Loading...
HomeMy WebLinkAboutC-3129 - City-Wide American Disabilities Act (ADA) Curb Access, Ramps, Bus Stop, Street ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 December 15,1997 West Coast Company 3030 Oak Avenue Corona, CA 91720 (714) 644 -3005 Subject: Contract No. 3129 - Citywide ADA Curb Access Ramps and Bus Stop Improvements On October 27, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on November 10, 1997, Reference No. 19970570727. The Surety for the contract is Redland Insurance Company, and the bond number is RED1040991. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lvi cc: Public Works Department 3300 Newport Boulevard, Newport Beach � B AND Recorded in the Ginty of Orange, California RECORDING REQUESTEY A Gary L. Granville, Clerk /Recorder WHEN RECORDED RETURN TO: IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIJill No Fee 19970570727 M22am 11/10/97 005 14012214 14 23 City Clerk N12 1 6.00 0.00 0.00 0.00 0.00 0.00 City of Newport Beach 3300 Newport u rtBolevard Newport Beach, "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newpor':. Boulevard, Newport Beach, California, 92663, as Owner, and West Coast Construction as Contractor, entered into a Contract or, June Said Contract set forth certain improvements, as follows: Citywide ADA Curb Access Ramps and Bus Stop Improvements Contract No, 3129 Work on said Contract was completed on October 10. 1997 and was found to be acceptable on October 27, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Redland Insurance Company_ city of Nel.apert Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. BY City Clerk ;,, ., / l at • 0 _c::.- 2 APPROVED 9 October 27, 1997 CITY COUNCIL AGENDA ITEM NO. 5 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: CITYWIDE ADA CURB ACCESS RAMPS AND BUS IMPROVEMENTS, CONTRACT NO. 3129 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Authorize a budget amendment to: a) Increase revenues to the SB 821 fund in the amount of 17,072.00 and appropriate this same amount in Account No. 7283 - 05100349; and b) Transfer $25,598.00 from Account No. 7161- C5100349 to new Account No. 7161- C5100416, Council Chambers ADA Project. DISCUSSION: On June 9, 1997, the City Council authorized the award of the Americans With Disabilities (ADA) Improvements to West Coast Construction of Corona, California. The contract provided for a citywide removal of existing improvements; and the construction of ADA improvements which included sidewalk, curb and gutter, drive approaches, bus boarding pads and access ramps. The contract was completed on October 10, 1997, well ahead of the scheduled completion date of December 1, 1997; and to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $226,428.75 Actual amount of bid items constructed: 233,752.65 Total amount of change orders: 6,750.00 Final contract cost $240,502.65 The increase of $7,323.90 in the actual bid items over the estimated bid items • constructed and resulted from additional sidewalk and curb and gutter construction. In addition, one change order in the amount of $6,750.00 was issued to construct nine (9) additional access ramps in the McFadden Square area. The final overall construction cost including change orders was 6.7% over the original bid amount. SUBJECT: CITYWIDE ADA B ACCESS RAMPS AND BUS IMPROVEMO. CONTRACT NO. 3 29 October 27, 1997 Page Funds for the project were budgeted as follows: Account Description Account Number Budget Amount Actual Expenditures CDGB - Structural ADA Improve. ('96) 7161- C5100040 121,039.80 121,039.80 CDGB- Structural ADA Improve. ('97) 7161- C5100349 75,038.95 66,512.85 Contribution - Structural ADA Improve. 7251- C5100349 19,140.00 19,140.00 SB 821- Structural ADA Improve. 7283- C5100349 33,810.00 33,810.00 TOTAL 249,028.75 240,502.65 Upon release of the retention, a balance of $8,526.00 remains unexpended in the project account. In addition, increased SB 821 funding for the project was approved by the Orange County Transportation Authority (OCTA), subsequent to the award of the contract. Thus, CDBG funds in the amount of $17,072.00, which were earmarked for the project, also remain in the available balance. Staff recommends that the total available funds ($25,598.00), be transferred to a new project which will address the needed ADA modifications to the City Council Chambers. Respectfully submitted, (. & PUBLIC WORKS DEPARTMENT Don Webb, Director by: /GY Horst Hlawaty Construction Engineer \1dp\sys\g roups \pubworks \98- counc\oct- 27\3129- ada.doc 0 0 • 0 0 M . OCTA BOARD OF DIRECTORS Robert P. WaNSbom May 19, 1997 Chairman Sarah L. Catz Vice - Chairman Laurann Cook Mindy Ly Direcor Engineering Technician Tom Daly Director City of Newport Beach P.O. Box 1768 Miguel Pt Director Newport Beach, CA 92658 -8915 or James W. Silva Director Charles V. Smith Dear Ms Drector y Tna0 clr D,muedor Thank you for participating in the ADA Bus Stop Improvement Program. Your efforts will help reduce the number of inaccessible bus stops throughout Michael Ward Dirpclor Orange County and enable disabled residents to gain greater mobility. Thomas W Wilson Director Orange County Transportation Authority (OCTA) has received and reviewed Susan Withrow your priority list of bus stops. Of the 47 locations submitted, 41 are approved Director for improvement. A list of approval status by bus stop is attached. The Mike McManus remaining stops have either been reclassified as "accessible" or are not cost Governors Ex Officio Member easily improved. Arthur C. Brown Alternate Previously, funding was approve in the amount of $22,416. Based upon your Wilham G. Slemer request for additional funds and a review of bus stops in the city of Newport Alternate Beach, your allocation will be increased to $52,272. This amount includes up Gregory T. Winlom Aftemafe to 10% contingency, 20% design and 15% construction management nem allowances. Again, thank you for participating in this important program. If you have questions about these or other matters, please feel free to contact me at (714) 560 762. Si rely, Paul Rodriguez Senior Transportation Analyst • enclosure Orange County Transportation Authority 550 South Main Street / P.O. Box 14184 / Orange / California 92863 -1584 / (714) 560 -OCTA (6282) ! 1 `J • 1� 9 i 8 a amo11 S 0 6 O D II O O II II 6 G 0 Z Z Z z° z° II p 0 0 g tl tl tl tl U 0 U tl g g tl tl II$@ D n o g #o$ g >> Amy 8 w . sus r F E F E E E n d ee�ee 3�6R N � nEn y�y yy8 9�9 Y g. F E,� E E h. E F'o'.R1.�_{ E 3 3 g �,� XXX E� E E E E E E E ii E A g �.k E� E E n x E L L b E z Z � 6 6 9 5 � 0 3 3 � € 8 $ A S b 8 3 3 3 3 S 8 II �C34333�32EVq C '� E'. gg€' Ep E' gF�BgFg2F9 Yq ?gS 'poop 'Ep 'pd 'Ep 'oW 'EW 'po 'IDE ° p@ ER E E lS Ep E Ep 8 E Eq' E X g E Eq R¢ E E n amp n n °° E E c Eq E b b E 6 X 25 E E gE Ep 3 iS op 75 E 1S EW X G Ep p2 1f L a R pE E X f d W pa � p J Z W j[j` Q oTTTiii p "iia x rc° i a o j a a4 0 ':ada3�u���5��ma��oo.�� w> 62 gg uo°w5 %4NNW' NQ� ZU Z o Cd $4 . h I O m N 4 Z 0 O 0 y 0 0 0 0 d N 0 0 N w d y N (2 12 u LL O O LL LL LL LL LL 4 LL N LL LL ,J�1`` crcrcrc Z i Z Z n d wWW N N j p J J J J /� '{_ 4 6' �' 4 p 6' 6' p W S V J d• W W U U p W U Q < F 0 0 0 LL Y. o LL lL p p J p) 0 Q p �.1 p j° SJ J J m m 0 j m LL LL LL LL LL LL w w p° K F F V Z 2$ I U U J N Q J J U 7 7 W W J �k W i F` .�•ln�e W I NQQ y < N (jO1 d. p z1 Z6 CF ZZOJ $6 U U y N N O m«m �.: maa U F F U d LL LL LL LL LL FQQ » f F~ O W O 0000 C 07 JJ 4 F W tN : I�j N m S 2 W ZT G dW 6 N 3��� -aaI a�a m m 0 m U 0 0 j6a F< <F< Faa faa 1`m`- 2 Z �id22G1I QO QO (d22G�11 !aaQ- 2 n�..!� m b m m m m U W W W W W W p 2 of QQO Z N N N< N N N Vl ' Z N W W Z m 2 W N 0 N Z N m y y m W b 0 W N W W 0 y 2 0 N W W y W m> h ? W W W ? N 2 Z Z y ,��g� g g g g .�,,t-8.8a g8 Wm� ii'liIi-:111g, i i i 6 i i z z i i i i i i i i i z i i ! 1 `J • 1� 0 0 U m f W_ 1a • 0 0 M Q, y� 3 •` . +u Y s; k -. .JM M Ak Q K d 1Ajv r i � m m z o a Q� k ten" k� xCmm O gFy� ;i•�4 G� 2 N z N g icCUYi F� � = S z 0 0 Cdr of Newport Beach NO. BA- 020 BUDGET AMENDMENT 1997 -98 •FECT ON BUDGETARY FUND BALANCE: Revenue Estimates PXIncrease Increase Budget Appropriations AND Transfer Budget Appropriations SOURCE: X from existing budget appropriations X from additional estimated revenues from undesignated fund balance FYDI ANATIrIN- This budget amendment is requested to provide for the following: AMOUNT: $a2,s7o.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To increase SB 821 revenue and appropriate it to the Structural ADA Improvement Project and to transfer funds from CDBG Structural ADA Improvement Project to a new Council Chambers ADA Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE • Fund Account Description 010 3605 Fund Balance REVENUE APPROPRIATIONS (3601) Fund /Division Account Description 283 4908 SB821 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7161 CDBG Account Number C5100349 Structural ADA Improvements Division Number Account Number Division Number Account Number Signed Signed: ned: 7161 CDBG C5100416 Council Chamber ADA Project 7283 SB821 C5100349 Structural ADA Improvements City City Council Approval: City Clerk Amount Debit Credit $17,072.00 $25,598.00 $25,598.00 $17,072.00 " Automatic System Entry. Date 44 Date Date June 9, 1997 CITY COUNCIL AGENDA ITEM NO. i2 tl j r� TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: CITY -WIDE ADA CURB ACCESS RAMPS AND BUS STOP IMPROVEMENTS - CONTRACT NO. 3129 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3129 to West Coast Construction for the total bid price of $226,428.75 and authorize the Mayor and the City Clerk to execute the Contract and establish an amount of $22,600.00 for construction testing and unforeseen work. 3. Authorize the following Budget Amendments: a) Increase revenues to the SB . 821 Fund in the amount of $16,738 and appropriate this same amount to Account No. 7283- C5100349; and b) Increase revenues to the Contributions Fund in the amount of $19,140 and appropriate this same amount to Account No. 7251- C5100349. DISCUSSION: At 11:00 A.M. on May 22, 1997, the City Clerk opened and read the following bids for this project: Bidder Amount Low West Coast Construction $226,428.75* 2 CJ Construction, Inc. $273,406.50 3 Los Angeles Engineering, Inc. $324,070.00 4 Lobana Engineering $334,292.00 5 Damon Construction Co. $338,535.00 6 SJ Burkhardt, Inc. $353,512.50 7 Nobest, Inc. $372,998.25 8 Bopark Enterprises, Inc. $396,607.75 . *Corrected Bid Total The low bidder is 36% less than the Engineer's estimate of $351,200. SUBJECT: SUBJECT: OITYWIDE ADA CURB ACCESS RAMPS At&S STOP IMPROVEMENTS - CONTRACT NO. 3129 June 9, 1997 Page 2 West Coast Construction of Corona, California, the low bidder, has not performed previous contract work for the City; however, a check with their governmental references and the State Contractor's License Board indicates that they have successfully completed projects of a similar nature for other Southern California agencies and have no pending actions detrimental to their contractor's license. The proposed improvements at various locations in the City include the construction of curb access ramps as well as concrete bus stop pads for improved handicap access to buses. The improvements will facilitate handicap accessibility throughout the City. A project location map is attached. The Orange County Transportation Authority (OCTA) identified needed improvements as part of their ADA Bus Stop Improvement Program. OCTA has allocated funds for this work to be reimbursable at completion of the project. This project will construct approximately 215 curb access ramps and 5400 sq. ft. of concrete pads /sidewalk of which 87 of the ramps are on Lido Isle. The Lido Isle Community Association (LICA) will be responsible for the cost of the ramp at the: clubhouse and for the extra cost associated with coloring the concrete, Adobe Tan, to match the existing sidewalks on Lido Isle. The cost to the LICA is estimated at $19,140 based on the bid amounts. • Funding for the project is proposed as follows: ACCOUNT NO. DESCRIPTION AMOUNT 7161- C5100040 CDBG - ADA Improvements $121,039.80 7161- C5100349 CDBG - ADA Improvements 92,110.95 7283- C5100349 OCTA - SB 821 16,738.00 7251- C5100349 LICA Reimbursement. 19,140.00 TOTAL $249,028.75 A budget amendment is needed to establish the OCTA and LICA funding sources. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By� . . James E. Br ler Project Engineer Attachment: Project Location Map - qty of Newport Bead NO. BA- 049 BUDGET AMENDMENT 1996 -97 AMOUNT: 53s,s7a.00 ECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Budget Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from undesignated fund balance CYDI AAIAYle%Kl- Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase revenues by the SB821 allocation and LICA contribution and allocate to Contract No. 3129 for the construction of curb access ramps and Improved handicap bus stop access. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Accoun 010 3605 REVENUE APPROPRIATIONS (3601) FundlDivi5ion Accoun 250 4858 283 4908 EXPENDITURE APPROPRIATIONS (3603) Amount _ Debit Credit Description Fund Balance Control Description Refund and Rebates from Governments $19,140.00 SB821 Bikes and Trailways $16,738.00 Signed: Director Signed: Admin s rative Ap oval ity Manager gned: City Council Approval: City Clerk $19,140.00 $15,738.00 6-1-1?'-9,Z_ Date � --3 --97- Date Date I Description Division Number 7251 Contribution Account Number C5100349 Structural ADA Improvements Division Number 7283 S5821 Account Number C5100349 Structural ADA Improvements Division Number Account Number Signed: Director Signed: Admin s rative Ap oval ity Manager gned: City Council Approval: City Clerk $19,140.00 $15,738.00 6-1-1?'-9,Z_ Date � --3 --97- Date Date I g� sea s� s CITY OF ` � F d1 �Qe� COSTA CITY MESA 4?s9 �' o OF IRVINE W Q.G.' •iY� , TIR. " �• e� Sl a9Y U.C.I. TY o lsw e s OF p WHOR e • ty per• � FDRD WT. aNnR CITY 5PN sT M J SEE SHEET 4 �� �• S SEE SHEEP-7 i F+ , SEE SHEET 8 -- �; YF " Q��•`" sm SST 9 ABC SEE SHEET 2 IF V Q C O N B TY MAP ` O�` SEE SHEET 5 \\ NOT TO SCALE Rai \� 0--�'PROJECT LOCATIONS (ALSO SEE SCHEDULE SHEETS) SHEETS 2 -11 SPECIAL LOCATION DETAILS SHEETS 12 -17 RAMP DETAILS CITY OF NEWPORT REREb PUBLIC WORKS DEPARTMENT CITYWIDE ADA CURB ACCESS RAMP AND BUS STOP IMPROVEMENTS C -3129 ]OF 171 IBLIC WORKS DIRECTOR R.C.E. NO. 1£791 M. LY DATE 2.1 Apr 1997 M. LY R- 5708 —L NOTICE INVITING BIDS CITY CLERK 1� r" r Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA. 92658 -8915 until 11:00 AM on the 22nd day of May , 1997. at which time such bids shall be opened and read for; CITYWIDE ADA CURB ACCESS RAMPS AND BUS STOP IMPROVEMENTS Title of Project 3129 Contract Number $ 351.200 Engineer's Estimate FO Approved by d&k- Don Webb Public Works Director rNo. C 23313 XP.lz-31 -97 Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Jim Brabler at (714) 644 -3346. Project Manager ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CITYWIDE ADA CURB ACCESS RAMP AND BUS STOP IMPROVEMENTS CONTRACT NO. 3129 To The Honorable City Council City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: PR 1.1. The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3129 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following units prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS 1. Lump Sum Mobilization @ Two thousand five Dollars hundred and No Cents Per Lump Sum 2. 26 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail "A" @ six hundred forty Dollars three and No Cents Per Each UNIT TOTAL PRICE PRICE $ 643.00 $ 2,500.00 $16,718. 0 0 & PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 54 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail `B" @Six hundred thirty- Dollars five and No Cents Per Each 4. 7 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail "C" @ Six hundred forty Dollars and No Cents Per Each 5. 11 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail "D" @Six hundred Dollars and No Cents Per Each 6. 47 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail "E" @Six hundred Dollars and No Cents Per Each 7. 48 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail `F" @Eight hundred Dollars and No Cents Per Each $ 635.00 $34f290. 0 $ 640.00 $ 4,480.00 $600.00 $,6,600.00 $ 600.00 $_ 28,200.00 $ 800.00 $38,400.00 • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 19 Remove existing P.C.C. improvements EA and construct P.C.C. curb access ramp per Detail "G" @ Five hundred sixty Dollars and No _ Cents $ 560.00 $ 10,640.00 $31,820.00 $ 21,600.00 $_3 ,230.00 $_ 1 530.00 Per Each 9. 7400 Provide and mix Chromix admixture C -21 "Adobe Tan" S.F. as manufactured by L.M. Scofield Co. to concrete for P.C.C. access ramps (Lido Isle Only) @ Four Dollars and Thirty Cents $ 4.30 Per Square Foot 10. 5400 Remove existing parkway and P.C.C. S.F. improvements; and construct 4" thick P.C.C. sidewalk and/or bus stop boarding pads per CNB STD- 180 -L. @ Four Dollars and No Cents $ 4.00 Per Square Foot 11. 170 Construct type `B" curb per CNB L.F. STD. -162 -1, @Nineteen Dollars and No Cents $ 19.00 Per Linear Foot 12. 90 Construct rolled curb and gutter per L.F. special location detail plan. @Seventeen Dollars and No Cents $ 17.00 Per Linear Foot $31,820.00 $ 21,600.00 $_3 ,230.00 $_ 1 530.00 T4,o hundred twenty six thousand four hundred twenty Dollars eight and Seventv five Cents TOTAL BID PRICE (WRITTEN IN WORDS) $ 226,428.75 TOTAL BID PRICE (FIGURES) PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 90 Construct reinforced PCC retaining L.F. curb per special location detail plan @ Twenty Dollars and No Cents $ 20.00 $ 1,800.00 Per Linear Foot 14 515 Construct P.C.C. alley approach per S.F. CNB STD - 142 -L. @ Four Dollars and Twenty five Cents $ 4.25 $ 2,188.75 Per Square Foot 15 43 Remove existing A.C. ramp and TON construct 3" A.C. /4" A.B. pavement @ Seventy Dollars and No Cents $ 70.00 $ 3,010.00 Per Ton 16 2490 Remove and replace cross gutter S.F. spandrel per CNB STD-1 85-L @ Seven Dollars and Eighty Cents $ 7.80 $ 19,422.00 Per Square Foot T4,o hundred twenty six thousand four hundred twenty Dollars eight and Seventv five Cents TOTAL BID PRICE (WRITTEN IN WORDS) $ 226,428.75 TOTAL BID PRICE (FIGURES) • 3/22/97 Date 909 - 736 -0632 Bidder's Telephone Number 731334 A Bidder's License No(s). and Classification(s) • PR 1.5 West Coast Construction Bidder S/ Mr. Jack Dearmond, President Bidder's Authorized Signature and Title 3030 Oak Ave., Corona, CP 91720 Bidder's Address 0 INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON- COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording, shall prevail over bid figures. in the event of error in the multiplication of estimated quantity by unit price„ the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity, or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank- in California, as the escrow agent. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 5/91 0 Page 2A The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. COMMUNITY DEVELOPMENT BLOCK GRANT PROVISIONS General The City of Newport Beach will receive Community Development Block Grant (`CDBG ") funds from the United States Department of Housing and Urban Development ( "HUD ") pursuant to Title I of the Housing and Community Development Act of 1974 (42 U.S.C. 5301 et seq.), as amended ( "ACT ") and the regulations of 24 C.F.R. Section 570 et. seq. ("federal funds"). CITY has approved the provision of federal funds under ACT to be used to fund the construction of this contract. 1. Records and reports The Contractor shall keep records of all federal funds received from the City of Newport Beach under the terms and conditions of this agreement and of all costs and expenses related to the contract in accordance with the provisions contained in the Federal Office of Management and Budget Circular A- 110 with its subparts and appendix. The Contractor shall retain said records and invoices for 3 years minimum final payment has been received and all other pending matters in connection with the work to be performed under this contract have been closed.. The Contractor's records shall include payroll records that accurately show the name, address, social security number, work classification, straighttime and overtime hours worked each day and week, and the actual per diem wages paid to each employee, apprentice or journeyman employed by it in connection with this project in accordance with the Davis Bacon Act (40 USC section 176a, et seq.) by the Secretary of Labor and agrees to require each of its subcontractors to do the same for each craft or type of worker needed to perform this contract. The Contractor shall also agree that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the City of Newport Beach, the employee or his representative, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and shall comply with all of the provisions of California Labor Code. 2. Federal Participation This contract is being financed by the United States of America. Several contract provisions embodied herein are in accordance with the provisions applicable to such federal assistance. Since federal funds are financing the work, the statutes, rules and regulations promulgated by the Federal Government and applicable to the work will apply, and the Contractor agrees to comply therewith. 5/91 Page 2B 3. Other program Requirements The Contractor agrees to comply fully with all applicable rules, regulations, guidelines, procedures and standards of the United States Department of Housing and Urban Development, and to complete any and all reports and forms that may be required in accordance therewith. The Contractor further agrees to fully comply with all applicable federal, state and local laws and regulations, including, but not by way of limitation, Title I of the Housing and Community Development Act of 1974 as amended and the regulations of 24 C.F.R. Section 570 et seq., Title 22 of the California Administrative Code and Title 24 of the Code of Federal Regulations, CDBG financial and contractual procedures and OMB Circular Nos. A -87, A -122 and A -110, with Subparts A,B,C,D and Appendix A and Subpart K as set forth in 24 C.F.R. 570.600. 4. Non - Discrimination The Contractor, its affiliates, subsidiaries or holding companies shall not discriminate against any subcontractor, subconsultant, employee or applicant for employment because of race, color, religion, sex, national origin, age or handicap. Such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor shall take positive steps to hire local qualified minority individuals when job opportunities occur and utilize local business firms when possible. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non - discrimination clause. The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, age or handicap. The Contractor shall not discriminate on the basis of age in violation of any provision of the Age Discrimination Act of 1975, 42 USC Section 6101 et se . or with respect to any otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, 29 USC Section 794. 5. Davis -Bacon Act The Contractor agrees to pay and require all subcontractors to pay all employees on this contract a salary or wage at least equal to the prevailing rate of per diem wage as determined by the Secretary of Labor in accordance with the Davis -Bacon Act (40 USC section 176a, et seq.) for each craft or type of worker needed to perform this Agreement. The Contractor agrees to comply with all applicable federal labor standards provisions; said provisions are incorporated herein by this reference. The Contractor shall comply with all provisions of Executive Order 11246, entitled "Equal Employment Opportunity,' and amended by Executive Order 11375, and as supplemented in Department of Labor regulations (41 CFR part 60). 6. Equal Employment Opportunity The Contractor is required to have an affirmative action plan which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex or age to ensure equality of opportunity in all aspects of employment. Section 503 of the Rehabilitation Act of 1973 (29 USC Section 701, et seq.) prohibits job discrimination because of handicap and required affirmative action to employ and advance in employment qualified handicapped workers. Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of 1974 (38 USC Section 219 et seq.) prohibits job discrimination and requires affirmative action to comply and advance in employment for (1) qualified Vietnam veteran during the first four (4) years after their discharge and (2) qualified disabled veterans throughout their working life if they have a thirty percent (30 %) or more disability. To ensure compliance with these requirements, the Contractor shall provide the City of Newport Beach its written affirmative action plan prior to commencement of work. The Contractor is required to provide the City of Newport Beach a listing of its subcontractors together with a completed affirmative action program from each subcontractor, when applicable. 5/91 Page 2C 7. Section 3 Clause: The Training, Employment and Contracting Opportunities for Business and Lower Income Persons Assurance of Compliance: a. This contract is being financed under a program providing direct federal assistance from the Department of Housing and Urban Development, and as such is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible, opportunities for training and employment be given lower income residents of the project area, particularly persons who are recipients of HUD assistance for housing, and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the contract work. b. The Contractor shall comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The Contractor shall certify and agree that he is under no contractual or other disability which would prevent him from complying with these requirements. c. The Contractor agrees to send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising said labor organization or workers representative of his commitments under this Section 3 clause, and shall post copies of the notice in conspicuous places available to. employees and applicants for employment or training. The notice shall describe the Section 3 preference, shall set forth minimum number of job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d. The Contractor shall include these Section 3 clauses in every subcontract for this contract and will, at the direction of the City of Newport Beach, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Part 135. The Contractor shall not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135, and shall not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. e. The Contractor shall certify that any vacant employment positions, including training positions, that are filled: 1) After the Contractor is selected but before the contract is executed, and 2) with persons other than those to whom the regulations of 24 CFR part 135 require employment: opportunities to be directed, were not filled to circumvent the Contractor's obligation under 24 CFR Part 135. f Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and order of the Department of Housing and Urban Devel ;opment issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. 5191 11 Page 2D Failure to fulfill these requirements shall subject the Contractor and subcontractors, their successors and assigns to these sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135. g. The Contractor and subcontractors subject to the requirements of Section 3 are required to prepare a written affirmative action plan in accordance with the provisions of Sections 135.65 and 13 5.70, 24 CFR Part 135. 7. Copeland "Anti- Kickback" Act: The Contractor and subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act (18 USC Section 874), as supplemented in Department of Labor regulations, which Act provides that each shall be prohibited from including, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. 8. Contract Work Hours and Safety Standards Act: The Contractor shall comply with the provisions of Section 103 and 107 of the contract Work Hours and Safety Standards Act (40 USC 327 et seq.) as supplemented by Department of Labor regulations (29 CFR, part 5). Under Section 103 of the Act, the Contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workday of eight (8) hours and standard workweek of forty (40) hours. Work in excess of the standard workday or workweek is permissible provided that the worker is compensated at a rate of not less than 1' /z times the basic rate of pay for all hours worked in excess of eight (8) hours in any calendar day or forty (40) hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction, safety and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market or contracts for transportation. 9. Implementation of Clean Air Act and Federal Water Pollution Control Act: a. The Contractor stipulates that all facilities to be utilized in the performance of this Agreement were not listed, on the date of contract award, on the United States Environmental Protection Agency (EPA) List of Violating Facilities, pursuant to 40 CFR 15.20. b. The Contractor agrees to comply with all of the requirements of Section 114 of the Clean Air Act and section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. c. The Contractor shall promptly notify the City of Newport Beach of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized pursuant to this Agreement is under consideration to be listed on the DPA List of Violating Facilities. d. The Contractor agrees to include or cause to be included the requirements of paragraph (a) through (d) of this section in every nonexempt subcontract, and further agrees to take such action as the Government may direct as a means of enforcing such requirements. 5/91 0 0 Page 2E 10. Drug Free Workplace: The Contractor shall comply with the Drug -Free Workplace Act, and shall make a good faith effort to continue to maintain a drug -free workplace, including establishing a drug -free awareness program to inform employees about the dangers of drug abuse and the grantee's policy and penalties for drug abuse violations occurring in the workplace. 11 Lobbyin a. No Federal appropriated funds shall be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, and officer or employee of Congress or an employee of a member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. The Contractor shall require that the language of this certification be included in the documents for all subcontracts at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 12. Energy Conservation: Agreements with federal participation shall recognize mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6201, et seq). 13. California Fair Employment and Housing Act: The Contractor agrees to comply with all. requirements and utilize fair employment practices in accordance with the California Government Code: sections 12900 et seq. 14. California Prevailing Wage Law: The City of Newport Beach has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft of type of work needed to execute this Agreement, and the same has been set forth by resolution on file the office of the City Clerk. The Contractor and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this Public Works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, the Contractor agrees to secure payment of compensation to every employee. 5/91 Page 2F 15. California Prevailing Wage Law - Penalty: In accordance with Section 1774 and 1775 of the California Labor Code, the Contractor shall forfeit to the City of Newport Beach a penalty of twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by the Contractor or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 16. California Eight -Hour Law• California Labor Code, Section 1810 et seq, shall apply to the performance of this Agreement; therefore, not more than eight (8) hours shall constitute one day's work, and the Cotractor and each subcontractor employed for this project shall not require more than eight (8) hours of labor per day or forty (4) hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. The Contractor and each subcontractor employed by it hereunder shall, in accordance with California Labor Code section 1812, keep an accurate records, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with this project. 17. California Eight Hour Law Penalty: Pursuant to this Agreement and in accordance with California Labor Code Section 1813, the Contractor shall forfeit to the City fo Newport Beach a penalty of twenty-five dollars ($25) for each worker employed hereunder by the Contractor or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one (1) calendar day or forty (40) hours in any one (1) calendar week in violation of California Labor Code Section 1815. 18. Payment of Travel and Subsistence Allowance: Section 1773.8 of the California Labor Code, regarding the employment of apprentices, is applicable to this contract. 19. Employment of Apprentices: Section 1777.5 of the California Labor Code, regarding the employment of apprentices, is applicable to this contractor. 20. Fonn Preparation: The following pages are indicative of many, but not all, federal forms that the Contractor will be required to prepare in compliance with federal rules and regulations. Contractor's License Number and Classification Bidder Date 5/91 Authorized Signature/Title | � I Albk Adlbk \« ; ( _� � i c § 8 £ 0 I / \\ � `\ § r \ 0 ] § § 2 . § � � / %R y q ' ! |� ' !�| . { ------------------------------ - - - - -- - - - - -- - - - -- ` --= — � ! � ! . ! (] » ` /!§ !! oo� \ \`) ) )±xl � ! §| \« ; ( _� � i c § 8 £ 0 I / \\ � `\ § r \ 0 ] § § 2 . § � � / %R y Page 2H STATEMENT OF COMPLIANCE • 1. do hereby state: (three et alanurq party) (T11 b) (1) That 1 pay or supervise the psymmt of the persona employed by_ on (cenr.wre. er au DCMba<f0I) the that during the payroll period commencing on lhe__day of __ (Bulidlna Or wrv) 19__ and ending the_day of 19 all persona employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly o. indirectly to or on behalf of said from the lull weekly wages tamed by any person and that no deductions have been made either directly or Indirectly from the full wages limed by any person, other than permissible deductions, as described beloK. (2) That any payrolls othewist under this contract required to be submitted for the above period am correct and complete; that the wage rates lot laborers or mechanics contained therein are not Less than Lie applicable wage rates contained in any wage determination Incorporated into the contract: that the classifications set forth therein for each laborer or mechanic conform with the work he performed (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship pmgram registered with a State apprenticeship agency. (41 bet: (,) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS. OR PROGRAMS LJ In addition !n the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll. payments of fringe benefits as listed in the contract have been or wn1l be made to appropriate pmglsm• fnr the benefit of such employees. except as noted in Section 4(c) below. (b) THERE_ FRINGE BENEFITS ARE PAID IN CASH Each Laborer or mechanic listed in the sbove referenced payroll Lees born paid as indicated on the payroll. an amount not less than the sum of the applicable. basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except a noted in Section 4(c) below: (c) EXCEPTIONS e EXCEPTION CRAFT EXPLANATION Mrrtla: 1 raWt AMD IITLe I 11Ga ATUaL On federally-funded project'. permissible do Suctions arc defined in Regulaliun'. Pan 3 (29 CPR Subtitle A). issurd by the Secretary of Labor under the Copeland Act. a• •mmded'f4R Stat. 948 63 Sat. 108. 72 Sat. 967; 76 Stat. 357: AO U.S.C. 276e). Also, the willful falsification of any of the above 'caterer.[, may 's.bjrcl the contractor or subcontractor to civil or criminal pmatwlion (sae Seellon IOnI of Title IS and Section 231 of Title 31 of the United Stales Code). rr5r'de014t' WCwTQT Page 2I HUD SECTION 3 VERIFICATION FORM EMPLOYEE INCOME AND RESIDENCY L , understand that my employment is subject to "Section 3 "' income and residency requirements as defined by the Department of Housing and Urban Development in order to provide economic opportunities for low and very low income persons (families) in connection with federally assisted projects. In order to determine my eligibility, I have submitted a copy of at least one of the following verifications of residency and at least one of the following verifications of income to my employer (Cooipany Name) RESIDENCY: 0 Verification of Public Housing resident or Orange County Section 8 rental assistance (income verification not required for either of these verifications) 0 Verification of Orange County residency (i.e, drivers license, utility bill, rent receipt, other FAMILY INCOME: O hfost recent income tax form ❑ Copy of AFDC eligibility ❑ Copy of most recent W -2 form(s) o Other: I certify under penalty of perjury that the information I have provided is true and correct and that I have reported any and all income of my family and receive no additional income and that the place of my residency is true and correct. DATE EMPLOYER VERIFICATION I have received copy(s) of the above form(s) and understand that these forms shall be maintained in our files for period not less than 3 years from final completion of the project. A copy of this signed form shall be sent to the City of Newport Beach, Public Works Department, along with the "Economic Opportunities for Low and Very Low Income Persons in Connection with Assisted Projects" form as required in accordance with the contract. Page 2K i 853 53 53 53 Si 0 8 8 8 S3 8 8 53 8 53 0 S3 8 � 0r W A m W O ntl Nn n 0 N N b Ntl 00 tl vF FSN i �$ 88 a8 85; 00 5;8 S3 S3 8a $� 88 538 I pp pp(W(y Wom mR Wm�p NOS Pmpp 88p §P8 8m8�j 8W 1 N('1 CEN 2s 68 rN P9 IV9 P(7 x 99 -V: 9 I I 1 S; S3 S 8 88 S38 88 ss 88 28 S38 5353 88 NYt NYv tlnp N0 N-((1 NO Clt Wr mW nc% mmN 1 1 I I 538 853 88 28 88 5353 88 2s 538 8s 8S3 1 Pte- W W W r W W vv Nn v v r n tlN m m -Yl I I I I 8 9 82 8 S3 82 22 mm qqnc q�NN o vWi r 8 8 22 8 pp S 89 5pp 8 28 mm (1(�0o C f J p p p p p p pp W 538 538 28 S38 88 Sig 88 22 88 853 88 vtl 10 �� v tl NO N W Ntl m N nv INN m ° 89 �8 99 96 99 F� gm 8m Z i 1 88 853 98 8s 88 853 88 88 538 538 538 1 can r mvi c�tl nc•� mtl nn r Wr vr nr � gd 2 99 99 96- IV4 U CA i o .ry X46 82 � C^YY r L3a L f� D _� iTi' I l 1 58 22 88 so 88 OF 82 88 88 88 c N W 10 CO Di c qzr p ©© 9-,e c-1 Q `iPj Z Vr lL yI o o g oF 0 o e m m E E m C) 4 75 F{7 iLL '-J �1 Es o$ o$ os os ES os ©s ES o$ E$ E y>> >��> J> J> J> J> 91 8 8 8 8 8 8 8 8 8 8 E� oT 2 o �i v 53 v Pi 8 9 c a Z O < �c `-� < av o 1 b < < �- o O h z mp rn fi =c `) a m y _o a a ,on i Zap zo cc " < 0 Qv 15 2gq= m N > 0 Ea 8 m i m � m 6 U LL O m c HZ z 6 e �D 09 p Page 2J 0 ' Supplemental Information • Section 3 provisions ensure that employment and other economic opportunities generated by certain HUD financial assistance shall, to the greatest extent feasible, be directed to low and very low income persons (families), particularly those who are recipients of government assistance for housing, and to business concerns which provide economic opportunities to low and very low income persons (families). These include: Section 3 Business Concern: A business entity formed in accordance with State law, to engage in the type of business activity for which it was formed, and; 1) is 51% or more owned by Section 3 residents or 2) whose permanent, full -time employees include persons, at least 30 percent of whom are currently section 3 residents, or within three years of the date of first employment with the business concern were section 3 residents; or 3) that provides evidence of a commitment to subcontract in excess of 25% of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in 1) and 2) above. Section 3 Resident: 1) A public housing resident; or 2) An individual who resides in the neighborhood or County in which the persons benefitting from the Section 3 covered project reside. A copy of the most current HUD Income Limits Table by family size, can be obtained from the Public Works Department. These income limits are subject to change. � m.= OMB A oval No. 2529 W33 e Pag 2L Ecoeiomic Opportunities fo w- U.S. Department of Housln� PW (=P. 00'9:: and Urban Development and Very Low - Income PC - s office of Fair Housing in Connection with Assisted Projects and Equal opportunity HUD Act Of 1968. Sedion 3 PUb7K Reporting Burden for th¢,conection of intimation is esrl sled to average 2 hours per response, including the Eme for reviewing instructions, searching existing data sources. 9adne4ing and maintaining the data needed. and completing and reviewing the collection of information: Send Comments regarding this burden estimate a any other atpeacTVS COWIIon dl infimatioil; including suggesrgrr, for reducing thIs burden: to the Reports Mvta9emenl Officer, Office of lnl6rm2Gon Pdroes . and Systems. U S, Oepantment of Housing and Urban Development, Washington, D.C. 20410 -3600 and to the Office of Marugement and Burige% Papetwork. Reduction Pmjecl (25244033(. W asMrglon: 0.O. 20503. Do nor send this cwVefed form to eAh6t of these addressees.. -.' ... .. :. .. Ir r,r orAwarn NO 1 13. Dotiar Amaral d A.ard r. Contact Period: 7. Date (m WeArea B. Pr ogr am Code: ' I ( Ue a separate sheet for each Pr og ram code ) r;; /!= : / /rY- . /r,Z; / />Gi ,✓,;. / „o /Gk .. ../. : : %l/«✓/ :,e.ir :' :. t,.+ . ruin,., �;.e� i .ili,mnc n anri n 1 Hartz: tm ioymemanu nanu:y 1 __._ - _ _ -, Program Codes: '. 1 - Flexible Subsidy E A B C I D Toral"New Hires %of Aggregrale %of local stall haws Number of Section 3 (taaatlEthnic Code(s) by Job category New Hues Nat are to Section 3 Employees Employees and For Columru D and E. show Numbers Section 3 nesidenn and Tta.nees • Trainers 1 1 2 3 1 d 1 5 5 - Asian Pacific American a . Homeless Assistance to - Other Housing Programs 6 . Hasidic Jews (For Parl II only( ,Pro esstona / /;r ;.} ✓, ; ;ill /'�, %! %i' � r / / % /i'i / /�r, /,,,r, /Techniaans -- � /� /i ", %��G 3��� �•,: /�/ %�Vlf� ?iCfen(:�1 1l! 9 /(J : :/� /r / —J -- Construction by L•aCe (Lis,) Trade: :.. ::. f �.......... ...., . . , ..Tra..e. ..., ,, v...... /r :r ,.. ... .. .. Trade: / /Trade /� �i / �i %/� � %: / i j / . , . / /,.i �/' � <�5 :/ / ✓ %.. ' /, /.�!. Trade: ,h_h of -( ', "- �' :' Zbr / /,a / ,? i3 ,:.:a: % " %r- 3n. ,'!,N! :;� :� /�i; :: a ✓;raS� .,r..!.a ✓�' /„ ? >.i / % ✓ /:l•'; /%�if��j /f� /! %. f'; ``�; ,,,i:, :i3 :, %);:r. /rr,.'/, /,i: 'S��J;.Y�, .., �. ✓/, / ", r., / /i, .. /ii �i // i /.,�L�ir D / / /�,r% /i ',r, //j •2 %! /y 0 /�/,)�. roY,: /. w,'?iJ,,� % 4/, >.; :' r ;r . . Y / , ,. G ; /r /, , irr : /,. /, / %i „2; /�% :�'//'.1';c /�i :; i�rri ✓�; z. ,Y :'�' ✓::r :< , /jCf. :. 1 1 %�.//, -_'y ;.0 �f %. :. "!�i %",�7.,`''� .' cji. f.. rat / % /. ^ : %�[ :''.Z.,,. /ir; :n%ui. , / {,r /. /, //', .+ r /.i /,r� /..r. / /i�i / �' is/�/ �/ ' ;� �,9 /•i / /�, /r./ /r�,ip[ "// /h :•.i ",. : / /f:.�. :' /�.. : /, r „ri „i� i :i/ ^ %. : :•i� r /...,.r; •� :( /. %.. �� /., /..: ;.. /. /, (n,r�� /� /: "�r r. o''' :'e` : %rb ii.� :'. ✓„ / /'i % / /� :; %, .j :. / /rii'/o %,r.! {,i i /u / /.0 /;]� .,< /j ,(,t2`di( / / „� ., r:.L. , /,r.:. /,c r. .iY ,�rc ;F :� C.i. !'4' "' ;:fl,:: % :.'.i : %' >`,. • %, /�. %'s.,r ur .rate 'i :a,. >; :r :;;: :; :. %?.i` .. / /. 7i / / /,r ..rat > ,..!.o,:r : /,' {,.;' �,; 7.�i,� /, //, �// i, :::1%7 ..r� " /. ✓ /.,� /,�.% ✓Ja!,r,L /�i( /�i �ii.G. , :'�� ,./ .r„ .., /ry�; � / /;ri','�G,l/ / „ / / / ///„ / / „y.. ::f” ".Yr ""ly�� . / / / /iii'. /rC 9F .. ..,:� �:; :;3:y�.r;'�, / %',1.i r %�o / ✓ /.t.lr�: /sllil. i /,. '�, /r % / %',% / . /i , '.�, / �� ::G;�: / s % "r�„ .......... iii c. .�•. .i•• ?; RaciallEthnic Codes: Program Codes: '. 1 - Flexible Subsidy 6 - HOME-State Adminisleled I . While American 2 Section 202f811 7 . COBGEniillement 2 . Black American p 3 - Pubkulndian Housing Deve!opmenl, 8 - COBG.Srzle Adrmrvstered 3 - Native American 4 . Hispanic American Operation and Modernization 9 - Other CO Programs 5 - Asian Pacific American a . Homeless Assistance to - Other Housing Programs 6 . Hasidic Jews (For Parl II only( 5 . HOME Page 1 of 2 corm Mu.ovw" tw_- ref 24 CFR f 3' Corm Hl)D- 6x1002, Economic Opportunities for Low- and Very Low - Income Persons Housing and Urban Development Act of 1968. Section 3 Instructions: This form is tobe used to report annual] accomplishments rccairdin e employment, training and contracting Opportunities provided to low- -and ven low- income persons under$eetion 3 of the Housing and Urban Developfnenl Act of 1968: The Section 3 reguL-itions apply to " any public and Indian Housing programs that receive: (1) develop- ment assistance pursuant to Section 5 of the D.S. Hbusfng Act of 1937; (2) operating assistance pursuant to Section 9 of the U.S. Housing Act of 1937: or (3) modernization grants pursuant to Section 14 of the U.S. Housing Act of 1937 and to recipients of /rousing and community development assistance in excess of $200,000 expended for. (1) housing rehabilitation (including reduction and abatement of lead - baecd paint hazards); (2) housing construction; or (3) other public construction projects: and to contracts and subcontracts in excess of S10,000 awarded in connection with the Section -3- covered activity exceeds. 5100.000. Form HUD -60002 hps three pars which are tube completed for all programs covered by Section 3. Pan 1 relates to employment and training. Part 11 of the form relates to contracting, and Pan III summarizes recipients efforts to comply with Section 3. Recipients or contractors subject to Section 3 requirements must maintain appropriate documemn6on to establish that HUD financial assistance for housing and community development programs were directed toward low- and very low- income persons.' A recipient of Section 3 covered assistance shall submit two copies of this report to the lord HUD Feld Office. Where the program providing assistance requires an annual performance report, this Section 3 report is to be submitted with the program performance report Where an annual performance report is not required. this Section 3 report is to be submitted by January 10 and, if the project ends before Dectmbu 31. within 10 days of project completion. Only Prime Recipients are required to report to HUD. The report must include accomplishm ens cf ail recipients and their Section 3 covered contractors and subcon- n1arfors. 1. Recipient: Enter the name and address of the recipient submitting this repont 2. Federal Identification: Enter the number that appears on the award form (with dashes). The award may be a grant. cooperative agreement or contract: 3. Dollar Amount of Award: Enter the dollar amount. rounded to the nearest dollar, received by the recipient. 4 & 5, Contact Persor/Phone,: Enter the name and telephone number of the person with knowledge of the award and the recipient's implementation of Section 3. 6. Reporting Period: Indicate the time period (months and year) this report covers. 7. Date Report Submitted: Enter the appropriate date. R. Program Code: Enter the appropriate program code as listed at the bottom of the page. Part 1: Employment and Training Opportunities Page 2M B lock C: Enter the percentage of the total staff hours worked for Section 3 employees and [minces (including new hires) connected with chi; award. Include staff hours for pan -tune and full -dine positions. Block D :'Eriter ihe- number of Seetioh1residenu Dial were hired ;utd trained in connection with this award. Block E: Faster under each mciaVethnic code (1.5) the number of employees and trainees recorded in columns D and E. Block A: Contains various job categories. Pro fessionals are defneday, people who have speciaJ knowledge of an occupation (i.e.. supervisors. architects, surveyors, planners, and computer programmers). For construction positions. list each trade and provide data in columns B t'uough F for each trade where persons were employed. The category of `Other" includes occupations such as service workers. Block B:'Emer the percenage of all the new hues (Section 3 residents) in connection with this award. New Hires include full -time positions (2nnancm. temporary and seasonal). Part 11: Contract Opportunities Block l: Consuuction Contracts Item A: Enter the total dollar ainount of alt contacts awarded on the project/progrnm. Item B: Enter the total dollar amount of contracts connected with this project/program that were awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with thisproject/program awarded ioSection 3 businesses. Item D: Enter the number of Section 3 businesses receivine awards. Indicate the appropriate mcial/eMc codc(s). Item E: Enter under each mcial/eMc code 0 -0 the number of employees and trainees recorded in Item D. Block 2: Non- Conswction Connects Item A: Enter the total dollar amount of all contacts awarded on the project/proeram. Item B: Enter the total dolLir amount of contracts connected with this project awarded to Section 3 businesses. Item C: Enter the percentage of the «Kai dollar amount of contracts connected with this project/program awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Indicate the appropriate racial/ethnic code(s). Item E: Enter under each racial/ethnic code (1-6) the number of employees and trainees recorded in Item D. Part III: Summary of Efforts - Sell - explanatory Submit two (2) copies of this report to your local HUD Field Office within ten (10) days after the end of the reporting period you specified in Item 8. Include only contracts executed during this reporting period. PHAsAHAs are to report all contracts/subcon- tracts. The terms "low - income persons' and -very low- income persons" have the same meanings given the terms in section 3(bx2) of the United States Housing Act of 1937. Law- income persons mean fam :lies (including single persons) whose incomes do not exceed M percentum of the median income for ibc area. as determined by the Secretary. with adjustments for smaller and larger famiIies.except that the Secretary may establish income ceilings higher or lower than 80 per ee ntum of the median for the area on the basis of the Secretary's findings such that variations are necessary because of prevailing levels of construction costs or unusually high. or low - income families. Very low- income persons mean low - income fnmilies (including single persons) whose incomes do not exceed 50 per eentum of the median family income for the area_ as determined by the Secretary with adjustments for smallerand laseer families. except that the�ccretary may establish income ceilings higher or lower th:ur 50percenruhaof the median for theareaon the basisof the Secretary-s Findings that such variations are necessary because of unusually high or low family incomes. tort HUD -60002 (8194) lei 24 CFA 135 Page 2N Part II: Contracts Awarded 1. Construction Contracts: A. Total dollar amount of all contracts awarded on the project S _ B. Total dollar amount of contracts awarded to Section 3 businesses S C. Percentage of the total dollar amount that was awarded to Section 3 businesses _ % D. Total number of Section 3 businesses receiving contracts E. Enter.lhe number of Section 3 businesses receiving contracts by Flacial/Ethinic code(s)(see page 1 for codes) 1 2 C� 3 �� 4 5 6 2. Non- Consruction Contracts: A- Total dollar amount of all non -construction contracts awarded on the projectlactivity b B. Total dollar amount of non-construction contracts awarded to Section 3 businesses S C. Percentage of the total dollar amount that was awarded to Section 3 businesses _ % D. Total number of Section.3 businesses receiving non-construction contracts E. Enter t. e number of Section 3 businesses receiving non construction contracts by RaciaVEthmc code(s)(see page 1 for codes) 1 —� 2 —� 3 � 4�� 5� 6� Part III: Summary Indicate the efforts made to direct the employment and other econanic opportunities generated by HUD Financtal assistance for housing and communinv development programs, to the greatest extent feasible, toward low- and very low- income persons. panicularly those who are recipients of government assistance for housing. (Check all that apply.) Anempted to recruit low - income residents through: local advenisurg media. signs prominently displayed at the project site, contacts with community organizations and public or private agenciesoperatine within the metropolitan area (or norunetroNiitvr county) in which the Section 3 covered program or project is located, or similar methods. P<r,icipated in a HUD program or other program which promotes the training or employment of Section 3 residents. Panicipatcd in a HUD program or other progrcun which promotes the award of contracts to business concems which meet the dtfuuuon of Section 3 business concems. Coxdinated with Youthbuild Frograms administered in the metropolitan area in which the Section 3 covered project is located. Ocher. describe below. Page 2 of 2 'U 9 r.,.,-.._, o..-.._ _ _ — _- w.. ,-r , toim HUD -60002 tens) ref 24 CFFt 135 • i Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work 1, None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. West Coast Construction Bidder 5/91 Subcontractor Address S/Mr. Jack Dearmond, President Authorized Signature /Title THE P1' ERICAN INSTITUTE OF 16CHITEC i S AIA Occ•ment AJTO. Bid Bond KIN(DW ALL MEN -BY THESE PRESETS, thatwe WEST COAST CONSTRUCTION 3030 OAK AVE ua+e w tole wet „,d ,ddr . w ysl tide el �nlfiC.a11 CO�ONA,. - 1 9.720_ as nncipa , efrinai er cuffed the Pincpal, and REDtAND INSURANCE COMPANY 1309 BROADWAY w•r• ^ mt ^ ^� Y-+ ter.. <. l<t,t ode of S.1-10 DWA LITTLE ROCK, ARKANSAS 72202 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter celled the Surety, are herd and firmly bound unto (mere ;.sere full acme ud ,dd<na a, I <YI alit di G-�M CITY OF NEWPORT BEACH as Oblipe, hereinafter Called Lhe Gblige°, in 1c sun Of TEN PERCENT OF AM7UNT OF ACCOMPANYING BID*** Collars (5 1Cn OF BID' 1, for the payment of which sun weei and truly :o be trade, the said Principal and the said Surety, bird ourselves, cur heirs, exe,.ltars, administrators, succetxrs and assigns, jointly and severally, firmly by the- -c presents. WHEREAS, the Principai has submitted a bid for n.. ml, , addmas VW a.><ri +.n a v� ant CITY WIDE 6 CURB ACCESS RAMPS AND BUS STOP -3129 NCW, THERE ''CaE:.( the CtGgee shail aeert the bid of the Princoal and Me Prirdpd shalt enter ust) t Cantrcr vritn the Obligee in ae =,dance. wicl rh< terms of such bid. and give such bond or bonds u nay be sped(tod in the bidding or Cantric Coeamenta with sccd and suiftcest sumy lot the faithful periormance of such CanoaG wd for the ;rcmpt payment of W50C oral material furrdshed in its* prosecution itheerf, or in the avast of the failure of the Princ ;al :o enter such C-nine and give such bend at bonds. it the Prinepas slug pay to the Cbfigr_ the dsHeretee to :o oceed the penalty harvoi between the +mount speciried in said Sid ind suer larger arnoanc for whlch the C4Ggce nor in food faith crane with snothr. pity to perform the work Covered by aid bid, then : is cbroption shalt be null wd void, cd, —ise 'a rcnain in full force and eHeK Signed and seated this 19TH day of MAY 1597 WEST COAST CONSiRLCTION (Mnvpal) fsea0 (Witness) lTdel R INSURANCE CO ANY KELLY A. AI AN �111eJ ATTORNEY-IN-FACT AtA tXXUAHflT AJ1e . 310 81C • ALA a . It -'=Ai7 11" ED • T11E A MCAA Z INSi: UTi Cy AACHITFCS. 1Tls r<.-. Alt_ `4w_ wA-�tmG :Cr" o. C. Moo* CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA S.S. COUNTY OF San. Bernardino On S1' —17 , before me, Frances Lefler, Notary Public , personally appeared x _ personally known to me; or proved to me on the basis of satisfactory evidence to be the person(s:) whose names) is/A=eXsubscribed to the within instrument and acknowledged to me that (;flex /she /tX)-'yq executed the same in b>is/her/th't authorized capacity(, and that the entity upon behalf of which the person(AX) acted, executed the instrument. WITNESS my_ hand and official seal. (SEAL) Z '9x- Signature of Not#y Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below; doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) K Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: and and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: than named above: none Signer(s) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT "S /I e I1:1 fi. ..th t d1 i. c: s: .c REDLAND INSURANCh CUMYAIN Y POWER OF ATTORNEY RED 1034503 KNOW ALL MEN BY THESE PRESENTS, THAT REDLAND INSURANCE COMPANY does hereby make, constitute and appoint Jay Y. Freeman ** Frances Lefler ** Kelly. A. Saitman of Ontario, California its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf Surety bonds, undertakings and other instruments of similar nature as follows: all written instruments in an amount not to exceed $2,500,000 This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 18th day of October, 1993. - 'RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Vice President be, and that each of them is, authorized to execute Powers of Attorney qual7Ln the Attomey -in -Fact named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings an d other instruments of sunilar nature, and said officers may rename any such Attorney -in -Fact or agent and revoke any Power of Attorney previously granted to such person. FURTHER RESOLVED, that an Assistant Secretary be, and that each or any of them hereby Ls, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with respect to any bond, undertaking or instruments of similar nature to which it is attached." IN WITNESS WHEREOF, REDLAND INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by its President this 18th day of October, 1993. QP 097' . REDLAND INSURANCE COMPANY Anent: By i':SEAL 'Pe /f�BlUFFS PETER A. KNOLLA Secretary JOHN P. NELSON President STATE OF IOWA l J s.s.: council Bluffs COUNTY OF POTTAWATTAMIE I On this 18th day of October, 1993 before me personally came John P. Nelson, to me known, who being by me duly sworn, did depose and say that he is President of REDLAND INSURANCE COMPANY the corporation described in and which executed the above instrument; that he knows the seal of the said corporation, that the seal affixed to the said 'instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto tt��Ihereto by(li_kkA'eQQe order. J F JEANETTE ALDREDGE ** MY CAMMISSI(NJ D(PIRES JEANETTE ALDREDGE u ,ten 3.15-96 NOTARY PUBLIC My Commission Expires March 15, 1996 1, the undersigned, Vice President of REDLAND INSURANCE COMPANY an Iowa corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. {,- Signed and sealed at the City of Council Bluffs, in the Sate of Iowa, dated the day of ma, , 19 �72 . ROGER D. STORDAHL Vice President Y THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON A GREY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK-HOLD AT AN ANGLE TO VIEW. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT.YOU ARE URGED TO CONTACT REDLAND INSURANCE COMPANY AT C/0 80 OLD STATE HOUSE SQUARE, P.O. BOX 231496, HARTFORD, CONNECTICUT 0612' -1496 OR CALL OUR POWER OF ATTORNEY CUSTODIAN AT 1- 800 - 394 7806. 101IPOA PJ96 1,' ISt 1. •1 V. 0 • • Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Riverside ) Jack Dearmond , being first duly sworn, deposes and says that he or she is Vice- President of West Coast Construction , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of per7ur he foregoing is true and correct. / West Coast Construction S/Mr. J Dearnnnd, President._ Bidder Authorized Signature /Title Subscribed and sworn to before me this 2nd day of May 19 97• / N S /Tenor O'Dell p, _ ^ Notary Public My Commission Expires: 7-25 -2000 5/91 [SEAL] Q B TENAO'DELL 8CO 97 N A MMd1062 NOTARY LpryEN5EG0UNTY MY Comm. Exp. Jul 25,2 0 9 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number 97 IA Countv 97 Redondo Beach Gary Rubotom 97 City of Corona Johnathon Jones 96 City of Tustin Chris Martin West Coast Construction Bidder 5/9) S/Mr._Jack Dearmond, President Authorized Signature /Title 0 • Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratina Guide: Property - Casualty. Coverages shall be provided as specified in the standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 EXECUTED IN FOUR COUNTERPARTS BOND NO: RED1040991 Page 8 PREMILM INCLUDED IN PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 9, 1997 has awarded to West Coast Construction hereinafter designated as the "Principal ", a contract for Citywide ADA Curb Access Ramps and Bus Stop Improvements (Contract NO. 3129 ) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 3129 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, WEST COAST CONSTRUCTION as Principal, and REMAND INSURANCE COMPANY as Surety, arej,_held. it bo�d uantt fthe City of Newport Beach, in the sum of ,mrTr`Mbgeent;r : nr :seventy o tars ($ 226,428-75. ) , said sum being equal to 100$ of the estlma amount payable by the City of Newport Beach under the terms of the contract; for:which payment well and truly made, we bind ourselves.;, our.: heirs, executors and administrators, successors .; or assigns; jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 5/91 Page 8A The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or t +-.1 terms of the contract or to the work or to the additions o e 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 16TH day of JUNE , 19 97 West Coast Construction Name contractor (Principal) REDLAND INSURANCE CCWMY Name of Surety S/Mr. Jack Dean➢Dnd, President Authorized Signature /Title ri Agent Signature KEL A. rTP4AN ATTORNEY -IN -FACT 1309 BROADWAY LITTLE ROCK, ARKANSAS 72202 800 1247 -9830 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 0 CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT -STATE OF CALIFOR14IA ) S.S. COUNTY OF San. Bernardino ) i � On ' �lG 1� , before me, Frances Le ler Notary Public , personally appeared Kelly A Saitman , X personally known to me; or proved to me on the basis of satisfactory evidence to be the person(T,) whose name s) is/�=exsubscribed to the within instrument and acknowledged to me that (,ba /she /UX&Vq executed the same in hta�/her /th )otr authorized capacity(, and that the entity upon behalf of which the person(4c) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) Signature of Nota ,Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: Limited and and General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: none Bond THIS CERTIFICATE ?BUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. "3 /IEG6'fE EXECUTED IN FOUR COUNTERPARTS ..i, FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, of California, to West Coast designated as E Page 9 the City Council of the City of Newport Beach, State by motion adopted June 9, 1997 has awarded rnnct-"y+i nn hereinafter a con FAIM Rang and Bus Stop Improvements (Contract No. 3129 ) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 3129 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, WEST COAST CONSTR ETION - asPrincipal, and REUM INSURANCE WANY as Surety, e. d r 1 bou unto e City of Newport Beach, in io IinLY six °usandt °µr Dollars ($ 226.428.75. the sum of him rcul tvnniv a,ght ancL said sum being equal to 1001 ofsested amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made., we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal; its heirs,.:. executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and.perform .the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and. in all .respects according to its true intent and meaning, and .shall .indemnify and save harmless the City of Newport Beach, its officers, employees and agents,.as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond,.there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City,. in the event it is w required by bringing any action in la or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5/91 0 0 Page 9A 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 effect ( Project by the City. In the event that the principal executed this bond as an individual, the Surety fromtitsdobligations nde principal thisbond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16TH day of JUNE , 1997 . West Coast Construction Name of Contractor (Principal) REDLAND INSURANCE CU PANY Name of Surety 1309 BROADWAY LITTLE ROCK, ARKANSAS 72202 Address of Surety " 8OD/247 -9830 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY'XUST BE ATTACHED 5/91 CALIFORNIA 0 ALL PURPOSE ACKNOWLEDGEMENT STATE OF CA-LIFOR14IA S.S. COUNTY OF San Bernardino ) On ' I�1 , before me, Frances Lefler Notary Public , personally appeared Kelly A Saitman , X _ personally known to me; or proved to me on the basis of satisfactory evidence to be person(g) whose names) is/A=exsubscribed to the within instrument acknowledged to me that (mac /she /th.*_yj executed the same hts(/her /sh)a1& authorized capacityoDmc , and that the entity behalf of which the person M) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) v Signature of Nota Public CAPACITY CLAIMED BY SIGNER: the and in upon Though statute does not require the notary to fill in the data below; doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: Limited and and General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: none THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE- "S/1m "`. EXECUTED IN FOUR COUNTERPARTS REDLAND INSURANCE COMPANY RED 1040991 POWER OF ATTORNEY _ KNOW ALL MEN BY THESE PRESENTS, THAT REDLAND INSURANCE COMPANY does hereby make, constitute and appoint JAY P. FREEMAN ** FRANCES LEFLER ** KELLY A. SAITMAN of ONTARIO, CA _ - its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf Surety bonds; undertakings and other instruments of similar nature as follows: a written instruments in an amount not YO eXCeCd $2.JOO,OOtI This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 18th day of October, 1993. "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Vice President be, and that each of them is, authorized to execute Powers of Attorney qualifying the Attorney -in -Fact named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and other instruments of similar nature, and said oFficen may rename any such Attorney -in -Fact or agent and revoke any Power of Attorney previously granted to such person. FURTHER RESOLVED, that an A istant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with respect to any bond, undertaking or instruments of similar nature to which it is attached." IN WITNESS WHEREOF, REDLAND INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by its President this 18th day of October, 1993. Attest: PETER A. KNOLLA Secretary STATE OF IOWA 1 COUNTY OF POTTAWATTAMIE I Council Bluffs REDLAND INSURANCE COMPANY By JOHN P. NELSON President P09"; u .•' 9A SEAL. On this 18th day of October, 1993 before me personally came John P. Nelson, to me known, who being by me duly sworn, did depose and say that he is President of REDLAND INSURANCE COMPANY the corporation described in and which executed the above instrument; that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto byy like order. J 1EANETTEALDREDGE I MY COMMISSION EXPIRES JEANETTE ALDREDGE 3-15.99 NOTARY PUBLIC My Commission Expires March 15, 1999 1, the undersigned, Vice President of REDLAND INSURANCE COMPANY an Iowa corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Council Bluffs, in the State of Iowa, dated the 16TH day of JUNE '19 97 ROGER D. STORDAHL Senior Vice President THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK -HOLD AT AN ANGLE TO VIEW, IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT YOU ARE URGED TO CONTACT REDLAND INSURANCE COMPANY AT 00 80 OLD STAi t HOUSE SQUARE, P.O. BOX 231496, HARTFORD, CONNECTICUT 061211496 OR CALL OUR POWER OF ATTORNEY CUSTODIAN AT 1- 800394 -7806. IM /MA/7/96 CERTIFICATE OF INSURANCE 06Z16/97 PRODUCER COMPANIES A DING COVERAGE Averbeck Company 3270 Inland Empire Blvd. #100 Ontario, CA 91764 COMPANYA Ranger Insurance Company LETTER COMPANY B LETTER INSURED COMPANY C Jack P. Dearmond DBA: West LETTER COMM' D LETTER Coast Construction 3030 Oak Avenue Corona, CA 91720 COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE. CO LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE S 2,000, A COMMERCIAL COMPREHENSIVE GL06753.22 5/7/97 5/7/98 PPERATINSAG LEGA OPERATIONS AGGREGATE S 1, O O O , OWNERS 8 CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY S 1 , O O O , CONTRACT PRODUCTS/COMPLETED OPERATION EACHDCCURENCE S l,000, XCU HAZARDS FIRE DAMAGE (ANYONE FIRE) SO O , BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE P, I. WITH EMPLOYEE EXCLUSION REMOVED MARINE MEDICAL EXPENSES (ANY ONE PERSON) .S 5• A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS _ coMeINEO SINGLE LIM IT 5 1,006, c?x �•: %�•�� - , BODILY INJURY (PER PERSON) S BODILY INJURY (PERACCIDENT) $ NON-OWNED AUTOS GARAGE LIABILITY PROPERIY DAMAGE S ' EXCESS LIABILITY ,. s "• CCC AENCE' AGGREGATE UMBRELLA FORM OTHER THAN UMBRELLA FORM .. •} S S .. .. STATUTO , WORKERS'COMPENSATION & EMPLOYERS'LIABILITY- _ .S EACH ACCIDENT S - 'DISEASE -POLICY LIMIT S DISEASE -EACH EMPLOYEE -' OTHER j. S DESCRIPTION OF OPERATIONSI LOCATIONSIVEHICLES IRESTA1C710N.VSPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: Citywide ADA Curb Access Ramps and Bus Stop ImproveDents (Contract NO. 31.29) PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION ADDITIONALLY INSURED CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BOULEVARD SHOULD A F THE ABOVE DESCRIBED POLICIES B NON - RENEWED, CANCELLED OR COVERAG RE UCED BEFORE THE EXPIRATION�THE COMPANY AFFORDING COVERA SH LL PROVIDE 30 DAV MINIMUM V CE NOTICE TO THE CITY OF NEWPOR BE HBV FI CL MAI. NEWPORT BEACH CALIFORNIA 92658 -8915 — AUTHORIZED REPRESENTATIVE ISSUE DATE ATTENTION: J73i1 Br er Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insureds) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy„ the exclusions, if any, pertaining to the explosion hazard,, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial ( ) Comprehensive General Liability $ 1,nnn,nnn each occurrence $ 2, ono ,ann aggregate General 1,000,000 Products & Completed Operations Aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 5/91 0 9 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Citywide ADA curb Access Rang and Bus Stop Improvanents Project Title and Contract No.(Contract No. 3129) This endorsement is effective 6/18/97 at 12:01 a.m. and forms a part of Policy No.GL0675322 of Ranger Insurance Como<iny (Company Affording Coverage). Jack P. Dearmond DBA: Insured:West Coast Construction ISSUING OMPANY By: Authorized Representative' 5/91 Endorsement No.: 0 0 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 12 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 5191 "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ (x) Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. • • Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days, advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Ci de ADA Curb Access Rams and Bus Stop Improvements 5. Designated Contract: tY v,- _, Title and Contract No. (Contract No. 3129) This endorsement is effective 6/18/97 at 12:01 a.m. and forms a part of Policy No.GLO675322 of Ranger Insurance Company (Company Affording Coverage). Jack P. Dearmond DBA: Endorsement No.: Insured:West Coast Construction 5/91 , , ..,,ice 1 -11, VVJ .. ca�nnoCC7UCINT �._ ENO. NO. (PAGE 1 OF 2) ADDIITONAL INSURED PROVISIONS IT IS AGREED THAT THE FOLLOWING PROVISIONS) AIMEND THE COVERAGE PROVIDED TO TIE ADDITIONAL INSURED(S) NAMED IN THIS ENDORSLNIENT AS FOLLOWS: (ONLY THOSE CHEC:{ED APPLY) ® PRUAARY INSURANCE CLAUSE IT IS AGREED THAT SUCH INSLRANCE AS IS AFFORDED BY THIS POLICY FOR THE BL`IEFTT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE, AND AMY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED(S) SHALL BE EXCESS AND NON-CONTRIBUTORY, BUT ONLY AS RESPECTS ANNY CLkiM, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF T -IE NAI ED INSUREDS) OR ITS SUB - CONTRACTORS, ANrD ONLY IF SUCH CLALK LOSS OR LIA3ILITY IS DETERMINED TO BE SOL -I.Y TIM NEGLIGENCE OR RESPONSIBILITY OF 7--M `(ANTED INSURED. a HOLD HA LN[LESS CLAUSE PI IS AGREED THAT SUCH INSURANCE AS IS .CORDED BY THIS POLICY FOR THE BEN7Er T OF THE ADDITIONAL INSURED SHOWN BELOW SMALL INDEN2V . AND HOLD HARMLESS THE ADDITIONAL INSURED, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF MINED INSL72E D(S) OR ITS SUB-CONTRACTORS. 0 SEVERABILITY OF INTEREST IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN BELOW SHALL APPLY SEPARATELY TO EACH ADDITIONAL hNSLRED AGAINST WHOM A CLADd IS MADE OR SLIT IS BROUGHT, EXCEPT WITH RESPECTS TO THE LIMITS OF INSURANCE LNI DE.R THIS POLWY1 0THF -R TERMS AND CONDITICNS OF THIS POLICY REMAIN UNCHANGED. Jack P. Dearmond DBA: West Coast 75322 Construction Insurance Company ENO. NO. (PAGE 2 OF 2) CJ NOTICE OF CANCELLATION OR NON - RENEWAL IT LS AGREED THAT THE COMPANY WILL PROVIDE THE ADDITIONAL INSURED SHOWN BELOW WITH 30 DAYS NOTICE OF CANCELLATION OF TMS POLICY IN THE EVENT OF CANCELLATION DUE TO COMPANY ELECTION ONLY. Q WAIVER OF S[IHROGATION IT IS AGREED THAT WE WArVE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINST TEE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BECAUSE OF PAYMENT WE MARE FOR INJURY OR DAMAGE ARISING OL'T OF "YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR ORGA.�TION. THE WAIVER APPLIES ONLY TO THE PERSON OR ORGANMA.TION SHOWN IN THE SCHEDULE_ SCHEDULE NAME OF PERSON OR ORGANIZATION OF Jack P. Dearmond DBA: West Coast GL0675322 Construction isauing Carrier Duly Authori7,,T- Ranger Insurance Company FROM': West Coast Con. • PHONE NO. : 9097361286 • Jun. 30 1997 07:07AM P01 STATE P. O. 60X 420807, SAN FRANCISCO, CA 94142 -0807 O MPHNSAYION IMO+URrANOE F V N CERTIFICATE,OF WQRKEAS, COMPENSATION INSURANCE JUNE 23x,199 7 ° 1344299 - 97 r (�OLICY.NUMSFRt r s• r, ,61hl1KICATEEXPInE6:' '4^=I -98 CITY OF NWP61W:, BEACH BUILDING 'AND- ;SAFETY z 3300 NEWPORT BLVD.. 1 i' NEWPORT BEACH' 'tA 92658- 89,1�a L This IS Ao asrtiiy. that -we have Issued 'a valld Workers',00mpenastlon insurance policy dryg fprm apprpved by,ihe Gallfertllp ca,.•:'''. Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation . by the Fund except upon ten days' advance written notice to the employer. L We will also give you TEN 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 amond, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, tenth, or condition of any contract or other document with respect to which this certificate of, insurance may be ISSuQd- Or may pertain, the Insurance affofded by the policies described herein iS subject to all the termll"excluslons aIn condltlans of such policies. I�'��`tVZSQ.✓:+;.,! � � .PR R.iIgtNT IJJI ... 1 •�. r AUTHORIZED nE('HF8EN�11>✓� . t 1 r � y ` _ _ EMPLOYEp,S 1,14BILITy I,IMjT INCLUDING DEFENBC. COSTS: $1 000,000 PEk OCCUkHSN' EMPLOYER ' r A JPD CONSTRUCTION b E14GINE.1ERIN,G—INC. WrST COAST CONSTRUCTION 3030 OAK ST CORONA CA 91720 HCILDI,Wi C • • Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 5/22/97 West Coast Construction Date Name of Contractor (Principal) S/Mr. Jack Deammnd. President 3129 C Authorized Signature and Title ontract Number Citywide ADA Curb Access, Ramp and Bus Stop Inprovements Title of Project 5191 CONTRACT Page 14 THIS AGREEMENT, entered into this 9 day of June 1997, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and West Coast Construction hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Citywide ADA Curb Access Rams and Bus Stop InProvMents 3129 Title of Project Contract No. B. Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1 contractor the construction of the the work for the fol owing described public work: Citywide ADA Curb Access Rau ps :3129 and Bus Stop Improvements. Title of Project Contract No. which .project is more fully,.described in the contract documents. Contractor shall perform and.,.complete this work in a good and workmanlike. manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion to of this work as. .prescribed above,.stY fou .hundred Contractor the sum of TWO e twenty cenT thousand twenty eight dollars and seven . ' cen Dgls: ($ ). This: compensation includes: (a) Any-loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred.as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 • • Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Citywide ADA Curb Access Ra.rrtas and Bus Stop Improvements 3129 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims,. loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have. caused this contract to be executed the day and year first written above. AP S TO FORM: C A ORNEY ATTEST: CITY CLERK 5191 CITY OF NEWPORT BEACH A Municipal Corporation S ack �eamm�d r t Aut rized Signature and Title • 0 INDEX TO SPECIAL PROVISIONS SECTION PAGE INTRODUCTION 1 PART I - GENERAL PROVISIONS Section 2 - Scope and Control of Work 2 -6 WORK TO BE DONE 1 2 -12 WORK BY OTHERS 1 Section 4 - Control of Materials 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 Section 5 - Utilities 5 -7 ADJUSTMENTS TO GRADE 2 5 -8 ONSITE UTILITIES 2 Section 6 - Prosecution, Progress, And Acceptance of the Work 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 2 6 -1.2 Contract Documents 3 6 -6 DELAYS AND EXTENSIONS OF TDAE 6 -6.1 General 3 6 -7 TIME OF COMPLETION 6 -7.1 General 3 6 -7.2 Working Days 3 6 -7.4 Working Hours 3 6 -9 LIQUIDATED DAMAGES 3 Section 7 - Responsibilities of the Contractor 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 4 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 4 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.5 Parking Prohibition 5 7 -10.7 Notices to Residents 6 7 -15 CONTRACTOR'S LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 6 E Section 9 - Measurement and Payment 9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9 -1.1 General 6 9 -3 PAYMENT 9 -3.4 Mobilization 7 PART III - CONSTRUCTION METHODS Section 300 - Earthwork 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General 300 -1.3.2 Requirements 7 7 Section 303 - Concrete and Rlasoury Construction 303 -5 PCC CURBS, WALKS, GUTTER, CROSS GUTTERS, ALLEY I INTERSECTION, ACCESS RAMPS & DRIVEWAYS 303 -5.1.1 General 8 303 -5.5.2 Curb 8 303 -5.8 Backfilling and cleanup 8 Section 303 - Stamped & Colored Concrete 303 -6.1 General H Section. 10 308 - Landscape and Irrigation Installation 308 -1 General 8&9 • • SP 1 OF 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS y.� CITYWIDE ADA CURB ACCESS RAMP AND No. C 23313 BUS STOP IMPROVEMENTS EXP. IL -3/ f7 CONTRACT NO. 3129 CIVIL INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plan R- 5708 -L; (3) the City of Newport Beach Design Criteria Standard Special Provisions and Standard Drawings for Public Works Construction, 1994 Edition; and (4) the Standard Specifications for Public Works Construction, 1994 Edition inclusive of all supplements. Copies of the Design Criteria Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for ten dollars ($10.00) each. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034; telephone number (310) 202 -7775. These provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter. PART I GENERAL PROVISIONS SECTION 2 - -- SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this Section, " The term "work" and the work to be done under this contract includes, but is not limited to (1) sawcut and removal of existing improvements; (2) construct P.C.C. sidewalk, retaining curb, P.C.C. walk/slab, curb and gutter, drive approaches, cross gutter spandrel, bus boarding pads, access ramps, A.C. patchback, and other items as specified on the Plans and this specifications; (3) construct asphalt concrete pavement with aggregate base; (4) clearing and grubbing; (5) traffic control including the temporary installation and removal of barricades, delineators and signs; (6) protection and restoration of existing curb drains; (7) restore damaged landscaping and improvements; (8) clean 'up and disposal; (9) other incidental items as necessary to complete the work in place as specified on the Plans, (10) color mix, (11) adjust utility frames and covers to grade, (12) restore existing drainage, and (13) construct steel reinforcement." 2 -12 WORK BY OTHERS. Add to this section, "The removal and reinstallation of street signs and curb painting shall be performed by City forces. The Contractor, however, shall provide and install a 3" diameter P.V.C. sleeve in each sidewalk panel where a street sign is to be reinstalled by City forces. The Contractor shall notify the Engineer a minimum of two (2) working days in advance of all sidewalk and curb ramps work where • • SP2OF9 such sleeves are required so that City forces can coordinate sign removals and lay out sleeve locations for the contractor in a timely manner. In case the Contractor did not provide the City with the required notice and that the City forces could not R/R the sign posts, the Contractor shall at his own expense, perform all work that was intended to be performed by City forces and no additional compensation shall be made by the City to the Contractor". SECTION 4 — CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3.3 Inspection By the Agency. Add to this section, "The Contractor shall furnish the Engineer full information as to the progress of the work, and shall notify the Engineer at least 48 hours prior to the need of inspection. Where the work does not satisfy the first inspection test, additional tests or inspections shall be paid for by the contractor until the work has been installed satisfactory." SECTION 5 -- UTILITIES 5-7 ADJUSTMENTS TO GRADE. Add to this section, "The Contractor shall adjust to finish grade all City-owned street light, traffic signal and water meter boxes and covers; water valve frames and covers; irrigations box and cover, sewer cleanouts; and survey monuments. The Contractor shall coordinate the adjustment of private utilities with their respective owners. All adjustments to boxes, conduits, splices, etc. shall be performed by applicable CNB STD -204, 205 -L and all utilities must be operational upon completion of their respective adjustments. Also, if power shut -down is needed to repair or lowering street light boxes, the Contractor shall contact City Electrical Services Supervisor, Mr. Herb Wollerman, at (714) 644 - 3011." 5 -8 ONSITE UTILITIES Add to this section, "The Contractor shall cut and cap encroaching irrigation or electrical conduits from adjacent property at the property line. The Contractor shall be responsible for repairing damage dome to existing utilities resulting from his operations." SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Modify the first paragraph of this Section to read, "At the earliest opportunity after City acceptance of signed Contract documents, the Contractor shall arrange for a pre - construction meeting with the Engineer to maximize the number of work days available. At least five (5) work days prior to the preconstruction meeting, the Contractor shall submit to City for approval a detailed written chronological work schedule and a pedestrian and vehicular traffic control plan for each street block where work is to be done. The work schedule shall have taken into consideration that: (1) no more than fifteen (15) ramp/bus stop locations can be under construction simultaneously; (2) that the work 0 SP3OF9 schedule shall be tabulated for ease of identification and notification to residents; and (3) all work adjacent to and around Lincoln Elementary School, Newport Heights Elementary School, Newport Harbor High School, and Corona Del Mar High School shall be performed during non - school day prior to September 1, 1997." 6 -1.2 Contract Documents Add to this section, "All contract documents shall be signed and delivered in good order to the Public Works Department within ten (10) working days after award of Contract by the City. 6 -6 DELAYS AND EXTENSIONS OF TIME. 6 -6.1 General. Add to second paragraph of this Section, "Delays caused by the Contractor's failure to timely schedule for the pre - construction meeting or submit the required documents for City approval shall not be accepted as grounds for granting time extension beyond the one hundred and twenty (120) consecutive working days allotted." 6 -7 TnIE OF COMPLETION. 6 -7.1 General, Add to this Section, "The Contractor shall complete all work within one hundred and twenty (120) consecutive working days, but no later than December 31, 1997. In addition, the Contractor shall complete all work at each location within five (5) consecutive working days after beginning work at that location. Additionally, no work shall be performed from November 27 - December 31, 1997 within any of the City's commercial areas. All work around schools shall be completed no later than September 1, 1997. All work around Fashion Island shall be performed after October 1, 1997 and before November 25, 1997. The Contractor shall ensure that all materials are available prior to the start of work. Unavailability of material shall not be sufficient reason to grant the Contractor an extension of time for completion of all the work." 6 -7.2 Working Days. Replace sentence "3)" with, "July 4th (Independance Day), the first Monday in September (Labor Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas)." 6 -7.4 Working Hours. Normal working hours are between 7:00 A.M. and 5:00 P.M. Monday through Friday. 6 -9 LIQUIDATED DAMAGES. Revise the third sentence, "For each consecutive calendar day that work is not complete after the one - hundred twenty (120) consecutive working days specified for completion of work, or after December 31, 1997, the date specified for completion of work, whichever occurs first; and for each calendar day that work is not complete after live (5) consecutive workings days specified for completion of work at each location, 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 $250.00." • SP4OF9 SECTION 7 — RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION ANID COLLATERAL WORK Add to this section, "The Contractor shall accommodate the City's trash collection and street sweeping (see attached Collection Schedule and Street Sweeping Schedule). If work is to be performed on a street during its street sweeping or trash collection days, the Contractor shall coordinate the work with the Field Operations Superintendent, Mr. Leon Hart, at (714) 644- 3060." 7 -8 PROJECT SITE MAINTENANCE. 7 -8.1 Cleanup and Dust Control. Add to this Section, "The Contractor shall not allow broken concrete, construction materials, debris, oil or other deleterious material to be placed up on private property. All unnecessary materials, equipment, etc. shall be removed from the work locations at the end of each day." 7 -8.5 Temporary Light, Power and Water. Add to this Section, " If the Contractor elects to use City water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage." 7 -8.6 Water Pollution Control. Add to this Section, " Surface runoff water containing mud, silt or other deleterious material from the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay." 7 -9 PROTECTION AND RESTORATION OF EXISTING 1AI[PROVEMENTS. Add to first sentence of second paragraph after "e.g. ", " curb drains ". Add to second paragraph of this Section, "The Contractor may anticipate a certain amount of interfering irrigation system breakage associated with sidewalk and curb and gutter replacement. In anticipation of such breakage, the Contractor shall notify the respective property owner in advance a minimum of two (2) working days prior to excavation to locate the irrigation system's on/offvalves and to make arrangement for testinglapproving the repairs. Irrigation systems and all disturbed curb drainsshall be repaired, restored, and backfilled to 90% compaction by the Contractor within 72 hours after breakage as an incidental item of work. Additionally, the contractor may anticipate a certain amount of other interfering underground utilities such as street light conduits, cable television conduits, etc. within the construction limits. The Contractor shall effect repairs to these facilities at his own expense should these facilities be damaged by the Contractor during course of his work Add the words `within public and private right of ways" after the word "shrubbery" of the first sentence of the third paragraph" • SP5OF9 7 -10 PUBLIC CONVENIENCE AND SAFETY. 7 -10.2 Storage of Equipment and Materials in Public Streets. Replace the words "5 days" with the words "2 days" throughout this Section. 7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The Contractor shall submit traffic control plan, and will be responsible for processing and obtaining approval of the traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. The Contractor's traffic control plan shall include maintaining clear access along bike lanes during construction The Contractor shall provide for traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) 1996 edition. Traffic control plan(s) shall be prepared following the same sequence as the actual construction and shall include the followings: The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other details required to assure that all pedestrian and vehicular traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the public. 2. All advanced warning sign installations shall be reflectorized and/or lighted. 3. The Contractor shall not close both sidewalks of any street at the same time. 4. The Contractor should consider the likely possibility of heavy pedestrian and vehicular traffic around construction sites in commercial, school zones, and beach areas and shall take all precautionary traffic control measures and delineation's to protect the public at these construction sites at all times. 5. The Contractor shall re -open all traffic lanes upon completion of each day's work. In addition, emergency vehicle access shall be maintained at all times and that all traffic control and work schedule shall be handled in a manner that all pedestrian traffic will be handle within cross -walk and sidewalks." 7 -10.5 Parking Prohibition. Add to this section, "Where temporary prohibition of parking is necessary during construction, the Contractor shall furnish, install, and maintain in place 'NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least seventy -two (72) hours in advance of the need for enforcement. In addition, it shall be the Contractors responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least forty-eight (48) hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be simdar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and dates of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall post streets with the time and dates when parking and access will be disrupted. Additionally, the Contractor shall provide covers and shall cover, maintain, and uncover any and all of the • SP6OF9 City's "NO PARKING STREET SWEEPING" signs to allow residential parking along streets adjacent to streets under construction during street sweeping days, as directed by the Engineer. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require the Contractor to re -post the "NO PARKING, TOW -AWAY" signs. The Contractor shall promptly notify the Engineer of such a change of schedule." 7 -10.7 Notices to Residents. Add to this section, "Two days before restricting vehicular or pedestrian access to drive approaches, the Contractor shall distribute to all affective residents a written notice stating when construction operations will start and approximately when vehicular and pedestrian access will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and tunes when the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require the Contractor to re- notify using a letter furnished by the Engineer." 7 -15 CONTRACTOR'S LICENSES. Add to this section, "At the time of the award, the Contractor shall possess a General Engineering Contractor "A" License or a Specialty Concrete Contractor C -8 License. Additionally, from the start and until the completion of work, the Contractor and each subcontractor shall posses a valid Business License issued by the Revenue Division or the city of Newport Beach Administrative Services Department." 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS. Add to this section, "A set of construction plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds." SECTION 9 — MEASUREMENT AND PAYMENT 9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9 -1.1 General Add to this Section, "L The unit price bid for all bid items shall have included all materials, labor, equipment, and other costs necessary to complete the work as detailed on the plans, applicable standard drawings, and these specifications and no additional compensation shall be made by the City. These items of work may include, but not be limited to sawcutting, clearing, grubbing, removal, backfill, aggregate base, compaction, A.C. patchback, protection of existing improvements and facilities in place, etc. SP7OF9 2. The unit price bid for the construction of P.C.C. curb access ramps shall have included the cost of constructing the required P.C.C. curb and gutter, 4" wide variable height curb at the back of access ramp, 1/4" grooves, pothole, AC. patchback, adjustment of all existing utility frames and covers to grade, restore the functionality of existing utilities, provide and install new 3" diameter P.V.C. sleeves for sign posts." 9 -3 PAYMENT. 9 -3.4 Mobilization Revise this section to read, "Mobilization and Traffic Control. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART III CONSTRUCTION METHODS SECTION 300 — EARTHWORK 300 -1.3 Removal and Disposal of Materials. 300 -13.1 General. Replace this Section with, "Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business License office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. Unless specified elsewhere in this contract, non - reinforced concrete and asphalt wastes generated from the job -sites shall be disposed at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed at a sanitary landfill. The Contractor shall maintain monthly tonnage records of solid wastes generated and solid wastes disposed at a sanitary landfill. The Contractor shall report said monthly tonnages to the Engineer on a form provided by the Engineer." 300 -1.3.2 Requirements. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Sawcuts shall be neatly made to a minimum of two (2) inches." and replace the words "1 -1/2 inch" of the last sentence with the words "two (2) inches." SECTION 303 — CONCRETE AND MASONRY CONSTRUCTION 303 -5 PCC CURB, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS & DRIVEWAYS. • SP9OF9 303 -5.1.1 General Add to this Section, 1. The Contractor shall grade, form, and finish concrete replacements to match the appearance of the adjoining concrete improvements. The Contractor shall remove and dispose of all A.C./P.C.C. patches and ramps upon sidewalk panels adjoining those sidewalk panels which are to be reconstructed. 2. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. In addition, all forms shall be removed and backfill or patchback shall be completed within 72 hours following concrete placement. 3. P.C.C. replacements subject to vehicle loads (e.g., cross gutters, sidewalk and curb and gutter along driveways) shall not be opened to vehicle loads until the concrete has cured to a minimum strength of 2,000 psi. The Contractor shall detour traffic around such construction site." 303 -5.5.2 Curb. Add to this section, "The Contractor shall install or replace curb markings that indicate sewer or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for 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 contact the Utilities Superintendent, Mr. Pete Antista, at (714) 6443011." 303 -5.8 Backfilling and Cleanup. Add to this section, "When new concrete improvements are to be constructed adjacent to existing A.C. pavement, the Contractor shall construct an A.C. patchback. Such AC. patchback shall be at least 12" wide and shall be at least 1" thicker than the existing pavement being replaced." 303 -6 STAMPED & COLORED CONCRETE. 303 -6.1 General. Add to this section, "Lido Isle curb access ramps shall be colored to match existing sidewalks. Color shall be integral Chromix admixture No. C -21 "Adobe Tan" as manufactured by the L.M. Scofield Company. A prepared sample shall be cured three (3) days minimum prior to inspection by the Engineer, and the mix design shall be approved by the Engineer prior to placement of concrete. Curb, gutter, and spandrel shall have typical concrete color." SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 GENERAL. Add to this Section, "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (714) 644 -3083 a minimum of five (5) work days prior to beginning work Method of pruning and removing tree roots and the exact location and length of root barriers shall be determined, approved, and inspected by the City's Urban Forester as follows: • SP 90F 9 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root pruning machine, ax or comparable tool. 2. Arbitrary Root Cu a. A straight cut with a root cutting machine shall be made. advertise b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree wan-ants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump grinding machine instead of a root pruning machine. c. AD tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 4. Tree Root Barriers The tree root barrier to be installed under this Contract shall be DeepRoot linear barrier LB 12 -2 linear barrier (12" high X 24" wide) and shall be installed per manufacturers recommendations and Product Selection, Installation and Specification Guidelines Booklet. COLLECTION SCHEDULE MONDAY • Balboa Peninsula, E. of Newport Pier (Newport Pier to West Jetty) • Newport Crest • lido Sands • West Newport from Newport Pier to Santa Ana River (Balboa Blvd. to the Ocean) • Newport Shores • Balboa Coves TUESDAY • Cuff Haven • 15th St to 16th St. (Tustin to Irvine Ave.) • Newport Heights • Lido Island • Bayshores • Park lido Tract • Finley Tract • Newport Island • 32nd St to 44th St. (Balboa Blvd. to Marcus) • linda Isle • Anniversary Tract • Vista Bahia • West side of Irvine Ave. to Tustin Ave. from Holiday Rd. to Santa Isabel Ave. (Moden Annex) • Irvine Ave. to west side of Dover Dr. from Westcliff Dr. to Mariners Dr. (Mariners Square) WEDNESDAY • Harbor island • Beacon Bay • Promontory Bay & Harbor 1st. Dr. • The Cove • Balboa Island • Bayside Dr. (Coast Hwy. - Bayside Dr. to Jamboree) • Irvine Terrace • Big Canyon & Townhouses • Sea Island J WEDNESDAY (Continued) • Dover Shores • Baycrest • Hatbor Highlands • Westcliff THURSDAY • Cameo Shores • Cameo Highlands • Corona Highlands • Shorecliffs • CDM SOUTH of Coast Hwy. from Avocado to Haul (Coast Hwy to Ocean Blvd.) • China Cove • Breakers Drive • Bayside Drive (jamboree to Marguerite) • Granville Apartments • Eastbluff • The Bluffs • Belcourt & Belcourt Hill • Bayridge • Newport North (N. side of Bison - jamboree to MacArthur) FRIDAY • Harbor View Hills • CDM (NORTH of Coast Hwy. to 5th Ave. - MacArthur to Hazel) • 5th Ave. - Haul to MacArthur • Broadmoors • Jasmine Creek • Jasmine Park • Lusk Tract • Harbor Point • CDM Terrace • Point Del Mar • Spyglass Hal • Canyon Crest • Seaview Broadmoor • Harbor Ridge • Harbor View Knoll • Harbor View Homes • Harbor Hill • Seawind A az << C t � St � r� r� r 0 O y x n (, L�4 D z -7 z . (1 I ! VIA FLORENCE 1 J /VIA FERMO lzY9 P �. � a C/ O O SCALE : 1" =800 03 SWEEPING SCHEDULE TUESDAY FRIDAY INDICATES TRAFFIC FLOW 0 JtP 9P�G JP J \P OW00 JtP G 3Ot% O ` \ JtP Oft 0 ,LP E JtA G�NOP pNP JtP GRAS P CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLAND STREET SWEEPING PROGRAM JtA PR Jt JV O ON 1 JtP ENto�. y \p OPJtE W�,O ?Pt's OV ti NP WpJ o JJtP 5 Z(it SS ti , � JtP JNOtt+ ,tea � � :2p JtA JENti,I't�,s JtA i'PNS '10, VP DRAWN AZIZ DATE APPROVED PUBLIC WORKS O(RECTOR R.E. NO. DRAWING NO. EXHIBIT Ah MUER �. w QP S °EF SHIM s . � z s � CITY OF COSTA C ITY z MESA ,a, 4t��b $ �'+r4 °�� IRVINE Lt e = CD ST. ¢ O O jST. Q�e , ml TY U.C.I. Al OF WPOR e \ SEE Sum lOkll l sly \\ %/ 6 wt. r / CENcR SAN ST IOFfa \ SEE SHEET 4 rte. = -, <<S RD. PK SEE SHEET 7 � _ RL -- - my SEE SHEET 8 - - ` 0�~� SEE SHEET Y SEE SHEET 2 V Q N TY `^ O�� SEE SHEET 5 NOT TO SCRLE RA PROJECT LOCATIONS c(ALSO SEE SCHEDULE SHEETS) SHEETS 2 -11 SPECIAL LOCATION DETAILS SHEETS 12 -17 RAMP DETAILS CITY Off' NEWPORT EERGN PUBLIC WORKS DEPARTMENT CITYWIDE ADA CURB ACCESS RAMP AND BUS STOP IMPROVEW -NTS C -3129 1 OF !7 PUBLIC WORKS DIRECTOR R.C.E. NO. 16791 DESIGN M. LY DRTE 21 Rpr ISE R- 5708 —I 0 0 I , 4 W ' 17 N - h - - - _ - ti I- 11 I I I� NOT TO SCALE '6 EXISTING t CATCH BASIN I I 3 SRWWT & f2,1 let JOIN EX. C5 HR� F NE1vE� n 12 :1 hq�eT V Ofd O e. CONSTRUCTION NOTE: DETAIL 'C' = 1 RAMP O — SRWCUT AND REMOVE EXISTING PCC IMPROVEMENTS FIND CONSTRUCT DEPRESSED PCC CURB ACCESS RAMP PER DETAIL 'C' AS SHOWN ON SHEET NO. 14. SHEET 2 OF 17 CITY ®F NEWPORT BEACH APPROVED PUBLIC WOiXS DEPARTMENT PUBLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IAPROVMdENTS DESIGN DATE 21 Rpr 1997 M. LY C-3129 DRRWN M. LY R- 5708 -L CONSTRUCT DETAIL 'B' /ACCESS RAMP ( See Sheet No. 133) CONSTRUCT 4' CONCRETE SIDEWALK PER C.N.B. STD.-180-t. CORINTHIAN WAYI BOWSPRIT DR. CONSTRUCT DETAIL 'B' ACCESS RAMP CONSTRUCT CURB ACCESS RAMPS PER DETAIL 'S' ( See Sheet No. 13 ) CoR /NTy /qH \ WqY 4u li C7� 2 DETAIL 'B's 8 RAMPS DETAIL 'E' - 4 RAMPS SIDEWALK : 160 SQ.FT. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITYWIDE ADA CURB ACCESS RAMPS AND BUS STOP IMPROVEMENTS C - 3129 CONSTRUCT DETAIL 'E' ACCESS RAMPS ( See Sheet No. 15 ) d J on t— z Q U Q i _so s, w EKPI N SHEET 3 OF 11 APPROVED PUBLIC WORKS DIRECTOR R.C.E. NO. 16791 DESIGN RON I DATE 27 MARCH 1997 R - 5708 DRAWN RON L 110 \ D LAFAYETTE 11 ii AVE. DETAIL 'AA' NTS CITY HRLL 32ND STREET Al 31ST STREET l NOT TO SCALE (2)Z SEE DETAIL "RA" fQ 2 1 Q `IZ' , CONSTRUCTION NOTES: DETAIL 'C' = 5 RAMPS �SAWCUT AND REMOVE EXIST. PCC IMPROVEMENTS AND CONSTRUCT DEPRESSED DETAIL 'G' = 2 RAMPS PCC CURB ACCESS RAMP PER DETAIL 'B' AS SHOWN ON SHEET NO. 13. 4'PCC WALK = 250 S.F. (�)—SRWCUT AND REMOVE EXIST. PCC IMPROVEMENTS AND CONSTRUCT DEPRESSED TYPE 'B' CURB = B5 L.F. PCC CURB ACCESS RAMP PER DETAIL 'G' AS SHOWN ON SHEET NO. 17. 10 REMOVE PORTIONS OF EXIST. CURB /GUTTER AND A.C. MEDIAN. 11 CONSTRUCT PCC TYPE 'B" CURB PER CNB STD -IB2 -L MONOLITHIC WITH 4' THICK PCC WALK PER STD- 186-L. ti U Q EX. STRMPED CONCRETE 11 SECTION C -C NTS EX. TYPE 'C" CURB & GUTTER EX. STOMPED CONCRETE No. 23313 Exp. 12 -31 -97 JOIN FLUSH JOIN FLUSH EX. R. C. PVMT. EX. R. C. PVMT. �1 FLOW — _�/_--- - - -___ VRRIRBLE SECTION D D NTS SHEET 4 OF 17 CITY OF NEWPORT BEAC H RPPROVED PUBL I C WORKS DEPARTMENr� uff PUBLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVIIIdfE4VTS DESIGN M7 LY DATE 21 Apr 1997 C -3129 DRAWN M. LY R- 5708 -L "ll co • CORONA DEL MRR STATE BEACH RC PARKING LOT 23' 23' NOT TO SCRLE 8 1W1 FREY£0 (�lE BOX 1 8 E 9 x SRNU � JOIN EX., TYP. F 1i4' PER FT 5 -------- - - - - -- — -- - -- -- — NM . EX. PCC WRLKWRY , 9 - - - -- - - - -- TC % %%% 7777 1:12 SLOPE U. WALKWRY . B; 9, 1:12 SLOPE 1:12 SLOPE f SRWCUT / 12 JOIN EX., TYP. 12'. ✓ j ✓ Y ✓ EXISTING RESTROOM / Q ✓ 3 � ✓i 3 U �i d . d x' W W•----- - - - --- -------------- - - - - -- EXISTING SAND CONSTRUCTION NOTES: SRWCUT AND REMOVE EXISTING PCC IMPROVEMENTS AND CONSTRUCT DEPRESSED PCC CURB ACCESS RAMP PER DETAIL 'R' AS SHOWN ON SHEET NO. 12. QRpFESSl 5�— SAWCUT AND REMOVE EXISTING PCC IMPROVEMENTS AND CONSTRUCT ^gyp E DEPRESSED MODIFIED PCC CURB ACCESS RAMP PER DETRIL 'E' AS SHOWN ON SHEET NO. 15. 8�— SRWCUT AND REMOVE EXISTING A.C. WHEEL CHAIR RAMP AND C l CONSTRUCT 3' R.C. /4' R.B. PAVEMENT. No. 23313 Exp. 12 -31 -97 DETAIL 'R' = 1 RAMP `r�q C10- DETAIL 'E' = 1 RAMP OF GREY RC PAVEMENT = 18 TON MYt� 2 p'� SHEET 5 OF 17 1 O F NEWPORT BERCH APPROVED PUBLIC WCP.KS DEPARTMENTI��ll PUBLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVEMENTS DESIGN M LY DATE 21 Rpr 1997 . C -3129 DRAWN M. LY R- 5708 -L S9vrq g� �j N CONSTRUCTION NOTES: NOT TO SCR-E SRWCUT AND REMOVE EXISTING PCC IMPROVEMENTS AND CONSTRUCT DEPRESSED PCC CURB ACCESS RAMP PER DETAIL 'E' AS SHOWN ON SHEET NO. 15. O7 - SRWCUT AND REMOVE EXISTING PCC IMPROVEMENTS AND CONSTRUCT DEPRESSED PCC CURB ACCESS RAMP PER SFt� DETAIL 'G" AS SHOWN ON SHEET NO. 17. 10 - REMOVE PORTIONS OF EXIST. CURB /GUTTER AND A.C. MEDIAN (SEE SHEET 4 FOR DETRIL) II CONSTRUCT PCC TYPE 'B" CURB PER CNB STD -182 -L MONOLITHIC WITH 4' THICK PCC WALK PER STD- 180 -L. 12 ADJUST WATER VALVE FRAME AND COVER TO GRADE. V_ y 0 11 ° CONDUITS TO BE N- Ins 11 PROTECTED IN PLACE � 1 PBS � 1 / 10 11 LIZ n rl DETRIL 'E' = 8 RAMPS DETAIL 'G' = 2 RAMPS 4 "PCC SLAB = 145 S.F. TYPE "B' CURB = 60 L.F. CITY OF NEWPORT BERCH PUBLIC WORKS DEPARTMENT CITYWIDE ADA CURB ACCESS RAMP AND BUS STOP IMPROVMI NTS C -3129 No. 23313 Exp. 12 -31 -97 OF 171 iLiC WORKS DIRECTOR R.C.E. NO. 16791 M. LY I DATE 21 Apr 1997 M. LY R- 5708 -L ST. LT. .I EX. FLRGSTO*RLK- I I4 VIA 1011 N _:NCO NOT TO SCALE ST. LT. LIDO NORD i ice: ---- -- - - -. ✓ w 1 � I VIA GENOA /VIA LIDO NORD NTS 2' 1' MIN. DETAIL 'C' = 1 RAMP CURB /GUTTER = 72' R =7 2'. I f 6" WIDE FL R.C. PATCH BACK (FLUSH WITH E.G.) LEVEL LI NE a � V E.G. —JOIN EX R =4' ±J ROLLED CURB & GUTTER DETAIL NTS CONSTRUCTION NOTES: O — SRWCUT FIND REMOVE EXISTING PCC IMPROV'I RND CONSTRUCT DEF�aj" COLORED PCC CURB ACCESS RAMP PER DETAIL 'C' (MODIFIED) AS SHOWN ON SHEET NO. 14. . PAVEMENT 14 — REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC ROLLED CURB AND GUTTER PER DETAIL HEREON. 15 — CONSTRUCT 6 -INCH THICK ASPHALT PATCH BACK. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITYWIDE ADA CURB ACCESS RAMP AND BUS STOP IMPROVMIENTS C -3129 7 OF 17 ILIC WORKS DIRECTOR R.C.E. NO. 16791 M. LY DATE 21 Apr 1997' M. l Y R- 5708 -L o Ln W ° o co J ¢ °a Co te Q �`' ca L-0- U . w a ¢ o o '" 10 r >Q zii 0z ¢ Q' p 0 U X: Y 3 Vj Q cl- 2 dU1Z W} } } Z"UH QJ m HU J J W I I UQW a¢ 2 ma f E a-c La: nn QU H d L J I I i CI7 ZUO Za m I I ' Lt_I H U Z ~ W J > I I I I ~ I MUM CD 1N-IZ = O Z Z WmLn W U [aft a �, CL W_ I� 7T j i I O ow¢ o� m Q H Ea'• MM - M 0-' I I I I W W(.7 W OJ " L3 m I [ mum m I ~ U Z I I I L�1 �H O I i Ln Ewa =wm �r W� UM u En Uto V d Q (=.7 Z V F-1--1 I � I I I 6 6 L W o �I O Ln z Q o Q O ►a U �W 1 W C� CE: A X -- z H W Elf I � > U Lo � U 'I z cr I I I Ln cr Of H m O W� I W tiru > v a 3O ' I W _v CJ �l J O p } cr Zd 1 I I Z d Q Li W O �ST�� • � M1 �a b`' a ^ ►f1 � ¢o w � z a a NJ 0 PS cn cI H S W T RJR U M V J J O �� � :z 8- CL s O a z 5� u rCO2) r-j W ' ¢ o cl� �l ILJLLJ c cn N �� w w Q— Q V MW LOW Lftj a� zw z °w v= cn M U O U cl: Co \� 8 °z o °z Zo L 04 WX (�l V— O H (D [(� M: m2c J y W co W U7 ti O Cl- O ¢ era C` M, of a ¢ a_ C7 u Z +3 ucr v¢ n_c- a \'8a W r-- w r w cna cna Ln Z wf w¢i ¢ Q \ b Z > > J C) I- Lr) z t2 co �r+ -1 E W W W W ¢U cl::V �1 = ZQ Z�cj Q C7 U7 WU Wu ¢ Q r� Z u [¢n d (¢n Q O 00 W pz� I Y J Q 3 W Q L.II x W 1 n y \ v y � \ y y1, - � a O co U� lk O Nix N k, ,^^ Lr) z !Z a 3 Vj A J J HU y j El- a A v Ll J Lo CE: C y W U Oi U U /Lux` r � Q \ LL M LA vv v� X w U U oz oz L'i a h U (n W = w / Ld ¢ L=n �uii 'm w � o �o w A M z x wo wo (tom W >= >= 0 LO w n � w �+ U E¢ E¢ / .- ., u Uli W E. EL Ul M¢ M¢ W F W L— W �— HO U) C3 S ZW w a a FjaG� bl >a >d n O �M LJC � � m-1 "U cn Ln 7 c� """ J U n to o cn — N > ti Qu ¢u u„ o W o cc: cr LO M CL Z 3m 3m V L ^ f L.1 Q� O L¢n U LU) V I1 Il Q cr nT�� r U C7 O [ u SRN lyI EL Dw I V z rr a - - - -- - - -_ --- -u <___ a - -J -- ''; " SICK /0 EX: Ln ru Imo, r r \v V ti -irr O' Z � o ryw �_�• � ` lV� ' ' \r r ' i' b O ii�'i�i; C O ' r U7 - 1 �: i'•• r o' X Q OX p r \ X X X X In 30' -n En vc ° 0 1 1 � r�i $ won z = N m° Xg nx m m 4 2 o `o 07 tD QI1 QIN A Z I v -1 In °d _ m �� Q N � H b d Ci tn .7Z "A Fni� nrg ng Z ng GS M m a N rl bm to r1 O RX ��� � --4 i1 A �� om m Lo rL 3 3 4" 0" TO 18' i x rvi A M '- IRM I iz VHRIBLE HEIGHT 1 n' n o Fum Mf Mini X) t-r r1 tD , X 1 -' Ln m�'z z z 1J ]Z� �m Lnm Lnm ^ I r ID b L� 2 M (ni,�'71 U)f,�''7I ` j e a m ti cJ m fill3 t3 Ti • 'M' a Q� a f D \ 1 r1 rTt p f'l iTl f'•1 i n 'e. e 1 � y O °1� x C UI Z0 Z U1 z 3 1 f ID M2 W �' Or4E t�5 �� rr1� `mm;o I zm tv :1D N �7 Fii�� N e cn F5cn F5 cn d I 1 r aD O a d CO) --I ti m j) m i py mF m I- - - - - -- 4� ti 3 X 1 m m 3Z f g R m it X m Zz5 my +1 M8 cn b Z� O �C, M o ty e� SR . � ti v V tn rri Ol CO L14 IWO SRWCUT & JOIN EX, VRRIRBLE 1/4' GROOVES - -@ 3/4'. O.C. co m 0 0 "Em CURB ACCESS RAMP TYPE "A" N. T. S. NOTE: RECONSTRUCT Wl-fN RPPLICRHLE EXISTING CROSS GUTTER SPRNDREL PER SCHEDULE RND STD - 185 -L. SHEET 12 OF 17 CITY OF NEWPORT BEAC H RPPROVED � PUBLIC WORKS DEPARTMENT PUBLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVMMNTS DESIGN DRTE 21 Rpr 1997 M. LY C -3129 DRRWN M. LY R- 5708 -L ,Mw C• No. 23313 Exp. 12 -31 -97 4' WIDE VARIABLE HEIGHT RETAINING rY EL 0 Lx E N SRWCUT AND JOIN EX. N (? 3/4' O.C. 1/4' GROOVES I VRRIRBLEI I rF—� CURB ACCESS RAMP TYPE "B" N. T. S. NOTE: RECONSTRUCT WFEN APPLICRBLE EXISTING CROSS GUTTER SPANDREL PER SCHEDULE AND STD- 185-L. 2 2 I� n M SHEET 13 OF 17 CITY O NEWPORT BERCW APPROVED PUBLIC WORKS DEPARTMENT UBLIC WORKS DIRECTOR CITYWIDE ADA CURS ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVIILIEIVTS DESIGN M. LY I DATE 21 Apr 1997 C -3129 DRRWN M. LY R- 5708 -L W CIVI1- ti` 3/4' O.C. 1 /4' GROOVES . fie cr 12:1 SLOPE > MAX. �l C,uRB fQC� 0� 4' WIDE VARIABLE HEIGHT RETAINING rY EL 0 Lx E N SRWCUT AND JOIN EX. N (? 3/4' O.C. 1/4' GROOVES I VRRIRBLEI I rF—� CURB ACCESS RAMP TYPE "B" N. T. S. NOTE: RECONSTRUCT WFEN APPLICRBLE EXISTING CROSS GUTTER SPANDREL PER SCHEDULE AND STD- 185-L. 2 2 I� n M SHEET 13 OF 17 CITY O NEWPORT BERCW APPROVED PUBLIC WORKS DEPARTMENT UBLIC WORKS DIRECTOR CITYWIDE ADA CURS ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVIILIEIVTS DESIGN M. LY I DATE 21 Apr 1997 C -3129 DRRWN M. LY R- 5708 -L • 48' MIN. • I-RETRINIAG CM RS BRCK OF C I SIXPRX 8.332 c\j 6' FOR 6' CF c S' FOR 8' CF 2' MIN. BORDER ----'GQVES RT 314' 0. C. CURB ACCESS RAW TYPE FPCIF N. T. S. WALVW;Nllz No. 23313 EX. PRRKNRY E Exp. 12-31-97 C10- 1O8 SLOPE WX. OF If 12' MIN. BORDE GROOVES RT 314" R O.C. ''E 0, OR GTA TER CURB ACCESS RAW TYPE 'T" N. T. S. 48• MIN. RETRINING CURB TOP OF RfW-'�� - i IF WCESSARY 8.331 tfRX._ _ 2y MX- 2% MX - — — — — — 7=� LF1 SECTION E-E • MAIN m CITYWIDE ADA CURB ACCESS PUMP AND BUS STOP IMPROVEMENTS C-3129 SECTION C-C APPROVED 14 OF 171 3LIC WORKS DIRECTOR R.C.E. NO. 16791 M. LY DATE 21 Apr 1997 M. LY R-5708-L 0 9 MIN. 6.7' FOR 8' C.F. CURB ACCESS RAMP TYPE "E" N. T. S. B�X.y <B.33i ---- - - - - -- --rte PR�ESSI SECTION A -A No. 23313 N. T. S. Exp. 12 -31 -97 SHEET 15 OF 17 CITY OF NEWPORT ROACH PUBLIC WORKS DEPARTMENT PUBLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVMlE7VTS DESIGN M. LY DATE 2l Rpr 1997 C -3129 DRAWN M. LY I R- 5708 -L Y! v N w U W Z O 1 ' 1 /4' PER FT i MAX. 1 /4' GROOVES. - I �e 3/4' O.C. L— a I 1 1 JI LLI n I 1 I\ 0' CURB FACE FLONG ACCESS RAMP LANDING CURB ACCESS RAMP TYPE "F" NOTE: N. T. S. RECONSTRUCT WHEN APPLICABLE EXISTING CROSS GUTTER SPANDREL PER SCHEDULE AND STD - 185 -L. SHEET 16 OF 17 CITY ®F NEWPORT HERCH HF F KUVtll PUBLIC WORKS DEPRRTMENT P LIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVMdENTS DESIGN M. LY DRTE 21 Apr 1997 C-3129 DRRWN M. LY R- 5708 -L • 4' WILL RETRINING CI.RB r IX. RSRfLT PRVEN31T M N I N N � --- - - - - -- - - -- � 5711Mf1K� .�+ 12:1 mv. - - IX. PC'C DRIVE RPPRORCH - - - - SRACUT & JOIN EX. ___ — - -- — — — — — — — — — — — — — — - r- - - - -- �_ �_ ---------- - - - - -- REMOVE W REPLRCE MIN. 5' FOR G' CT IF 5' OR LESS (T1P) MIN. 6.9' FOR B' CT EXIST. JOINT, C aU(- m' OR EdREA'C r CURB ACCESS RAMP TYPE "G" N. T. S. yg(�rESSIp�,. NOTES: I. MINIMUM ROMP WIDTH IS 48', AND SLOPE SHOULD NOT EXCEED No. 23313 1 FOOT VERTICAL OVER 12 FEET HORIZONTAL (8.33%). Exp. 12 -31-97 2. SIDE FLARES SHOULD NOT EXCEED 1 FOOT VERTICAL OVER 10 FEET HORIZONTAL (I0%). CIVIL tiQ 3. TOP LANDING SHALL BE LEVEL AND HAVE A MINIMUM WIDTH OF 48'. OF CRl1F PROPOSED CONCRETE PADS PER STD -180 -L m SIDEWALK + f PARKWAY CURB BUS SIGN L 5' T 18' � 10 � TYPE . BUS BOARDING PADS N. T. S. SHEET 17 OF 17 CITY OF NEWPORT BEACH APPROVED PUBLIC WORKS DEPARTMENT BLIC WORKS DIRECTOR CITYWIDE ADA CURB ACCESS RAMP AND R.C.E. NO. 16791 BUS STOP IMPROVEMENTS DESIGN M. LY DATE 21 Apr 1997 C -3129 DRRWN M. LY R- 5708 -L w J ❑ W 2 U to W z Z w 2 W > It CL a O F- N U) m Z a N N W U U Q M U Q ❑ Q W ❑ O m m a L n ° o m d d d ° ° d ° co d o a M � •o 'O � � a O � v � in V (D m d I «O .0 .0 N oif C M N V ik O N O 7 O > > 3 N W ¢¢ Q¢ Q Q Q¢ C N Q ° W c _ m c a o Q (9 a c� m m w W m Q `L N w =- Q N 3 Nal oo m m W U 00 = Q = = Q y o U n Q o � c a. JI L U O 0 J � U P U- < FI O c m LL ° C > d O Q N m 2 W Z N E > a L � O ° 0 m U- LL O a v) � (� Z y O d 3 K ❑ ° LL o 'n > m a U) o m co o >> m C U m N r 3 0 a n m t s N v , o W p a v 3.6 o 0 0 U) N in _. c f > W O d o > O 0(6 > cu Q) co W ¢ LU o 0 Z 'a -6 U E (w O n ❑ _ a W O a � Z a 6 m Q (U �g O ' a N m 2 m o a°X i E 0 m m N m m m L E _ ~ Z D o w N 0 N a a m m 3 o o r O Q E LL z 4) Z no vU c U) t m O m O > m N ° O V N tV m m m m m U W a m m m m Q D n w C 0 0 0 E 0 � m LL O 'o o 0 -0 E L Z o m > L L > o c v c a a o > E m ui ❑L ❑ L E W W m O O O O O N O N N �( O U U ( O V m O Cl U N ° U j O 3 W O a a U o O L N C Zfn W 0� CD U N N 0 Z Z 0 o Z J Z c� m Z v c Z Z oil m� m W N m m °6 06 as NS al 06 m -a U oG F m m O W_ >. d W_ o v rn qt W_ W W_ W_ N W W W❑ W W J V) C O `r Z Z Z Z N U) Z F J Z (n Z P1 Z U) ¢ Z Z N Z Z N M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O m M V N N N N N O O O O I O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 m m m m m m m m m m m Z Z Z I I ZI ZI ZI Z Z O m m a j \ 2 / � $ ) U) \ } w ¥ \ ( § co �u 0 cn S k K �w ®§§ bR ® n § E § § B § Ej m� k 0 /° U. ° 0 } \o )w \{ (U) ~ /(D )G § j\ �} )� Z� Z( °> jI 0� a 2 g 2 a= \\ \/ °t E 0404 66 I( � A 0 /( j j _ �) k \ ... a 6 6 2 e a 6 m % !a�§§�_�� =EJ CO / / §!00U)t) } \ {{{ 0 U. }) -6 .304)5 ®337\+2 /WWLU,c �f)fa ` �z §i° 5[ w 3 ->? 4 R- r` E G < R% 2 a g« ow = »®2,2,x'2« 2 - mew =99 °� °k2 , o� V) IL > e e e 6 j R— m 0 c - k/ �wLu00zU- EL T ~§2§wW z= z2<x22 - n a o E 0 E§ o % ± ƒ � o #% - o \ % % » « o a o , _ �eae�q§ \ /k ^� / / /R /$\E%$ 55\ ] ] ) ] j a e k ®- S e e o > a - _ b < « / , co @@@@ u 2@ 2@ u m u m u w o@ $ 3 7222m;oe£zzmm 2)226252 euzn 0404 [i:Cvo)) fimn—m 0 ( ( ) ) co w J D O w 2 U m zZ w w W O w a 0i O) a L N L N � O O ty L N 10 L N U co L NI O = = O = U N c c � 01 a o' � a N cc m v m u� a � Q iu a m W W _ 0 N a i_u w w w EL 3 W W m d U U W .N °o Q n (7 c ° atl JI o U m L O Y = o y N v LL of Obi OV m w o O N m N c = m ,n° c O K O o c m UN - 0 0 0 0 0 O O O O O O o m w 00 W CO 00 W C7 00 dr N M w > Q m N w ? E m > o a O F r m LL O O O O O O N ° a 0 N 00 •o p Z N LL � O 0 c U �L c U. c t9 M O O N d N N m N .m• C 01„ C o O a` N °0 d U U C m CO 2 U 0 0' CD a U U a 3 a0i Z U m 3 m w > m m n 0 N m m U o N o O z �_ to 'a Q .6 v> W (i� p y CD m to N m fn N Q 3 °' l7i c o F !n m a Q t'n o W Z Z Z a a `° n Z z = c U a c Z > a` o o _ a g LL LL a s O w r w~ w > Q L o `� N 3 O Q LL O p p w n 3 aUa a m .c t0 a c j O a> H Z y W W W W Q ^`' ``' °; °0 W J m LL = U 0 Q d m LC E Q U H Z 0 .,: a c U c U Z m Z a o d o` 'y m LL° (n (n H W> Z c N o c m O°°°°°° W 2i 0 0 0 0 0 0 0 0 0 '� `o a 0 O a p• w LL LL U j 7 m a a° w a m y LL m m -� Q c c c c c c c° 3 3 m O J CO a ° >> m— LL Z Z o cn LL U U U U U U U Z Z E o` (D a 0= Q a Q an d r r r r r .0 '�- O u° c a F- m m m O > Q > Q m o� a o m N m N w .a c m C L O a u v E v a c c O c a zzzzzzz in z¢ w aU 0 0 �� °0 m m m m m m t W w d a� 'c W m m m m m m m O W W J 111 Z W U N m m m Z : O z W W fn Z fn N Z Z F J Z W a O C;l 0 0 0 0 0 0 0 o 0 0 0 0 CD o C) M O O U) Z � to N tD M (0 7 O N (0 f0 tD I- (0 r- W N r I� n 0) m m N_ o m m m m m m m _ m _ m m m m z m m Z Z Z z z Z z Z Z Z Z Z U Z O 0i O) a !LI lLl ELI ILI ml m o �O U U O U) O m a O N L co ID N O � m r J N ? m d LLI mI LLI r O ml !LI lLl ELI ILI ml m o �O U U W m o N N a d C N a O N L co ID N O O J U m r J N ? m d LLI mI LLI r O ml � m W m o N N a d C N a O N L co ID N O O J U m r J N ? m d m •a rn r O � > 0 o U' v m N W m o N N a d C N a O N L co ID N O O J U m r J N ? m d m •a rn ml ml zLI ml mI ILI LLI U. bI am 7 C O >Q > J N a U 0 o R .c > R O R m d . > c7 d N R 0 o R Z O a(OJ � U c oN L id N N O -.a ' ° R o 0 N E y o 0 > a O J R R F- 0 °A R > > a a O O Q) d U a s O C O ca m € m >> U43 o -, a Q E U > o n (n J o o o ali IL m 2 a o a U v W a A to *0 o O J O m -0 R R R >>>> > a a R O - R J > > > > > W> R m R m R R N O ca > > > > c R N N d N > > c N o u o o o o O m o 0 m (n Q 0 _L O o o O o U J Q p LL LL L R > > > > > > > O O O r O N N O 0 0 N O O N 0 0 0 O m m � 0 O (0 O N C1 N- -, M 0 7 '7 17 N N o 0 lb . tu7 v a R d il c 0 N N N 3 m �N O CL - a a O C � O � d L O 3 , h N � •N O m R - C a 7 � � Z L O R O C > 47 m ZE o � t � � X p O O N � CO R � � 3 o F N 1- v W N a m a O N 3 E N LC O C Co a � J R X > Z �O m m t N N m N L a� m Q WI C N W (n P J Z U) S: N 01 R a lb . tu7 v a R d il c 0 N N N 3 m �N O CL - a a O C � O � d L O 3 , h N � •N O m R - C a 7 � � Z L O R O C > 47 m ZE o � t � � X p O O N � CO R � � 3 o F N 1- v W N a m a O N 3 E N LC O C Co a � J R X > Z �O m m t N N m N L a� m Q WI C N W (n P J Z U) S: N 01 R a R 0 m m a d N N CL �_ a m m m m N m m m m m m m d C L m rn a s lL a s a o. a a a a a? m a` N a O N N N y N N N d N N N N y m L N N L O N cm d d C ry N N d C O N d m a � y 0 m m m m L N a O �p Co a m a a ` m 0 m m m m a n ` cl 0 c m m n N m (°m oc f c O O ♦. G O y O O O O _ « i J y y N J ( J y J y N N Y 7 N N Q 7 7 7 L Q 'O c 7 V `r 7 O c .N1. 'O V 'O 7 'O O m Q ¢ a s � Q a Q a¢ a Q¢ Q u ¢ Q a a � WI LL m 'L N (n a lL IL [t] m IL s m lL s LL m s m x lL IL s m s lL m s lL 11 lL - - s LL = U lL N 3 y W z s s s m s s LL m m N U 0 Q .o a o � c �LCI r CIJ �IL U L O Y h di J Q � LL W C'J co m ° O y c y c o y c � a Q O ~I L m o ° m c C y m d E a w ° 0 L O m F o X F ci � o p N � O U) U m LL ° C c Y IM � m N N N U O c .+ O Z o u K M > 0 0 E ° �' E O W x 1 O W Q � !R E ca C ° 0-2 Z L Z< d C .N O d L 0 O N Q d d GJ Z N N E FO m 0 O N y O yo m O U r N C C b N p O N C Z C 3 O Q O y c m a J c > c 0 c d a_ J c m > m 3 m m Z 0 J d L � Z p on X >¢ N X 3: >5 5 H CO m d a n. O�� Q F J m m J m m> m m m m m m m m O m m m m R m J> m o m U W ¢_ > > m > > 1 > > > > > > > > >_ > > > > > > c > O W >> m m m >_ m m w m m m m m m m m 9 m m m m m m m m X m >> 0 ai E E E E E E E E E E E E E E E o E Z a° W 0 0 0 0— 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c c 0 y c y co 0 y y O Z Z Z Z Z Z Z Z Z Z Z Z Z Z o 0 Z — O O N O O O O c U O cm p m v J a v c v p p m p p a p :2 0 m v L O � m m m m m m m m m m m m m m m m m m m m fQ m J Z c > > > >' > >> ' > > > > > >' >' > > > >' > > >'> >¢ W of O O w OD I r� N N r 1p — N M N M N N to Y M~ :.D W O M 0 O O O, O 0 R M N M O 14. N O R M m Cl) O W _ --� m w O c0 (o O O LO N d F J Z (n a O � � to z m R 0 m m a N 0) a N AmN N W C C C C 0) cc G G O. co N N d O N N d N N O. V O- ✓! N O- N L x C •O C O C N ca O) Ol G1 a° m m m E m o o p� o o m CL w+l ¢¢C) 7 D) O D) O y OS N J fQ O J (A J N 0 I cm C =O 0 CI G _ O _ O °3 o a rn O O O Ox 0 0 J O J 7 > > J N N cc N 0 J CO -i N J V1 0 Q h Q Q N N Q > > m d Q a a ¢ 4 Q Q a � 111 0 a W W iL `L w LLI LL IL LL o LL iL - iu - u LL w w fu m LL M 3 w w w w - W- U W W W iL o Q ° a U' o c ° JI O a a UI a O Y o y N t W m d U p (o O C N C p Q. 0 0 C 0 LL m C O C > Of Q N m N W Z d O N > O M LL :5 X d z0 N 3 � w LL N N O` U co C 1 1 m LL (6 0 0 C c IJ N N N y O J N N M L N O m Q Q o > 0 o Y voi O > J f0 t0 R O C N O O N 0 fC W co O O v C ^n > >> r p E O N J J % J `° U W 0 E O t J LL a m ON O Co O 'a a0 y - C C O O O O N a L i R O N N J J N N o a O o a o a z ` (n z c o a > a > o a a 0 0 o w oo °o c C y � a-, N . E w W w o U m ¢> N a D E a O N N O` O .0 N r C U W > M > W >> M j t0 >> IC J j f0 m o J U o a m O� Q > N 0 i0 f0 t6 W m >> m> O lC W w -= NN SS y E a N O > N ` (n O U O O U x F' w l w v E m is d E O o N m 0 0 0 Z N J o 0 0 0 0 o o N N E o 0 0 "6 W E W a E ao y Z Z Z Z Z Z O Z to G a W m o U) �.- N L 0 0 0 0 0 0 0- •- U o o J o U o ° y •a 0 p v b g-2 p:2 c c W :2 'o _ p J J J J O J J Q d Z 1 N W uj C d J m m m m U m m m E o z Z Z 5 U Z > > ci U W vi M o7 M M (n N N r r (0 z z z co N co z O J Z w a O � � y z m N 0) a � I r co d L It L � N N O o N R N N N L O Q J m a n U p a ` N C N n U) R J R N Q 'a 133 Q Q W a � Q U 0 WI C7 w W LL (� ' _ a `_ CD N } W EL N 3 U~ (9 _ -W U tit N Q n CL c o a v VJI d .0 L O Y J N N LL LO N O WQ Q O r O r m D U) U R a� N � c J u) D c < Q F L m LL 0 0 0 0 0 0 O O O J a N N M M NLn M C N C N > W N in I w r Z c R - E 0 CL Q Q 3 > O m LL u7 N N v1 N cl F Vi N N N m O y O Z U) O m a O C O N O L � LL U E h LL' CO 'o m in N 0 2' 0 c m d ai aRi 3 Ov O W U m R m 0« W Q 3 °) m 0 N v m d c 2 U W j W c v c J o— y c c Z m co 0- U 0 W a R e 'S aci N c .pe W> y V) ao z Q E U U N o o o a S o J R z a> N-i � o 0 CM °c_ O_ Q to —m o o m c E J E�� m o> 0 3 d H Z °� 3= a(D E E co w co rn 7 w c° N Q H LL LL LL LL R N J c U' R C R d >. R O U W J m U% Z N =� m o U) R C m N y N m 3 W N J a` N m 2 2 2 W LL (� o Z U a> C_ C LL LL O 0 R N C F Z _C _C N C U) N= Y U) R O Z L Ui J J J 7L N U) E N W d Q Q V R O w C p J E R 0= N O N CJ O O O U Q o O U m V N a O F' .0 R m Q O 7 7 R R ti N LO _. 7 m m m m m m y o° LU r N m E> U) L o CO Z m, L o a Z m co U) co CO U y U) � U U c, otf .6 co c � Q y WI m m m m m m? W m W W c W U O c¢ W W W O W W J W Z U O Z co Z Z CO Z a M Z F- J Z U) o o O o 0 0 0 0 0 H O 0 0 0 0 0 0 M �p n Z W O) O N N (D D) co co N n n w ao rn rn 7 G o 0 0 Z Z Z Z Z Z m Z Z Z co N O1 R a 0 8 tv a '= I_ O O W qkr '15 CL L H N U = O U OI �I L m O a o N U Q O = U o N m T c m (1 N H E a 0 g o a_ Q. W V N d y (L bo m m m m 11 ; w U � ° Q (7 0 = o e7S JI � m d U O Y o y Q LL o N p n N m W i7 N N w N y 0 N C � C 0 O U) c a Q O ~ L - o m LL O o c > � > Q V) m d z Z E 0 w N , 3 > Q O > L 2 M LL FI S (D 0 0 X F 0 Z y Q) ca E2 a3 LL O > a U N N o >y L 3 Q Q y Q N Uj c7 W 1�T9 w ' 7 w Vi N T = T J > f/J O W f- w N m Z O Q LLJ Y Q > >> J V) J a O t Z LLQ Q ¢ ¢ y= 3 r E F- o U W >>> .0 W m 0- o T� m d C @ x W fO (a W O p) O o Z o N t0 N N ,o U w L N L F U) U) U) ° O O U) tV � N — L in y v C c o d c 0 M ch M M U T U J Z C W , h _W y ~ O W_ N N N C0 Q Z J Z W a O ~ O v1 z 7 � m 0 8 tv a 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 (714) 6443005 C J Construction, Inc. 14730 E. Firestone Blvd., Suite 302 La Mirada, CA 90638 Gentlemen: Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, J V" ryY . 0 "", , LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 1] L CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 Damon Const. Co. 455 Carson Plaza Dr., Unit F Carson, CA 90746 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, a, U� M A'LO LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 0 rI CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 Bopark Enterprises, Inc. 4571 Warner Ave., Suite 102 Huntington Beach, CA 92649 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, Va ri ' a'i'l s, , LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach Ll 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 S.J. Burkhardt, Inc. 6157 Marlatt Street Mira Loma, CA 91752 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 Los Angeles Engineering, Inc. 4134 Temple City Blvd. Rosemead, CA 91770 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 Nobest, Inc. P.O. Box 874 Westminster, CA 92684 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 30, 1997 Lobana Engineering 1130 Thompson Avenue Glendale, CA 91201 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the City Wide ADA Curb Access Ramps and Bus Stops Improvements project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, Y m.4-L � LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach