistant Secretary does hereby certify th;
Section 2, of the By -Laws of said Company, and is
IN WITNESS WHEREOF, the said Vice -
affixed the Corporate Seal of the said FIDE
2001. 0
ATTEST:
'�o ocvosri
r
State of Maryland
County of Baltimore ss:
Fentfoand xtract ser.�r -on the reverse side hereof is a true copy of Article V1,
ce .
t Secretary have hereunto subscribed their names and
ND DIT COMPANY OF MARYLAND, this 8th day of June, A.D.
�. E. Smith
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
-Cl ���
By:
Assistant Secretary Af J Anderson Vice President
On this 8th day of June, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned
and qualified, came M. J. ANDERSON, 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, 1 have hereunto set my hand and affixed my Official Seal the day and year first above
written.
d Fyy
1gTAtV!
POA-F 012 -4152C
Carol J Fader Notary Public
My Commission Expires: August 1, 2004
0 9
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, 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 ESTUMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 26th day of April , 2002
Assistant Secretary
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
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
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: FERN, GRANT, HIGHLAND, NORDINA,
AND SONORA STREETS, Contract No. 3383 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 and
provide the required original insurance documents for the construction of the project within thirty
(30) days (not including Saturday, Sunday, and federal holidays) after the date of the mailing of
"Notification 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 2002.
Name of Contractor (Principal)
Name of Surety ized Agent Signature
Address of Surety
Telephone
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
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. (Use additional sheets if needed)
Subcontractor's Name,
Address, Telephone #
Bid
Item
Number
Description of Work
Percent of
Total Bid
a
Bidder
N
Authorized ignature/Tite
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
61
Contact Person W Ly Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
7
No. 2
Project Name /Number
Project Description
i
0
Approximate Construction Dates
Agency Name
From i To:
C (� 0 /
OF- kzAC..
Contact Person �� 1,11�c�T Telephone
Original Contract Amount $ Final Contract Amount $ Z- -701i
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
"u
No. 3
Project Name /Number
P'0n.tL
Project Description ( 0 1,- I /V-' £
ip Lx)e r "43
Approximate Construction Dates: From 616 i To:
Agency Name C [ u� our e LJu °t)S
Contact Person �1 ���t�� Telephone
Original Contract Amount Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
l jlka^j� 04et-%,
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 4
Project Name /Number �'iswns� 5��-t �lrts
Project Description S�7zizsf lvh� Rr�� -hc� s
Approximate Construction Dates: From Ct r To: %�o f
Agency Name C- l3— W (l i -� L. d k
Contact Person 1q 1 i lL< V4162- r -'L Telephone (io`i)
Original Contract Amount $Z(W�' Final Contract Amount $ Zf 11 '
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5 /�
Project Name /Number ��T�;T- 0'e �v -t L I n2a
Project Description .57Xe'LYr
Approximate Construction Dates: From b r- To:
Agency Name
bl,o5
n /
Contact Person A4l0, IOC F -9,Tl. Telephone (iu4- 711ti 7`�"'
Original Contract Amount $Final Contract Amount $
I
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
0
No. 6
Project Name /Number
Project Description S
Approximate Construction Dates: From To: T 1
Agency Name C
Contact Person 'l / % L L CI �A"o Telephone (lao
Original Contract Amount $ Ci3� Final Contract Amount $ � ,u
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
� ) 5) 0- �,J, - /_a -
Bidder AuthorizXd Signatur /Title
IM
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of 02 - )
being first duly sworn, deposes and says that he or she is
of D3Nc— -K- , the party making the
foregoi g 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.
1 declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
j 0C
Bidder Authorize ignature(T) e
Subscribed and sworn to before me this day of 2002.
[SEAL]
Notary Public
My Commission Expires:
11
0
State of California }
} ss.
County of Orange }
0
On April 26. 2002 , before me, Brad L. Settgast, Notary Public
Date Name and Title of officer (e.g., "Jane Doe. Notary Public ")
Personally appeared James DeArmond
4aaLSCr• .. I .. SL. `
Aeoeaa r (n
r +p A # 125359
' t :...0 �NUrpflNIN 77
a
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law. it may prove
and could prevent fraudulent removal and reattachment of this form to another document
® personally known to me
El Proved 1161 Fine OR the basis-ef-sall
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's
Name:
❑
Individual
❑
Corporate Officer— Title(s): _
❑
Partner - -- ❑Limited ❑
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 National Notary Association. 9350 Desoto Ave., P.O. Box 2402 . Chatsworth, CA 91313.2402
0
rI
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO, 3383
DESIGNATION OF SURETIES
Bidders name "Joc— �*
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance /bond type):
Pu
i lam 1'Z k3 r
12
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
loc.
TO ACCOMPANY PROPOSAL
Bidders Name \ �^'�
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
13
Current
1
1
1
2
2
Year of
9
9
9
0
0
Record
9
9
9
0
0
Total
Year
2002
7
8
9
0
1
No.
contracts
IZ
Total dollar
Amount of
Contracts (in
a
Thousands
2Iaz_
No. of
fatalities
C)
No. of lost
Workday
C)
Ca
C�1
Cases
No. of lost
workday
cases
involving
permanent
transfer to
another job
i
or
termination
of
employment
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
13
0
Legal Business Name of Bid
r
Business Addressde: �. _ 5Vgk 5) ?27
Business Tel. No.:
State Contractor's License No. and /
Classification: �,��j33 % 4
Title
The above information was compiled from th4 records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and, if he
is doing business under a fictitious name, the fictitious name must be set forth. If bidder
is a partnership or joint venture, legal name of partnership /joint venture must be
provided, followed by signatures of all of the partners /joint ventures or of fewer than all
of the partners /joint ventures if submitted with evidence of authority to act on behalf of
the partnership /joint venture. If bidder is a corporation, legal name of corporation must
be provided, followed by notarized signatures of the corporation President or Vice
President or President and Secretary or Assistant Secretary, and the corporate seal.
Signatures of partners, join venturers, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners /joint venturers, or officers
are known to him or her to be such, and, in the case of a corporation, that such
corporation executed the instrument pursuant to its bylaws or a resolution of its Board
of Directors.
14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN GRANT HIGHLAND
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
ACKNOWLEDGEMENT OF ADDENDA
Bidders name � ) 6c
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. Date Received Si nature
15
w •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation:
1 �]
Business Add
Telephone and Fax Number:
California State Contractor's License No. and Class: (�iJ J �S' `� i
(REQUIRED AT TIME OF AWARD)
Original Date Issued: /%g Expiration Date:
List the name and title /position of the person(s) who inspected for your firm the site of
the work proposed in these contract documents:
J
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title Address Telephone
ve A;
Corporation organized under the laws of the State of
16
a •
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
IV / , N L�
All company, corporate, or fictitious
interest in this proposal are as follows:
business names used by any principal having
. L,
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
Have you ever had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? if so, explain.
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for labor compliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / No
Are any claims or actions unresolved or outstanding? Yes / No
17
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non - responsive.
i
�C�v�
Bidder
Subscribed and sworn to before me this
(Print name of Owner or President
of Co rati n/ mpany)
Authori d Signature itle
Title
Date
18
day of
[SEAL]
2002.
0
State of California }
} ss.
County of Orange }
9
On April 26. 2002 , before me, Brad L. Settgast, Notary Public
Dale Name and Title of Officer (e.g., 'Jane Doe, Notary Public'(
Personally appeared James DeArmond ,
Place Notary Seal Above
® personally known to me
PFQved to me on the bas-ii;ti
eyidease
to be the persons) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
yr r lV#VI L
Though the information below is not required by law, it may prove valuable to persons relying on the
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's
Name:
rI "A# # 1253598 m
Individual
C4!QRNIA y-I
Corporate Officer— Title(s): _
GOIJPITY
Uj y
rtc .,(�f
-r LySf 14.200) >
Attorney -in -Fact
❑
Trustee
❑
Place Notary Seal Above
® personally known to me
PFQved to me on the bas-ii;ti
eyidease
to be the persons) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
yr r lV#VI L
Though the information below is not required by law, it may prove valuable to persons relying on the
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's
Name:
❑
Individual
❑
Corporate Officer— Title(s): _
❑
Partner - -- ❑Limited ❑
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer is Representing:
Number of Pages:
01997 National Notary Association . 9350 Desoto Ave., P.O. Box 2402 • Chatsworth, CA 913132402
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
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 shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
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. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Public Works Department within
ten (10) working days after the date shown on the Notification of Award to the successful
bidder.
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 company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
19
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
CONTRACT NO. 3383
CONTRACT
THIS AGREEMENT, entered into this _ day of , 2002, 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:
OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT, HIGHLAND,
NORDINA, AND SONORA STREETS
Project Description
3383
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
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. 3383, 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.
20
9 0
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 seventy- seven, eight
hundred twenty-five and 00 /100 Dollars ($177,825.00).
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 specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
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 J. Luy
(949) 644 -3330
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
CONTRACTOR
JDC, Inc.
P.O. Box 3448
Rancho Cucamonga, CA
91729
909- 899 -4841
909- 899 -4842
Contractor, by executing this Contract,
"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 original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance DOlicv are to be sinned by a oerson authorized by that
21
0
0
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 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
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.
22
0 0
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
i. City, its officers, agents, 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, agents, 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,
agents, 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.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
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
M
0 9
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 direct 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 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.
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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
24
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.
CITY CLERK
APP R V D AS TO FORM:
CITY ATTORNEY
25
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
JDC, INC.
By:
Authori ed Signature ind Title
0
State of California }
} as.
County of Orange }
0
On May 15. 2002 , before me, Brad L. Settgast, Notary Public
Date Name and Title of Officer (a.9..'Jan. Doe, Notary PulcW)
Personally appeared James DeArmond
Place Notary Seal Aeove
OPTIONAL
Though the information below is not required bylaw. it may prove
and could prevent fraudulent removal and reattachment of this form to another document
® personally known to me
preyed to me an the basis of satqsfaGtGFY
evideaee
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
a3
❑
Individual
❑
V It
❑
Partner - -- ❑Limited [
Place Notary Seal Aeove
OPTIONAL
Though the information below is not required bylaw. it may prove
and could prevent fraudulent removal and reattachment of this form to another document
® personally known to me
preyed to me an the basis of satqsfaGtGFY
evideaee
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
❑
Individual
❑
Corporate Officer— Title(s): -
❑
Partner - -- ❑Limited [
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other.
Signer is Representing:
Number of Pages:
01997 National Notary Assouation. 9350 Desoto Ave.. P.O. Box 2402 • Chatsworth, CA 91313.2402
ACORD CERTIFICA'W OF LIABI
Armstrong /Robitaille Bus &InsSv
680 Langsdorf Drive, Suite 100
PO Box 34009
Fullerton, CA 92834 -9409
INSURED
James De Armond Construction,
JDC, Inc.
P.O. Box 3448
Rancho Cucamonga, CA 91729
COVERAGES
ONLY
Inc. DBA: riNSURERB:
INSURER D:
�U� E DATE (MM/OD/
05/15/0 02
j T l T¢¢{��,,$��ISSU D AS A MATTER OF INFORMATION
AND C)T= NO RIGHTS UPON THE CERTIFICATE
t. THIS CERTIFIC E DOES NOT AMEND, EJCTEND OR
T49Es� FORDED BY THE POLICIES BELOW.
DWport R -
FFORDING COVERAGE
Westchester Fire Insurance Cc
Golden Eagle Ins Corporation
State Compensation Ins Fund
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
IPOLICYEFFECTIVE
INSR TYPE OF INSURANCE I POLICY NUMBER
LTR'
,POLICYEXPIRATIONI
DAT MM/DD/YV DATE MMlDD/YY LIMITS
A GENERAL LIABILITY IGLS682565 :07/01/01
07/01/02 EACH OCCURRENCE $1,,000, 000_
X COMMERCIAL GENERAL LIABILITY I
�, FIRE DAMAGE(Anyonefira) $ 00(]
_— .. CLAIMS MADE X OCCUR(
M ED EX P(Any one person) $5,._000
PERSONALBADV INJURY $1, 000, 000
GENERAL AGGREGATE . $2 , 0 0 0 ,. O 0 0
I GEN'L AGGREGATE LIM IT APPLIES PER
I PRODUCTS - COMP /OP AGO S ILO O O
POLICY X PET LOC
I- __.. '.000
B !AUTOMOBILE LIABILITY ICCP55236301
07/01/01 :07/01/02 1 COMBINED SINGLE LIMIT '.�51
. X ANY AUTO
(Eaaccidem) r 000,000
ALL OWNED AUTOS
BODILY INJURY $
,.. SCHEDULEDAUTOS
(Per person)
__... j
X HIRED AUTOS
...._— .. ...._-- __.._....
BODILY INJURY
$
X NON -OWNED AUTOS
(Per accident) I________
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT $
ANY AUTO
EA ACC 1$
'OTHER THAN
AUTO ONLYt
AGO $
A EXCESS LIABILITY CUS225156
07/01/01107/01/02 iEACHOCCURRENCE $l 000, -000
_! OCCUR CLAIMS MADE
AGGREGATE — __ $1 , 0 0 0 , 0 0.0
_ DEDUCTIBLE
RETENTION IS
$
C WORKERS COMPENSATION AND ;158920901
WC STATU-
07/01/01 07/01/02 X; pAYyNLT�L. iOER
EMPLOYERS' LIABILITY
!
"- "- " - - - --
i.E.L. EACH ACCIDENT_ _ S1, 000__,000
1 E.L. DISEASE EA EMPLOYEE $1, 000 _000
..._.—
,E.L. DISEASE - POLICY LIMIT I. S 1, 000, 000
B OTHER Equipment ICCP55236301
07/01/01 107/01/02;$500 Deductible
Rented /Leased
:$50,000 Each Item
100,000 Max
DESCRIPTION OF OPERATIONSILOCATDNS EHICLE&EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
30 Days Notice of Cancellation Except
10 Days For Non Payment of Premium
RE: Ocean Front Street End Improvements:
Fern, Grant, Highland, Nordina,
and Sonora Streets, Contract No. 3383
City of Newport Beach Public Works Department,
its officers,agents,
(See Attached Descriptions)
City of Newport Beach,
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
ACORD25- S(7re7)1 of 3 #S169669/M142643
SH OULD ANY OF TH E AS OVE D ESCRIB E D POLIC IE S B E CAN CE LL E D B EFORE TH E EXPIRATION I
DATE THEREOF, THE ISSUING INSURER WILL X3Q0(e)M)UPXAIL 3- O_DAYS WRITTEN
N OTIC E TO TH E CE RTIFICATE H OLD E R NAM E D TO TH E LEFT,k9UrAK jWXgpQyppgpC}C
AUTHORIZED
LKC 0 ACORD CORPORATION 1888
I .. • DESMPTIONS (Continued from MW 1)
officials, employees and volunteers are named additional insureds as
respects general liability per CG20101185 endorsement attached.
This insurance is primary and noncontributory as required by written
contract. Waiver of Subrogation applies as respects Workers' Compensation.
Endorsement to follow from carrier.
AMS 25.3(07/97) 3 of 3 #S169669/M142
u
POLICY NUMBER: GLS682565 COMMERCIAL GENERAL LIABILITY
James De Armond Construction, Inc., DBA: JDC, Inc.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES 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, its officers, agents, officials, employees and
volunteers
30 DAYS NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NONPAYMENT OF
PREMIUM
(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.
Job Description:
Ocean Front Street End Improvements: Fern, Grant, Highland, Nordina and Sorona Streets,
Contract No. 3383
Such insurance as is afforded by the General Liability policy is primary insurance and
no other insurance of the additional insureds will be called upon to contribute to a loss.
CG 20 10 111 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 13
STATE. P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
MAY 16, 2002 POLICY NUMBER: 1589209 01
.. CERTIFICATE EXPIRES: 7 -1 -02
RE1 "ED
CITY OF NEWPORT BEACH PBLC WKS DB EC
3300 NEWPORT BLVD MAY 2 0 2002
NEWPORT BEACH CA 92663
I Public 4Yorks Dar FRONT ST END IMPROVE
City cr Newport 6eac :FERN, GRANT, HIGHLAND:
NORDINA,AND SONDRA STS
CONTRACT NO. 3383
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the polcy period indicated.
This policy is not subject to cancellation by the Fund except upon XX days' advance written notice to the employer.
30
We will also give you M days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance 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. _
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS'NOTICE EFFECTIVE
07/01/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE
05/16/02 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
THIRD PARTY NAME: CITY OF NEWPORT BEACH PBLC WRS DEPT
EMPLOYER
F
JAMES DEARMOND CONSTRUCTION INC
P.O. BOX 3448
RANCHO CUCAMONGA CA'91739
MAY - 212002 TUE 10.00 AM CAL NCE FAX N0, 7149 91654 P. 01/01
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST I: COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED:_. �ca�0 O� DEPARTMENT/CONTACT RECEIVED FROM, p1f'K_S i
DATE COMPLETEI: "i�(' a SENT TO: (ShwA L_ j u r- BY: ^ NW 1
COMPANY/PERSOI
REQUIRED TO HAVE CERTIFICATE: laP /tYNLU✓lC{ �)dlbh�q,� I ✓t Q
106A'. COL 1�c.
/
I. GENERAL LI .
ILITY:
I �.
A.
INSURANC:
', COMPANY: I��YW yYl�z +L� 11�1/� w LiUVICC
B.
AM BEST P
ITING (A VII or greater): 1 i
C.
ADMITTEI:
COMPANY: ( Must be California Admitted) Is compan admitted is California? Yes No__
D.
LIMITS: (N:
st be $1,000,000 or greater) What is limit provided? boo wo ! 0100 660
E.
PRODUCT,:
AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No
F.
ADDITION:
L INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and
volunteers).
Is it included? Yesig No_
G.
PRIMARY:
ND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No____
H.
CAUTION!
"Confirm that loss or liability of the Named insured is not limited solely by their negligence.)
Does endon .
ment include "solely by negligence" wording? Yes Noc
I.
NOTIFICA'1
ON OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mai
; pet Lauren Farley the City will accept the endeavor wording.
II. AUTOMOBILE 7 i COMITY: /` r
A. INSURANC COMPANY: �) D Ul D
B. AM BEST I; kTING (A VII or greater): l ACV
C. ADMI'1TEI COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes—k No
D. LIMITS: (I. astbe $1,000,000 minimtun BI & PD and $500,000 UM) What is limits rovided? 11QQQD00
E. ADDTTIOA .L INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and
volunteers). Is it included? Yes _X No /
F. PRIMARY, ND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes Ao
G. NOTIFICA. ION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified m:. ; per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COI IPENSATION:
A. INSURANC 3 COMPANY: 5- U � /g fxo,07-
B. AM BEST'.:.ATING (A VII or greater) fy1 U < jeak X) 1 I
C. LIMITS: Si utary \\r
D. WAVIER G : SUBROGATION: (To include). Is it included? Yes d No_,
HAVE ALL A LOVE REQUIREMENTS BEEN MET? Yes No
IF NO, WHIC"I 'ITEMS NEED TO BE COMPLETED?
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
OCEAN FRONT STREET END IMPROVEMENTS:
FERN, GRANT, HIGHLAND, NORDINA AND SONORA STREETS
CONTRACT NO. 3383
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. 3383 in accord with the Plans and Special
Provisions, and will take in full payment therefore the following unit and lump sum prices for
the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Clearing and Grubbing
"r Dollars
and
Per Lump Sum
2. Lump Sum Mobilization
Dollars
and
Cents
Per Lump Sum
1 Lump Sum Traffic Control
EWE JO '9,J Dollars
0
Per Lump Sum
and
Cents
$ lcu�- G�
w
• PR2of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
a
5.
a
7
0
720 L.F. Construct Type "B" P.C.C. Curb
Dollars
and
Cents
Per Linear Foot
1,190 S.F.
P.C.C. Driveway Approach
$ I2 - $ ��, fF
Construct
w- Dollars
and , I51,
(-I Cents $ `t $ T3s'
Per Square Foot
2,400 S.F. Construct P.C.C. Sidewalk
Tw- -WI,a. -s Dollars
and
6 Fri, Cents $
Per Square Foot
625 S.F. Construct P.C.C. Landing with
Thickened Edge
Dollars
and L/
Cents $ 7 $
Per Square Foot
5,040 S.F. Construct 8 -inch Thick P.C.C.
Roadway
%vt Dollars
and -7
Cents $ $ G Z
Per Square Foot
0
PR3of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 5 Each Install 1 -inch Water Service
(Including Trench Resurfacing
where applicable)
u-� ! Dollars
r— and
C`- Cents
Per Each
10. 5 Each Install P.C.C. Meter Box With
Traffic Cover
4 L,,C% Dollars
and
Cents
Per Each
11. Lump Sum Install Irrigation System and
Irri ation Modifications
.i,..+l.�1vc
Dollars
and
°�— Cents
Per Lump Sum
12. 250 L.F. Install Sch -40 Gray 1 -inch Conduit
Dollars
and
Cents
Per Linear Foot
13. 5 Each Install New Galvanized Steel
Parking Meter Posts
��� �1✓ ^� -� Dollars
and
Cents
Per Each
$CL;,
$V_J
i
$ Ir $ 1�
0 PR4of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. Lump Sum Provide and Install Landscaping
S1LN Dollars
and
Cents $ la7
Per Lump Sum
15. 634 L.F. Construct Block Wall Planters
Including Foundation
l G%+'a' Dollars
and
Cents $ $ 2z I (fib"'
Per Linear Foot
16. 900 L.F. Remove Existing Block Wall
Cap and Construct Additional
Block Wall Course to Existing
Block Wall Planter
Dollars
and 0: .
_Cents $ $
Per Linear Foot
17. 1,050 L.F. Install 2' /z -inch Schedule -40 Electric Conduit
for Sprinkler Irrigation Valve Wiring
Dollars
and } Or,
Cents $ I I $
Per Linear Foot
18. 3,500 L.F. Install 14 Gauge Sprinkler Control
Wire
Dollars
and
Cents $ $ 75
Per Linear Foot
0
• PR5of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 5 Each Install P.C.C. Meter Box With
P.C.C. Cover (Electrical)
Dollars
and
Cents sc>
Per Each
20. Lump Sum 60 -Day Plant Establishment
and Maintenance Period
Dollars
and _ r
Cents $ $
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
e- l/ - µe'IJdj/ F /plc
�<-rF /���� c�> /'ni Ii - fI- %jvirr�..lc /)
r�nllarc
and 4-- Cents
Date
�BYZ-
Bidder's Telephone and Fax Numbers
Bidders License No(s)
and Classification(s)
Total Price (Figures)
Bidder
C
X Z,
de s AuthorizEA Signature and Title
I_.0 yyf
ld er's Address
F: \USERS\PBWtShared \Contracts \FY 01 -02 \OCEAN FRONT STREET ENDS C- 3383 \PROPOSAL C- 3383.doc
• •
1
1
1
2
2
2
2
2
3
3
3
3
3
3
3
3
3
3
4
4
4
5
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
OCEAN FRONT STREET END IMPROVEMENTS
FERN, GRANT, HIGHLAND AND NORDINA STREETS
CONTRACT NO. 3383
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Services
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -7
ADJUSTMENTS TO GRADE
5 -8
SALVAGED MATERIALS
5 -9
ONSITE UTILITES
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -7.2
Working Days
6 -7.4
Working Hours
1
1
1
2
2
2
2
2
3
3
3
3
3
3
3
3
3
3
4
4
4
5
0 0
6 -9
LIQUIDATED DAMAGES
5
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -7
COOPERATION AND COLLATERAL WORK
5
7 -8
PROJECT SITE MAINTENANCE
5
7 -8.5
Temporary Light, Power and Water
5
7 -8.6
Water Pollution Control
6
7 -8.8
Steel Plates
6
7 -9
PROTECTION AND RESTORATION OF
6
EXISTING IMPROVEMENTS
7 -10
PUBLIC CONVENIENCE AND SAFETY
6
7 -10.1
Traffic and Access
6
7 -10.2
Storage of Equipment and Materials in Public Streets
6
7 -10.3
Street Closures, Detours, Barricades
6
7 -10.4
Public Safety
7
7- 10.4.1
Safety Orders
7
7 -10.5
"No Parking" Signs
7
7 -10.6
Street Sweeping Signs
7
7 -10.7
Notice to Residents and Temp Parking Permits
7
7 -15
CONTRACTOR LICENSES
8
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
8
SECTION 9
MEASUREMENT AND PAYMENT
8
9 -3
PAYMENT
8
9 -3.1
General
8
9 -3.2
Partial and Final Payment
11
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 212
LANDSCAPE AND IRRIGATION MATERIALS
11
212 -1
LANDSCAPE MATERIALS
11
212 -1.4
Plants
11
212 -1.4.1
General
11
212 -1.4.2
Trees
11
212 -1.4.3
Shrubs
11
212 -2
IRRIGATION SYSTEM MATERIALS
12
212 -2.1
Pipe and Fittings
12
212 -2.1.3
General
12
212 -2.2
Valve and Valve Boxes
12
212 -2.2.4
Remote Control Valves
12
212 -2.2.7
Valve Boxes
12
11
•
212 -2.4 Sprinkler Equipment 12
212 -3 ELECTRICAL MATERIALS 12
212 -3.2 Conduit and Conductors 12
212 -3.2.2 Conductors 12
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
13
300 -1
CLEARING AND GRUBBING
13
300 -1.3
Removal and Disposal of Materials
13
300 -1.3.1
General
13
300 -1.3.2
Requirements
13
300 -1.5
Solid Waste Diversion
13
SECTION 302
ROADWAY SURFACING
13
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
13
302 -6.6
Curing
13
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
13
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
13
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
303 -5.1
Requirements
13
303 -5.1.1
General
13
303 -5.5
Finishing
14
303 -5.5.2
Curb
14
303 -5.5.4
Gutter
14
SECTION 306
UNDERGROUND CONDUIT CONSTRUCTION
14
306 -1
OPEN TRENCH OPERATIONS
14
306 -1.5
Trench Resurfacing
14
306 -1.5.1
Temporary Resurfacing
14
PART 4
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT 14
CONCRETE, PORTLAND CEMENT CONCRETE
AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS 14
400 -2.1 General 14
400 -2.1.1 Requirements 14
• • SP OF 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
OCEAN FRONT STREET END IMPROVEMENTS:
FERN, GRANT, HIGHLAND, NORDINA AND SONORA STREETS
CONTRACT NO. 3383
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans (Drawing No. (Drawing No. R- 5741 -S & T -5808-
S); (3) the City's 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. Copies of the
Standard Special Provisions and Standard Drawings may be purchased at the Public
Works Department. Copies of the Standard Specifications may be purchased from
Building News, Inc., 1612 South Clementine Street, Anaheim, California, 92802,
telephone (714) 517 -0970.
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, roadway, sidewalk, planters,
landscaping, irrigation systems, driveway 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 City will provide construction staking
as required to construct the improvements. Any additional stakes or any re- staking, or
costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify
the City in writing two working days in advance of the time that the stakes are needed.
The City's Surveyor will file a Corner Record or Record of Survey with the County
• SP2OF14
Surveyors Office prior to the start of any construction. After completion of all
construction, the City's Surveyor will file a Corner Record or Record of Survey with the
County Surveyors Office for any monuments that have been replaced. All existing
street and property corner monuments are to be preserved. The Contractor will be
back - charged for the cost of restoring any survey monument damaged by the
Contractor outside the project limits."
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 Corner Records with the County of
Orange upon monument restoration.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractors costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall be
added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the
Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of
the subcontracted portion of the extra work and a markup of 5 percent on work added in
excess of $5,000 of the subcontracted portion of the extra work may be added by the
Contractor.
This Section only applies to work in excess of the estimated quantities shown in the
Proposal."
0
• SP3OF14
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 furnish
the engineer 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, such tests and inspections shall be paid for by the Contractor.
SECTION 5 - -- 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
finish grade with the appropriate utility company.
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) 718 -3402.
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.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time for completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed ."
• • SP4OF14
The Contractor shall furnish City with certificates of insurance with original
endorsements effecting coverage required by this contract (Section G) to the City for
processing and approval prior to City permitting any work on site to commence.
No work shall begin until a schedule of work has been approved by the Engineer. The
Contractor shall submit a construction schedule to the Engineer for approval a minimum
of five working days prior to commencing any work. Schedule may be bar chart or CPM
style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until he has exerted extra effort to meet his original schedule and has demonstrated that
he will be able to maintain his approved schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be constructed as the basis for payment of extra work because additional
personnel and equipment were required on the job."
The term "work" as used herein shall include all removals, adjustments and the
construction of curb, gutter, roadway, sidewalk, planters, landscaping, irrigation
systems, driveway approaches, irrigation plumbing, irrigation wiring conduit,
modification of existing block wall planters, adjustment of City -owned utility frames and
covers to finished grade, and construction of other incidental items 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 fifty consecutive working days after the date on the
Notice to Proceed. The Notice to Proceed will state that the fifty consecutive
working days will start on September 16, 2002. No work shall commence until
September 16, 2002. The sixty (60) consecutive calendar days plant establishment
and maintenance period shall commence immediately after all construction work has
been completed.
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 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the
third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th,
November 11th or December 25th falls on a Sunday, the following Monday is a
holiday."
• • SP5OF14
6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m.
Monday through Friday.
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m.
on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. 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
supplemental inspection costs of $55.00 per hour when such time periods are
approved.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the fifty 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 $500.00."
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 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.
SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "The
Contractor shall provide and install new water meter and valve boxes with covers. All
existing water meter or valve box frames and covers shall be salvaged. Salvaged
meter or valve box frame and covers and water pipe shall be delivered to the City's
Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the
delivery of salvaged materials by contacting Mr. Pete Antista, Utilities Superintendent,
at (949) 718 - 3402."
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 $813 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."
• • SP6OF14
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 storm drain system."
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) 718 -3402.
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 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic
control and access in accord with Section 7 -10 of the Standard Specifications and the
Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc."
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. Full vehicular access to any garage shall not be prohibited for longer
than 10 consecutive working days under any circumstances.
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials may be stored in approved
areas of streets or parking lot areas."
7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan and detour plans(s) for each street and
parking lot. The Contractor will be responsible for processing and obtaining approval of
a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the
conditions of the traffic control plan. All traffic control plans shall be prepared by a
licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC
CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The traffic control and detour
plans must meet the following requirements:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that ail
0 • SP 7 OF 14
pedestrian and vehicular traffic will be handled in a safe manner with a minimum of
inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and /or lighted.
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and
completely responsible for conditions of the job -site, including safety of all persons and
property during performance of the work, and the Contractor shall fully comply with all
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place
"NO PARKING - TOW AWAY" signs (even if streets and alleys have posted "NO
PARKING" signs) which he shall post at least 48 hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Traffic Division at (949) 644 -3717, 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 construction notice to the adjacent residents within 500 feet of the
project, describing the project and indicating the limits of construction. The City will
provide the notice. Forty -eight hours before the start of any construction, the
Contractor shall distribute to the adjacent residents a written notice stating when
construction operations will start and what disruptions may occur and approximately
when construction will be complete. An interruption of work at any location in excess of
14 calendar days shall require re- notification. The written notices will be prepared by
• • SP 8 OF 14
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 re- notification 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
submitted to the Engineer at the time each progress bill is submitted.
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 submitted to the Engineer
prior to final payment or release of bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three 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 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. 2 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
• • SP9OF14
project limits and any equipment necessary to complete the work under this contract.
The cost of all sawcutting and mailbox relocation shall also be included under this item.
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.
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 8 -Inch Thick P.C.C. Roadway: Work under this item shall
include compaction and construction of 8 -inch thick P.C.C. roadway and all other work
necessary to construct the roadway complete and in place.
Item No. 9 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. 10 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. 11 Install Irrigation System and Irrigation Modifications: Work under this
item shall include furnishing and installing all schedule 40 irrigation lines and fittings,
• • SP 10 OF 14
Toro 500 and 570 sprinkler heads, anti - siphon valves and Griswald DW Series 3/4 -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. 12 Install 1 -inch Schedule 40 P.V.C. Gray Electric Conduit for Future
Telephone Wiring: Work under this item shall include furnishing and installing all 1 -inch
schedule 40 gray P.V.C. conduit for future telephone wiring, Including moving and
distributing excess sand, and all other work necessary to install the conduits complete
and in place.
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
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 21/2-inch Schedule 40 P.V.C. Electric Conduit for Sprinkler
Irrigation Valve Wiring. Work under this item shall include furnishing and installing all
2'/2 -inch 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.
• SP 11 OF 14
Item No. 18 Install 14 -gauge Sprinkler Control Wire for Sprinkler Irrigation Valve
Wiring: Work under this item shall include furnishing and installing all 14 -gauge
insulated and color coded sprinkler control wire for sprinkler irrigation lines, and all other
work necessary to install the wiring complete and in place.
Item No. 19 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.
Item No. 20 60 -Day Plant Establishment and Maintenance Period: Work under this
item shall include the maintenance of all plantings, weeding, irrigation, fertilization,
replacement of dying plantings for a period of 60 consecutive calendar days, and all
other work necessary for 60 -day plant establishment and maintenance 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."
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 Aloe arborensis
(Tree Aloe), Raphiolopis 'Pinkie' (Pink Lady) and Lampranthus spectabilis (Trailing Ice
• SP 12 OF 14
Plant) 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 591h
Street and 18 -feet westerly of the property line of the existing homes along Seashore
Drive."
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
. L
• • SP 13 OF 14
300 -1.3.1 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. The Engineer must approve final removal accomplished by other means.
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 -1.3.2 Requirements
Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections.
Replace the first sentence of this section with, "Saw cuts shall be neatly made to a
minimum of two inches." And replace the words, "1 1/2-inch" of the last sentence with the
words, "two inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that 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 -5.1 Requirements
303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be
opened to pedestrian access on the day following concrete placement. In addition, all
• SP 14 OF 14
forms shall be removed, irrigation systems shall be repaired, and backfill or patchback
shall be placed within 72 hours following concrete placement. Newly poured P.C.C.
improvements subject to vehicle loads shall not be opened to vehicle traffic until the
concrete has cured to a minimum strength of 2,000 psi."
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 W -X"
for 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) 718 - 3402."
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."
SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION
306 -1 OPEN TRENCH OPERATIONS
306 -1.5 Trench Resurfacing
306 -1.5.1 Temporary Resurfacing. Add to this section: "The Contractor shall
install and secure steel plates or place hot mix asphalt in his trenches to provide a
temporary driving surface on all roadway surfaces. The contractor shall apply a tack
coat per Section 302 -5.4 of the Standard Specifications. The asphalt concrete (A.C.)
used shall be III -C3 -AR -4000 with a thickness equivalent to the roadway's structural
section or a minimum of 6- inches thick, which ever is greater, and compacted to 95 %.
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."
F :IUSERS \PBW\Shared\Caatracts \FY 01 -02 \OCEAN FRONT STREET ENDS C- 3383 \SPECS C- 3363.doc
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET END IMPROVEMENTS
FERN, GRANT, HIGHLAND, NORDINA AND SONORA STREETS
30- Aug -01
C -3383
Estimate
ITEM
DESCRIPTION
QTY.
Units
UNIT
PRICE
TOTAL
PRICE
1
Mobilization
1
L.S.
8,967.50
8,967.50
2
Clearing and Grubbing
1
L.S.
3,500.00
3,500.00
3
Traffic Control
1
L.S.
3,000.00
3,000.00
4
Construct Tv e "B" PCC Curb
720
L.F.
12.00
8,640.00
5
Construct PCC Driveway Approach
1,190
S.F.
4.50
5,355.00
6
Construct PCC Sidewalk
2,400
S.F.
3.00
7,200.00
7
Const. PCC Landing W/ Thick Ede
625
S.F.
4.50
2,812.50
8
Construct 8 -inch Thick PCC Roadway
5,040
S.F.
5.00
25,200.00
9
Install 1 -inch Water Service
5
Ea.
1,500.00
7,500.00
10
Install P.C.C. Meter Box W/Traffic Lid
5
Ea.
200.00
1,000.00
I1
Install Irrigation S stem & Irrigation ModiScations
1
L.S.
10,000.00
10,000.00
12
Install Sch 40 Gray 1 -Inch Conduit
250
L.F.
6.00
1,500.00
13
Install Galvanized Meter Posts
5
Ea.
400.00
2,000.00
14
Provide and Install Landscaping
1
L.S.
16,000.00
16,000.00
15
Construct Block Wall Planter
634
L.F.
50.00
31,700.00
16
Remove Exist. Cap and Const Add. Course of Block
900
L.F.
25.00
22,500.00
17
Install Sch 40 Gray 2 1/2 -Inch Conduit
1,050
L.F.
10.00
10,500.00
18
Install 14 Gauge Sprinkler Control Wire
3,500
L.F.
0.50
1,750.00
19
Install P.C.C. Meter Box electrical) W /PCC Cover
5
Ea.
175.00
875.00
2
- ay ant stabishment amtenance Period
,
Sub- ota
ontingency (10%) 1
total
F
MP 14 2002
TO: Mayor and Members of the City Council
FROM: Public Works Department
May 14, 2002
CITY COUNCIL AGENDA
ITEM NO. 13
SUBJECT: OCEAN FRONT STREET END IMPROVEMENTS: FERN, GRANT,
HIGHLAND, NORDINA, AND SONORA STREETS - AWARD OF
CONTRACT NO. 3383
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3383 to J,D.C. Inc., for the Total Bid Price of $177,825.00,
and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $17,000.00 to cover the cost of testing and unforeseen
work.
DISCUSSION:
At 11:00 A.M on May, 2, 2002, the City Clerk opened and read the following bids for this
project:
BIDDER
Low J.D.C. Inc.
2 International Pavement Solutions
3 Damon Construction Company
4 Atlas- Allied Inc.
TOTAL BID AMOUNT
$177,825.00
175,950.00
230,127.00
$281,680.00
* Corrected Bid Amount is $198,440.80
The low total bid amount is 1.6 percent above the Engineer's Estimate of $175,000.
The low bidder, J.D.C. Inc., of Rancho Cucamonga, California, possesses a General
Classification "A" contractor's license as required by the project specifications. J.D.C.
Inc., has satisfactorily completed similar concrete repair projects for the City.
The work necessary for the completion of this project consists of constructing curb,
roadway, sidewalk, planters, landscaping, irrigation systems, driveway 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.
SUBJECT: OCEAN FRONT ST& END IMPROVEMENTS: FERN, GRANT, HIGHLO, NORDINA, AND SONORA
STREETS - AWARD OF CONTRACT NO. 3383
May 14, 2002
Page: 2
The Oceanfront Encroachment Program was adopted by the City and approved by the
California Coastal Commission ten years ago. The FY 2001 -2002 Ocean Front Street
End Improvement Program provides for the construction of five street end
improvements between Fem Street and Sonora Street. The improvements include the
construction and replacement of 5,040 square feet of roadway, 2,400 square feet of
sidewalk, and 720 lineal feet of curb. The locations are shown on Exhibit "A." Staff
obtained a Coastal Commission Permit for the construction of this project.
With this final phase of the street end construction, the City will have complied with the
requirements as specified in Amendment 23 of the Local Coastal Program Land Use
Permit, as agreed to under Resolution 91 -80, by constructing 33 fully improved street
ends along the ocean front to facilitate access and parking adjacent to beach areas.
In the future, at least 85 percent of the fees generated by encroachments will be used
for the construction of improvements which directly benefit the beach -going public such
as parking spaces, rest rooms, vertical or lateral walkways along the beach, and similar
projects.
There are sufficient funds available in the following account for the work:
Account Description
Ocean Front Street End Improvements
Respectfully
P9%IC WORKS DEPARTMENT
to en G. Badum, Director
By:
Stephen J. Luy, P.E.
Project Manager
Attachment: Project Location Map
Bid Summary
Account Number Amount
7013- C5100014 $194,825.00
x
U
Q
W
m
O
a
W
Z
L6
O
U
H
Z
W
a
IL
W
O
N
Y
U
J
m
a
0
N
O
m
O
0 LL
O Q
W
m �
x
S
U m
m
u
0
� No 0
`v m U
Z
G
a.
O
C.
¢;
v
m
E
c
2
c
h0
S
C
rt
m-
W
a
E:
,
c
a
c
W
6
v�
C,
4. m
C
O N
w
J
F
w
p J
N
I
O
O
O T
O J
N �
n y
N r
W In
w
a
� W
F Q
W Z
U)
w U
Z_ W
0 0
Z w
w a
m
m
d
O
0
0
O
N
e»
3
0
0
E
a
E
d
m
0
E c
J
Q E
E¢
0 0
Q1 ~
U
d m
U V�
II
U O
II �
O
O .r
ui W
6q
0
0
0
0
0
0
0
0
00
0
0
00
0 0
00
O
o
00
0
0
0
0
0
00
00
00
0 0
0
0
0
0
0
Z
0
0
0
0
0
0
66
66
0
0
0
9
0
0
0
0.
O
O�
O
O
N
m
N
a
N
0N
Ln
n
O�
O
N
00
to
to
O
n
n
n
N
n
O
u1
O
in
1.
_
N
0
N
to
N
00
h
m
tD
o
n
.+
lD
.v
N
N
to m
m
N
M
M
0
co
Q
m
U
N
c
O
0
0
0
0
0
0
0
0
00
O
O
0
0
O
O
00
O
O
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
m
Lq
O
O
m~
0
0
0
m
O
m
O
t0
0
0
O
un
0
o
W
to
N
O
O
O
p
02
000"
O
00
O
to
O
O
O
O
m
u0
D
N
n
M
N
m
N
0
0
0
0
0
0
0
0
O
O
O
O
00
O
O
00
O
O
0
0
0
0
0
0
0
0
0
0
o
p
00
O
m
M
O
0
0.0
I-
0
0
0
o
u
0
0
0
0
0
0
0
0
0
0
0
m
m
o
00
Z
o
0
o�
m
o
u
a
00
00
00
m
0
do)
O
O
p
O
O
O
t0
n
N
N
N
in
Ln
O
O
Ln
LQ
�
LQ
O
m
O
M
O
d
O
m
tD
ti
O
N
N
M
co
N
2
N
a
co
rn
o
00000000
00
00
00
o
o
0
0
0
0
0
N
N
O
O
O
O
O
O
0
0
O
�D
n
N
O
O
c
F-
0
0
0
N
tD
n
0
l0
00
00
00
N
LD
O
o
6
p
-
2
000'
0
0
0
0
mm
0
00
0-
00
n
m
a
o
N
o
m
z
(V
In
Ifl
O
m
N
N
0
0
0
0
0
0
0
0
O
O
O
O
0O
O
O
O
O
O
O
o
o
o
0
0
0
0
0
0.0
0
0
0
0
0
0
00
0
o
O
X00'0'0
i000
00
00
0o
0
0
00
0
00
z0000mooco
0o
00
00
m
o
in
n
O
O,
Dooin0MO0nID-
0-
0
u-,
nn
o0
-�
m
urn
o
ON
Off-
MN
tO
N
N
M-
N
.a
•+
t0
N
to
M
V
I
M
N
N
n
c
Q
n
0
0
0
0
0
0
0
0
00
00
00
O
O
00
O
O
000
ou-,
00
00
00
0
0
o�n
o
0
F
O
O
o
N
O
N
[t
H'
00
O
ID
00
N
n
.+
O
O
0
3
H000,
0
0
0,
00
O
00
m
O
O
G
O
O
in
07
N
in
N
O
N
O
M
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�n
O
O
0
0
0
�n
O
0
0
0
0
0
0
O
O
00
O
00
I-
n
00
O
ul
O
N
O
0
00
0
O
O
OO
to
OO
W
Z
tD
0
0
0
1
0
-+
0
00
00
00
0
0
0
ill
n
0
0
O
p
6?
O
�D
f7
N
co
N
to
O
O
to
O
O
n
Ln
N
n
CO
O
0
E
00
m
In
n
N
N
n
1
O
N
to
I
N
O
m
O
O
wa
`w
To
d
,
0
0
0
0
0
0
0
0
0
0
0
0
o
O
0
0
0
0
0
M
In
O
O
O
M
O
N
O
O
O
O
O
O
O
O
O
O
m
O
O
In
0
0
N
a
m
a
N
00
O
tD
00
O
m
0
0
0
C
Z
01
u
O
O
O
00
0
N
p
Lj
W
N
M
M
c
t0
N
J
J
J
J
N
Q¢
J
J
aa
W
J
J
J
J
J
Q
co
fN
m
M
W
W
W
}
O
0O
O
O
N
o
Z
m
Q
L
m
Z)
C
o
a
u
0
a
0
c
0
v
L
m
u
0
m
w
LL
m m
c
O
U
d
CO
d
m
m
u
T
m
>
to
's
A
N
Z
o
v?
00
U
u
tj
O
U
N
L
N
m
C
W 00
"�.
'C
O_
i.
L
-
u
a°
o c
c
c
U
c
m
U
0
d
cr
m
y
c
d
3
m
y n
3
E
m
a
s>
s
3
t
U)
CO
U
cLi
s
a
-
�a
aoyvtmamT
Q
N
o
°'�
N
emu
O p
>o.
mN
f
N m`
o-
>
co 3
c
m
m
3
Q
N
J
L
m N
N
N
d
°-'
(0
y
>
L O
C7
a
T
U
U
C
3
3
m
o
3
-'
m
v
0
a
d
y
O
_O
m
o
m
U
m o
t
3
m
x m
a
C7
U
m
v
n
z
s
.:�a
t
C
U
U
C
C
C
N O
N
m
0
C
EN
0 0
O
p
d
U
U
O
n
0d
U
c
c
c
U
v
S
0
m
a
m
t
n
00
m
O
N
m
a
m
to
n
00
Ot
N
F-
m
m
d
O
0
0
O
N
e»
3
0
0
E
a
E
d
m
0
E c
J
Q E
E¢
0 0
Q1 ~
U
d m
U V�
II
U O
II �
O
O .r
ui W
6q
= Z
V W
W
ma
�a
Op
aN
W Y
Z
4.
OV
J
v 0°
CL
Z
O
Q
U
O
J
i�
O
O
N
N
0
0
O
< ..
a w
°o
lii
= r
U
v
U_
0
oN o
m m U
U � _
U No U
w
r
D
N
Li
r
H
1 p J
f
1 N w
1 iR Vl
W
Q
� W
W Z
Y)
w w
0 z °
U W a
N
N
0
o
o
< ..
¢w
oo¢
�a
lii
= r
U N
d
U_
0
NO
m m U
U _
_ N U
U O
41
Q
� J
ui
m
C
V
C
m
C
d
E
6
E
v
W
d
to
C
O
LL m
C
O N
til
J
F
F
8
J
N r
1R Vf
W
♦
w
r Q
W ZZ
cc 2
w 0
z
z ix
W a
m
0
m
m
a
F
Z
O
Q
r
z
z
Z
0
O
Q
F-
Z
r
z
0
O
Q
Z
08000000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
z000000o01*8M
0000000
0
000
00
0000Lnol�
In
noo
-
In
00
�D000a..oON
N
O
a
h.
10
00
W
Q
N
00000000
0
0
0
0
0
0
0
0
0
0
0
0
m
F -
0
0
0
0
1 0
u1
oO
ID
0
0
0
00000
In
C
N
O
O=
Q
O
O
O
N
O
O
O
O
O
N
O
O
Z
O
O
O
00
N
O
n
O
N
In
000
O
N
O
O
n
l0
N
N
J
J
J
J
N
J
J
aa
J
J
J
J
J
aa
W
J
(W
U)
(n
W
W
W
r
Z.n
.-�
O
0)
0
N
m
m
.-i
N
l0
ti
M
O
1f1
D
O
m
m
N
u
O
O
c
C`
U u
U
D
U
0
O
N
in m
O
y
m
v
i�
y
cro
U m
v
m
v
y
c
m
Z
u
U
x
o
m'�
o
U
O
H�v°'°
nO
cc
m
n
c_
.
—
a�
8_ d
Omc
a'-C
F--
U
c
d
u
m;
N
C
U
a
v
¢
x
L
0
a
o
t
m°
C)
J
m°
m
?i
rn c
a
m°
a
m
m
U
Q
U
U
C
3 L
N
3
m
C
S
U
C m
y
W
�C
°`
m
a
a
V m
C
v
m
a
m
m
c
o
c
r
OD
c c
U
o
L
9
v
c
m
'"
w
`
O
U
C
m
m
.\r
C
N
U=
C
3
D
D
^• m
0_
U
m
Z
y`
N C
N
T
O
_
O
U?
H
U
D
U
U
c K
C
C
C
D_
U
Q d
In
C
lOD d
wti
N
m
d
10
10
n
CO
01
0—
N
m
a
n
10
I�
O
m
0
m
m
a
pJtOr=^
{
m
ORANGE COUNTY
r
N f!rppRT
n ORE -
oC
PROJECT LOCATION
OCEAN
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OCEAN FRONT STREET ENDS
FERN, GRANT, HIGHLAND, NORDINA,
AND SONORA STREETS
DRAWN
y y 5 5 5
DATE
C -3383
APPROVED -�
PROJECT ENGINEER
TION MAP
CITY OF NF,WPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOY 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
May 21, 2002
Atlas- Allied, Inc.
1210 North Las Brisas
Anaheim, CA 92806
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements Project: Fern, Grant, Highland, Nordina, and Sonora Street (Contract
No. 3383) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
A, v-, /0 4a4"
LaVonne M. Harkless, CMClAAE
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
May 21, 2002
International Pavement Solutions, Inc.
P.O. Box 10458
San Bernardino, CA 92423
Gentlemen:
Thank you for your courtesy in submitting a bid for the Ocean Front Street End
Improvements Project: Fern, Grant, Highland, Nordina, and Sonora Street (Contract
No. 3383) 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 0) a) :14h6 4 "
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEW'PORTBEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
May 21, 2002
Damon Construction Company
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 Project: Fern, Grant, Highland, Nordina, and Sonora Street (Contract
No. 3383) 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