Loading...
HomeMy WebLinkAboutC-2453 - Andersen School Athletic Field RenovationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 1714) 640 -2251 r. TO: FINANCE DIRECTOR PARKS, BEACHES & RECREATION FROM: CITY CLERK DATE: September 13, 1984 SUBJECT: Contract No. C -2453 Description of Contract Andersen School Athletic Field Renovation Effective date of Contract September 13, 1984 Authorized by Minute Action, approved on August 27, 1984 Contract with Armenco Construction Co. Address 23561 Ridge Route Drive Suite M Laguna Hill.s, CA 92653 Amount of Contract $23,946.53 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 i � � I �. 9 e INVITING BIDS De the receivede af. Cn►tilC1.0 Sealed bids may 3 3300 p rt Boulevard, on the th day.af u3! M which time 'such s shall be opened and rea or' :� 3F• y .,�•� a_ � za:r {e S w- 3�"�`- ,._•y: � 'v',._ Y- r:.a. �wg`�.'�'sy � �` . s - �,,,• -� i � R..'�.. .Y. -s. -ems". .4 x � �� _ .l F 4 xs c x f 7 ... - P A.W.4 Y T • }w� a1.. �T iCs dr. �. ... :. ..:_.. . ".. ... ..' o ...� CITY OF NEWPORT BEACH PARKS, BEACHES AND RECREATION DEPARTMENT PROPOSAL 2453 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92663 Gentlemen: FR is The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2453 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 11EM NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clearing and grubbing @ Zero Dollars and Five point four Cents $ 0.054 S.F. $ 4,984.20 2. Lump Sum Excavation and site rough grading @ Seven Dollars and Zero Cents $ 7.00 C.Y. $ 3,983.00 3. Lump Sum Install Drainage Lines @ Two Dollars and Twenty Seven Cents $ 2.27 L.F. $ 5,311.80 Ll 1 1 , ITEM QUANTITY ITEM DESCRIPTION UNIT -77TU-- NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Place, amend and finish grade topping sand (sand furnished by others) per plan @ Four Dollars and Eighty Nine cents TOTAL PRICE WRITTEN IN WORDS: Twenty three thousand nine hundred forty six - - -- DoTlars and Fifty three----------------------- ------- --- - - - - -- Cents g 4.89 C.Y. g 9,667.53 t 23,946.53 Contractor's License No. 452920 ARMENCO CONSTRUCTION CO. (Bidder's Name) S. Nargizian Date _ (Owner) (Authorized Signature /Title) Bidder's Address 23561 Ridge Route Dr., Suite M, Laguna Hills, CA 92653 Bidder's Telephone No. 714 - 951 -1892 . . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. 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 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 452920 (B) Gen. Build. Contr. Contr's Lic. No. & Classification Date ARMENCO CONSTRUCTION CO. Bidder (Owner) Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1-Providing Pipes FAMILIAN PIPE & SUPPLY 1500 E. Cerritos, Anaheim 2 Commercial Fertilizer GRO -POWER P.O. Box 769, Glendale . 3.Organic Amendment KELLOG 23924 S. Figueroa, Carson 4. 5. 6. 7. 8. 9. 10. 11. 12. ARMENCO CONSTRUCTION CO. Bidder (Owner) Authorized Signature Title 0 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, , as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . (Attach acknowledgement of . Attorney -in -fact) Notary Public Commission expires M Title Bidder Authorized Signature /Title Surety NON- COLLUSION AFFIDAVIT 0 Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered.into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this day of , 19 My commission expires: ARMENCO CONSTRUCTION CO. Bidder (Owner) Authorized Signature /Title Notary Public . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Armenco Construction Co. is bonded and licensed. Current open account with creditors. Major bank is Mitsui Manufacturers, headquarters in downtown Los Angeles, with open credit line. Financial statement available upon request. Armenco Construction Co. Bidder (Owner) Authorized Signature /Tithe • • Page 7 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 Completed For Whom Performed (Detail) Person to Contact Telephone No. 84 Rancho Santiago Community Dave Siino or (714) 667 -3334 School District Development of Child Care Bill Carnahan Center in Centennial Park 84 U.C.L.A. Faculty Center Dorothy Gray or (213) 206 -6139 Remodel Cynthia Ingham 84 U.C.L.A. Ackerman Union Center Remodel. The job will be supervised by a licensed Civil Engineer in the State of California. The Superintendent is a degreed construction engineer. ARMENCO CONSTRUCTION CO. Bidder (Owner) Authorized Signature /Title • N O T I C E 0 Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property - Casualty. Coverages shall be provide or a E OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. a Page 9 PAYMENT BOND SON/ Mom KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted hi,s- awarded to Jam= CDUU 01 g®, hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof.require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 ===tax co as Principal, and 11ER=AXB MC®IMB COM'AMY (MT1U) as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Thm K Dollars said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, 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. This bond shall inure to the benefit of any and al.l persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 10 Payment Bond (Continued) this bond, as required by 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 additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and ► Surety above named, on the YU day of SIFUM6 , 19 .r lIMMIMC9 C010 tMPfiON CM. (Seal ) Name of Contractor Principal— k2 At 0 Authorized gna re nd Title Authorized Signature and Title {aIM11Wo� Name of Surety ' Me CANDO on as "MIL am 111;- as,&* Address+ �Irety l Approved to form: *1 gent Flo* on slow Poona CA oil" Address -of gent City o TiVittli7t Telephone No. of Agent .. .. .. .. I T � i, � �, -. ". `ox. A - _�..,, i/. 0 � ' � ci r = i' �. �� � � � '= `' - >k , , # , 9 9 ± , AF ` #a $ — fƒ # >ƒ at �- / . yf , # , 9 9 ± , co :b- by 9 tn? ^\ Ja, co :b- by 9 tn? . Page 11 FAITHFUL PERFORMANCE BOND w---KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to ANIM CONSTeNGTION 09.. hereinafter designated as the "Principal",, a contract for ANDERSEN SGNKIt. ATNt.ETIC FIELD RENOVATION CONTACT NO. 0-2463 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, ANO CONS729iJTIO1 CO. as Principal, and NERCWWITS main CWI►AR (ItYTliili.) as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Woo Thm tMm"M sUm kwWrod forV six iatlart asd fifty tars! low %Wm 40im-m- Dollars ($ n.9".53 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents; as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice I I _3.�: Faithful Performance Bond (Continued) Page 12 of any such change, extension of time, alterations or additions to the terms of. -the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the Ith day of 19 M ANN= COUTIMM 04 (Seal ) Name of Contractor (Principal) Authorized Signature and Title Mmills Nola GWM (MM) — 7 — Name of Surety 3130 CAI12" lM;1. MG M M.. 3017tfl 111, 30 DUG* 9A ftrlrlreccsf Olrr,fv Res t VE no FAA* Avr�vwlwomj / Approved a to form: P.O. 11@>t we PNMI CA oil" Address of Agent YAttorhey' nun -tin Teleppone No. of Agent -.,.,��� �� . _� . � _ -� .; -_ c -� I ~ � �° r _ __ j _ r � _ -_ �.. r:^ :. `.: '�._. _ ;�, ; x. } i. .., � .. :� ..:.. X ..: :...._ .. "'��eF"ua3:r -.... �,�, »i .. .... -YL' .ie aiF k ....ii, .e_. c:: < m .T ...c -- e��:5r ..... ups }�'i'v� e`%.:.�.+2T' 9 A w A `n i :0 A 3 � U t.1 rp$>Z _ 9Z' zpnam am'ymV3 �Un�~ T C] �Zmp/tt � 9 �s ZD j 4 � � m b ZE S 3 00 O � ? ti Ot I A R m n m c 6 qW d A 0 m 3 m � � y O .Y !f m (ff 2 b •n H 3 O m 'A o J c v a 9a .^J C Q. a N' d6 N b�y 1 d_ W m fi 4 N m 0 QQ� a� 9111 b n" a ern ''$az z M m n 4=mnm+�'" w t, . r- m h � � m m � 4 O � ro N n. 7 e �s m N� 6 m J � 499 n . - er � o m N 7 a ro ?0. R y 5 p 0 d �Ky C, X 01 a a 0 8 y C } R M g" n A r r � y x r� Pi G t.! m^ N b G MERCHANTS BONDING C#1PANY -- MUTUAL - DES MOINES, IOWA POWER OF ATTORNEY Kllow•All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a ctrptrrion duly organized urdler the hlwa of the Star of Iowa, affil having its principal office in the City of on Maim, Coutny of Polk. State of Iowa. hash made. coostitu s! and appuimel, and does by these pesents nuke, constitute and appoint Vernon H. Fix and Gary W. Williams of Pomana and State tsf California its mw and lawful Amnncy -in -Fai with full Pr.wer ral authority hrmby cnlmcd in its name. place and stead. to sign, execute. acknowledge and deliver in its behalf as wmty. A;iy and all bcrrkds and undiertakings in its normal course of business, provided no one bond or undertaking shall exceed the sun of Three hundred fifty thousand and no/100 Dollars ($350,000.00) and to hind the'MERCHANTS BONDING COMPANY (Mutual) themhy as full' and In the same extent a, if such tonal or undenal.im, was signet by the +ly alidamnd officers Af the MERCHANTS W)NDIbiG COMPANY (Mutuall. and all the acts td said Atumwy. pawam to Illr anhxity Morin given. ane Ix0.'by milted and cutfimied This lat v llf•Allomcy is nude and ex"ed pursuant to and by authority of the followint By.La% wktpted M the Wwd of Dhnchrs of IM MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION SA.'— "The Minnian of the &uN tr Pntiident or any Vice President tr Secretary shall hate Prwcl .intl authriiy to ypr,ini Ammoi. in•Fat•I, and hl aulldrize Them In execute to hehalt ill the Company. and attach Ih• Seal ill dv Company th•mto. bunds,nnd undenakin gs. mrognizances, cxmnicls of indemnity and other writings ,obligaton in IM naurr dewof." 1 In %mss Whemssf. MERCHANTS BONDING COMPANY IMutuall has caused these pesetas h, he signal by its Vwe President., and its co poraic seal to be hcmto affixed. this . 12th day of January A.D.. 1%63 Attest: MERCHANTS BONDING COMPANY IShmwh i STATE OF IOWA COUNTY OF POLK On this 12th day of Januar}T 1983 befom me atsa-,tcd Rodney Bliss - III and William W. Warner to me personally known. who, Icing by me duly swcm did say that they ate vice Presidents tespechvely of the MERCHANTS BONDING COMPANY (Mutuall, the ttrptxatiun dexribed in the foregoing inswmeil mind the the Seal affixed to the said inswment is the Colptrre Sea(of the'said Cyepotetion and that the said instnsmetn was silted and sealed in behalf of said Corporation by authonty of its Board of Direclon. . jalkBMaywhirreof. • ; lobe fffaw* ± •, • . } t '. or4RI►%,y ;. I hove hereumo'sn my hared and affixed my Official Seal, in the City of Des Moines. Iowa the day and yea fimint �, n�A /,r I•rll l'.wn. loon r I ..rl,l.,.,• 9 -3 -83 • STATE OF IOWA ••4 aaa N••• COUNTY OF POLK' .. I: Rodney Bliss III, Vice President of the MERCHANTS BONDING COMPANY IMutuall. do hemby certify that the ahwti and ftwfs mf 1, a nmc sod . meet copy of the POWER OF ATTORNEY. executed by wid MERCHANTS BONDING COMPANY thlur,a6. VIII in line and effect. In Witmss Whemnl. 1 have heteuma an my haml rat alf�xed the seal tsf tow Canpany. n Des MMM000_A4PEs IA this 7th d,nnf Septenber 1984 'Ibis lw.wcr.rof ;ttnrrwsespin•. _u on revocation CERTIFICATE OF INSURANCE t Page 13 City of Newport Beach Company 3300 Newport Boulevard Letter A '� D N INS Newport Beach, CA 92663 Company B ENERAL NAME AND ADDRESS OF INSURED Letter Company C ARMENCO CONSTRUCTION CO. Letter 23561 RIDGE ROUTE DR. UNIT "N` ````: Letters ° LAGUNA HILLS. CA 92653 °?o °y E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: S ould any of the above described policies be cancelled or coverage reduced be ore the expiration date thereof,.the.Insurance Company affording coverage sh 11 provide 30 dos ' advance notice to the City of Newport Beach by i gistered mail, ention: Public Works Department. By: i- Agency: BROWNELL, WILLIAMS & FIX Au or zed Represent t v to Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ANDERSEN SCHOOL ATHLETIC FIELD RENOVATION CONTRACT NO, C -2453 Project Title and Contract Nu er NOTICE: This certificate or verification of nsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, tern, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 81 o icy LIMITS OF IIAII LI Y IN THOUSA NDS 000 g. ro uc s COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date I Each Completed Occurrence 0 erations GENERAL LIABILITY Bodily Injury $ $ A x Comprehensive Form ENDIN 9/7/8 5 x Premises - Operations Property Damage $ $ • x Explosion & Collapse Hazard " • r x Underground Hazard x Products /Completed Operations • • Bodily Injury ■ Hazard u r and Property x Contractual Insurance Damage Combined $,OOG $I Cc() ■ x Broad Form Property Damage r r x Independent Contractors K x Personal Injury » a Marine Personal Injury $ Aviation A AUTOMOTIVE LIABILITY PENDINC 9/%/ ❑x Comprehensive Form Bodily Injury $ • Each Person o i y n3ury ❑x Owned • • $ • • Each Occurrence ro ert ama e ■ ❑x Hired u ors injury an • • ° Non -owned r Property Damage Combined 10000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ E WORKERS' COMPENSATION Statuto Accident) A EMPLOYER'S LIABILITY I 'ENDING 9/7/8 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: S ould any of the above described policies be cancelled or coverage reduced be ore the expiration date thereof,.the.Insurance Company affording coverage sh 11 provide 30 dos ' advance notice to the City of Newport Beach by i gistered mail, ention: Public Works Department. By: i- Agency: BROWNELL, WILLIAMS & FIX Au or zed Represent t v to Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ANDERSEN SCHOOL ATHLETIC FIELD RENOVATION CONTRACT NO, C -2453 Project Title and Contract Nu er NOTICE: This certificate or verification of nsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, tern, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 81 0, 0 • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage 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 the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ()() Single Limit Bodily Injury Liability and Property Damage Liability Combined occurrence $ each occurrence $ 1,000 -000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company 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. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: -, ^S RACT NO. C-2453 ro3ect a an on ract o. . This endorsement is effective 9/7184 at 12:01 A.M. and forms a part of Policy No.PFN1IIW2 n Named Insured ARMFNtl1 tANiTRLItTTnN ttl_ Endorsement No. 1 // Name of Insurance Company GENERAL ACCIDENT INS.ey 0 • CITY OF NEWPORT BEACH Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will 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 the Insurance Company's liability." 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 con- tained 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 named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1.000.000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated contract: ANDERSEN SCHOOL ATHLETIC FIELD RENOVATION CONTRACT NO. C -2453 Project Title and Contract No. This endors ' effective 9/7/84 at 12:01 A.M. aqd forms a part of Policy No. I' E G Named Insured ARMENCO CONSTRUCTION CO. Name of Insurance Company GENERAL ACCIDENT INSBy 2 • 0 Page 16 CONTRACT THIS AGREEMENT, entered into this zy of Sazl , 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City, apffl _ARMENCO CONSTRUCTION CO. _, hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Andersen School Athletic Field Renovation C -2453 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Andersen School Athletic Field Renovation C -2453 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Twenty three thousand nine hundred forty six dollars and fifty three cents oaF This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 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) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) 0 Page 17 (f) Plans and Special Provisions for gran trhool Athletic Field Renovation - e (g) This Contract. Contract 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole 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 above written. CITY OF NEWPORT BEACH BY ILL it yor ATTEST: GGG City Clerk APPROVED AS TO FORM: J , i y Attor ey CoktracStr Cl BY O 6+1 C,%z — Its By Its CITY CONTRACTOR I II III 0 0 CITY OF NEWPORT BEACH DEPARTMENT OF PARKS, BEACHES & RECREATION SPECIAL PROVISIONS ANDERSEN SCHOOL ATHLETIC FIELD RENOVATION C -2453 SCOPE OF WORK SP 1 of 4 The work to be done under this contract involves renovation of an existing athletic field facility at Andersen School. Items of work include clearing and grubbing, excavation and rough grading, installation of drainage lines, placement and amendment of topping sand and finish grading. This contract requires the completion of work in accordance with these Special Provisions; the Plans; the Standard Special Provisions and Stan- dard Drawings for Public Works Construction, 1982 Edition; and the Standard Specifications for Public Works Construction, 1982 Edition here- inafter referred to as the Standard Specifications. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased for $5 from the Public Works Department. BASIS OF AWARD The bidder's attention is directed the Standard Special Provisions for cerning award and execution of the COMPLETION OF WORK to the provisions of Section 2 -1 of requirements and conditions con - contract. The work to be done under this contract shall be completed within 60 calendar days from the date the City awards the contract. IV. PAYMENT The unit or lump sum price for items of work shown in the proposal shall be full compensation for labor, equipment, materials and all other things necessary to complete the work. Incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work. V. WATER Water for this work shall be provided free of charge by the City. The Contractor shall make his own provisions for water supply and application, and shall contact the City's Utilities Superintendent, Mr. Gil Gomez, at (7140 640 -2221 to arrange for water service connections. • � SP Z of 4 VI. CONSTRUCT10N DETAIL A. CLl "SING AND -RUBBING All demolition, clearing and grubbing shall conform with Section 900 -1 of the Standard Specifications. B. EXISTING UTILITIES The Contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifi- cations. Known utilities are indicated on the drawings. Prior to performing construction work, the Contractor shall be res- ponsible for requesting each utility company to locate its facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the drawings. C. SITE ROUGH GRADING The Contractor shall grade the site to the lines and grades shown on the plans. The lump sum price bid for site rough grading shall include, but not be limited to, the required unclassified excavation necessary to bring the sub -grade in turf areas to a uniform grade below finished grade. This item shall also include all costs involved with the removal and disposal of vegetation and soil encountered in the grading operation. D. IMPORTED BORROW It is estimated that approximately 1700 cubic yards of imported borrow will be required. The Contractor shall give the City 7 days notice to provide the imported borrow. This notice shall include the date or dates borrow is needed, the quantity and place borrow is to be dumped. The Contractor shall allow a minimum of 3 days for City to deliver 1700 cubic yards of imported borrow. The City intends to provide nursery sand as imported borrow. The unit price bid per cubic yard for placing imported borrow shall include all costs relating to the moving and placing of the borrow material. The measurement of cubic yards of imported borrow shall be based on the quantities delivered to the site. E. GROUND PREPARATION AND FINISH GRADING 1. Existing Conditions or Features. Contractor shall check or locate existing structures, electric cables or conduits, utility lines and other existing features or conditions above or below ground level that might be damaged as a result of his operation. Questions or conflicts arising out of such ra • 0 SP 3 of 4 examination prior to or during operation shall be immediately directed to the attention of the City for necessary action or decision before resuming operation. Contractor shall be responsible for repair or replacement at no cost to the City, of features or conditions damaged through failure to comply with above procedure. 2. Grading Operations. The Contractor shall provide all grading operations prior to the installation of any planting. 3. Finish Grading: When preliminary grading has been completed and drainage lines installed, all lawn and planting areas shall be graded to the elevations indicated on the drawings. Grades not otherwise indicated shall be uniform levels or slopes between points where elevations are given. Minor adjustments of finish grades shall be made at the direction of the City, if required. Finish grade shall be smooth, even, and to a uniform plane with non — abrupt change of surface. Low spots and pockets shall be reworked when soil is at optimum moisture content for working. 4. Clean—Up: During all grading phases, roots, rocks and foreign _ material which would hinder growth of sod or plant material shall be removed and disposed of. 5. Moisture: No grading shall be done when the moisture content of the soil is so great that excessive compaction will occur, nor when it is so dry that a dust will form in the air or that clods will not break readily. 6. Weeding: Before and during preliminary and finish grading, all weeds and grasses shall be dug out by roots and disposed of off the site. 7. Soil Conditioning and Fertilizing: Wet soil thoroughly and allow to settle. Repeat this compaction procedure until soil is stable enough to hold a smooth, uniform surface but loose enough to permit aeration and drainage for plant material. Before planting, incorporate the following soil preparation per 1000 s.f.: a. 3 cubic yards nitrogen stabilized and mineralized organic amendment (sawdust or fir bark) b. 30 lbs. 12 -12 -12 commercial fertilizer CERTIFICATION I. Prior to final inspection, written certifications shall be submitted to the City for the following: a. Quantity of all soil amendments called for by plans or specifications. 0 0 SP 4 of 4 G. MATERIALS 1. Fertilizers and Chemical Concentrates: a. Nitrogen stabilized redwood or fir bark with the following properties: (1) Salinity: Shall be no higher than 3.5 millions per centimeter at 25 C. as measured by saturation extract conductivity. (2) Nitrogen Content: .05% for redwood sawdust; 1.0% for fir bark. All values based on dry weight. b. Commercial fertilizer 12 -12 -12 N. COMPLETION CLEANING Contractor shall refer to Section 7 -8.1 of the Standard Specifications. c -aL4 s3 CITY OF NEWPORT BEACH (3�� Parks, Beaches and Recreation Department BY THE CITY COUNCIL CITY Of NEWPORT BEACH August 27, 1984 AUG 2 71984 CITY COUNCIL AGENDA APPROVED ITEM NO. TO: Mayor and City Council FROM: Parks, Beaches and Recreation Director SUBJECT: Andersen School Athletic Field Renovation (Contract No. 2453) Recommendations: Award Contract No. 2453 to Armenco Construction Company in the total amount of $23,946.53; and authorize the Mayor and City Clerk to execute the contract. Discussion: At 10:30 A.M. on August 9, 1984, the City Clerk opened and read seven bids for the refurbishment of the Andersen School Athletic Field. Bidder Bid Amount Armenco, Construction, Laguna Hills Taylor- Shafer, Inc., Long Beach Clayton Construction, Laguna Hills Western Contractors, Westminster Ian -Co Construction, Etiwanda FAV Construction, Huntington Beach Ryco Construction, San Pedro $23,946.53 29,000.00 29,885.00 34,370.00 45,800.00 48,460.00 51,115.00 The low bid was slightly less than the Park Superintendent's estimate of $24,000. Funding is proposed from the following account: Description Account No. Amount Buffalo Hills /Andersen School 10- 7797 -054 $54,490.00 Athletic Field Renovation This contract provides for the demolition, grubbing and clearing of existing turf, rough grading with installation of drainage system, ground preparation and finish grading, and fertilization for athletic field stolonization process. Armenco Construction, the low bidder, has performed similar work for other public agencies. A reference check has determined a successful completion of work performed. -2 Donations have been accepted by the City Council from the Newport -Mesa Unified School District and the Andersen School PTA for this to be cooperatively accomplished. The plans and specifications were prepared by Design Construct of Huntington Beach. The estimated date of completion is October 31, 1984. ey • 0 c- -D-��� CITY OF NEWPORT BEACH (38- Parks, Beaches and Recreation Department TO: Mayor and City Cou BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 0 91984 APPROVED FROM: Parks, Beaches and Recreation Director SUBJECT: Renovation of Andersen School Athletic Field Recommendation July 9, 1984 CITY COUNCIL AGENDA ITEM NO. E-Me- ) Accept the donations of $38,000 from the Newport -Mesa Unified School District and the Andersen School PTA for the renovation of the Andersen School Athletic Field; and authorize the Parks, Beaches and Recreation Department to administer the project; approve the plans and specifications as provided; and authorize the City Clerk to advertise for bids. Discussion This Department has been working for some time in cooperation with the School District, the Andersen School PTA, AYSO and the local homeowners association to renovate the Andersen School Athletic Field. The proposed renovation would be very similar to the project just completed on our adjacent Buffalo Hills Park Athletic Field. This Department is being recommended to be the lead agency on the proposed project because of the experience and technical knowledge gained on the recent park project. The Andersen School PTA has deposited in a reserve account $18,000 and the Newport -Mesa Unified School District will provide $20,000 toward the project upon City Council approval of the recommended action. The architect's estimate for completion of the required work is $38,000. The City commitment will be in manpower to administer the project and some staff work on irrigation replace- ment and turf finish work. The plans and specifications were prepared by Design Construct of Huntington Beach who were the consultants of the Buffalo Hills project. The plans and specifications will be available for review in the City Council conference room.