Loading...
HomeMy WebLinkAboutC-2663 - Construct Classroom at OasisCIT )kF NEWPORT bPACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 30, 1988 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: C -2663 (Construct Classroom at Oasis) and C -2681 (Modification of Traffic Signals and Safety Lighting at Various Intersections). Sincerely, wanda E. Rag . City Clerk 3300 Newport Boulevard, Newport Beach 6 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 January 3, 1989 Coastline Construction 23015 Del Lago Dr., D -2, Laguna Hills, CA 92653 Subject: Surety: Bonds No.: Contract No.: Project: (714) 644 -3005 Suite 129 American Motorists Insurance Co. 3SM 707 041 00 C -2663 Construct Classroom at Oasis The City Council of Newport Beach on November 28, 1988 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 6, 1988, Reference No. 88- 634250. Sincerely, P Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach dCORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Bouleyard Newport Beach, CA t' 92663 NO CONSIDERATION WM RECORDING REQUEST PER GOVERNMENT CODE 6103 EXEMPT- C2 NOTICF. OF COMPLETION PUBLIC WORKS 88= 634250 RECp9BE9 �N Q�111QIAL pgCORDS OF ORdNGE OOUNTY, CALIFORNIA :00 DEC 6 1986 PM CI, ft� RECORDER "lo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 28, 1988 the Public Works project consisting of Construct Classroom at Oasis (C- 2663). _ on Kthe re r, and American Motorists Insurance Co. is completed. Long Grove, I I, the undersigned, say: M Y OF NEWPORT BFACH Q/ �^'�N Public Works Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on November 30, 1988 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on November 28, 1989 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on November 30, 1988 at Newport Beach, California. � l 7 City Clerk 10 IM T" 3- WY! �V IMIRM39 TV.13 'y'JAMMOD W a; n?_ LABOR COMMISSIONER, STATE OF CALIFORNIA_'_ _ Department of Industrial Relations wtut al.YGIY� Division of Labor Standards Enfomement rn 28 Civic Center Plaza #561 F I/ Is NN Santa Ana, California 92701 Cin1,1 aK CITY OF MFV ;MnI o.r,. AWARDING BODY: F_ City of Newport Beach Public Works Department * + Ken Perry, Office Engineer sr� rr 3300 Newport Boulevard r` Oe c�ufoa Newport Beach, California 92663 L J DATE: IN REPLY, REFER TO CASE NUMBER: November 10, 1988 27 -oo674 (o64) NOTICE TO WITHHOLQ� PROJECT NAME / CONTRACT NUMBER -( / N C -2663 Oasis Senior Citizen Center PRIME CONTRACTOR Y �A• �..r Coastline Construction, a'� °.��'a S SUB- CONTRACTOR _ ZiS 6.0. � I Enclosed are a NOTICE OF WAGES OWED and NQ1JrxIk OF PENiftzYxASSQ i ENT pertaining to the above-named project. You are d'f`ellted to withhold and retain from any payments due the general contractor the total amount of $ 2,46.23 ** which is the sum of all wages and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced by the attached Notice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. It no such notice of suit is received within the 90 day Period after cessation, acceptance, or completion of the project, all monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount withheld shall be remitted to this office. I declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. I execute this Declaration on behalf of the workers whose names are set forth on the attached notices. I have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, STATE LABOR COMMISSIONER By / Mary Tok Industrial Relations Representative ** amount is subject to change based on future audit of all records PW - 13 (5/871 NOTICE TO W ITHHOLO r 0 Labor Code Section 1731. If suit is brought against the awarding body within the 90-day period either by service of summons or by registered mail which is received within the 90 -day period, the penalties and forfeitures shall be retained by the awarding body pending the outcome of the suit, and be forwarded to the State Treasurer only in the event of a final court judgment against the contractor or his assignee. Otherwise the penalties and forfeitures are subject to any final judgment which is obtained by the contractor or his assignee. LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement 28 Civic Center Plaza #561 Santa Ana, California 92701 AWARorNG BciDV: F City of Newport Beach Public Works Department Ken Perry, Office Engineer 3300 Newport Boulevard Newport Beach, California 92663 0 J DATE: IN MGPLY, RKFRR TO CASE NUMBER: November 1.0, 1988 27 -00674 (064) NOTICE OF WAGES OWED CONTRACT NUMBER C -2663 Oasis Senior Citizen Center SUE - CONTRACTOR GENERAL CONTRACTOR Coastline Construction PROJECT NAME AND ADDRESS Oasis Senior Citizen Center, 5th & Marguerite-.Corona Del Mar JI Please Take Notice that the person(s) named on Exhibit "A ", attached hereto and made a part hereof, have performed labor as stated on Exhibit "A" for the sub - contractor or general contractor, named above, or other persons) acting by your authority on the work of improvement in progress or being completed at your property at the project shown above. Total value of the labor so performed is the sum of $ and no payments have been made for the foregoing labor except as indicated on Exhibit "A ", and there now remains due, owing and unpaid $ 346' 53 ** after deducting all just credits and offsets. The labor was performed for and furnished to the general contractor named above upon the project shown above. This Notice is given pursuant to the provisions of Section 1727 of the Labor Code. You are hereby required, pursuant to said section to withhold any and all payments which are or hereafter, may become due to the contractor hereinabove named to the extent of the total claim as hereinabove shown. Executed on ** amount is subject to change based on future audit of all records. November 10 STATE LABOR COMMISSIONER By Mary Tok Industri 1 Relations Representative PIN - 14 (5l87) 19 88 , at Santa Ana , California. NOTICE OF WAGES OWED f LL LL 3 u i r i wr Z G W aW W C � LL 2 a W a � �o N a. �a 0 � = z 0 a o� N t 0 W 0 W m 0 a J 0 0 n m n N 3 L w m O �0 M c N J z � 0 r-I H r p O\ M 00 LCII a tH rl N uo 0 z z i = z a t W O O 0 3 O 0 1 O j 0 UU m F o ti 4& � n 0 N M z z < m w O n W} ! NN O q \O p O 0, d O z Lr 1 N m O !n <2 p < \p \iO O N O \iO w i N 0\ o N w F. H rPr l r-I m fHO i 6 iO i ii m -7 CC) 11 n 7 W w - N O _:r 0 t u 0 3W ff O\ O\ w \° �N -69- m p W ? F 0 0 - d< < w w > w m W 0 f i m < m J z ; w 0 S F m CO OD lb O O w Qo Lb O\ O \O• N N ti N N H .69- H (D " �`ga a Q O J o ;L G ❑ F w w i W a w m w w o w w 0 W 0 U3 0 f p 0 n y T go U z Y 0 0 zip m w 0 E' z n a o f 0 F eb w � OD CO C OOO rc i i 1 00 e o m O ,-•1 w p w 2 N N 1 ' L \� 1 O\ U1 N + + ON 0 L!\ 6 I Q U I (/ N n 4� � m :5 0 0 m C N v J 0 4� O) > O W U •.i ..i Fa 4J U N O�00D C 0 1 T 5 O W w y m L C '3-I V Fi 0 Co W M 0) iJ rl O7 L U o N Ta O W T•7 v w < 0 wr Z G W aW W C � LL 2 a W a � �o N a. �a 0 � = z 0 a o� N t 0 W 0 W m 0 a J 0 0 n m n N 3 L TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCT CLASSROOM AT OASIS CONTRACT NO. 2663 RECOMMENDATIONS: November 28, 1988 CITY COUNCIL AGENDA ITEM NO. F -15 uY TN" .11y COUNCIL CITY 91 WEVVPORT BEACH NOV 2 8 1988 -- APPROXIA 1. Accept the work. 2. Approve an extension of time of 92 calendar days. 3. Authorize the City Clerk to file a Notice of Completion and release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: On March 28, 1988, the City Council awarded Contract No. 2663 to Coastline Construction, of Laguna Hills, in the amount of $118,800.00. The work was substantially completed to the satisfaction of the Public Works Department and the Parks, Beaches and Recreation Department on October 28, 1988; 92 days over the 120 calendar day time of the contract. The project consisted of construction of a one -story classroom type of building of approximately 1440 square feet that will be used for arts and crafts. The location is shown on the attached sketch. The project cost is as follows: Design Architectural Design $ 14,500.60 Soils Engineering 4,277.55 Civil Engineering 800.00 Reproduction 96.50 Subtotal Design $ 19,574.05 Construction Contract $118,800.00 Change Order No. 1 667.25 Change Order No. 2 750.82 Change Order No. 3 860.73 Change Order No. 4 4,437.58 Subtotal Construction $125,516.38 Total Project Cost $145,191.03 0 0 Subject: Construct Classroom at Oasis (C -2663) November 28, 1988 Page 2 Attached is a letter from the Contractor requesting that an extension of time be granted. Recommendation that an extension of time of 92 calendar days be granted is based on the opinion that the contract period of 120 calendar days was unrealistic because the Contractor prosecuted the work vigorously; there were no times when no work was in progress; and it still took 212 calendar days to complete the work. The Architect was Ron Yeo, FAIA Architect, of Corona del Mar. f pay Benjamin B. No an Public Works Director KP:so Attachment 4 Id- 04;h4^', Ronald A. Whitley Parks, Beaches & Rec 6/t ion Director 0 LLI 3�� pot 10 qF? ' - my :7 ZZ t 27 7. :ML 16, ASTLINE CONSTRUCTIO 1 A Califomla Corporation ENGINEERS AND CONSTRUCTORS SPECIALIZED IN INDUSTRIAL CONTRACTING September 11., 1.988 �.. SEP 3 1988 ► City of Newport Beach ,EACH - EACH Public Works Dept. P.O. Box Newport Beach, CA 92658 -8915 � Attention: Mr. Kenneth L. Perry, Project Engineer Re: Construct Classroom at Oasis (Contract 2663) CLAIM FOR CONTRACT TIME EXTENSION Dear Mr. Perry: We wish to advise you of our anticipated project completion date which is now anticipated to be September 26th. This date obviously falls outside of the original contracted time of 120 days from date of award. However, considering time started with the formal submittal of request to award contract to the City Council on March 23rd., the time allowed for execution was far too restrictive for this type of project. Our contract was not signed until late April owing to the time it took to get our insurance endorsements, performance and payment bonds, and execute the contract. Additionally, we have had several change orders or design changes to evaluate which in some cases placed restraints on the project, and in combination with the formal submittal process for approval of materials to be used sometimes our time was not always in our control. Coastline Construction management feels that the effort displayed on this project has been one of great dilegence and with concern for a high level of quality. We trust that your evaluation of our request for time extension to September 30, 1988 to include the demobilization and cleanup of the surrounding site will meet with your agreement. Thank you. Very truly yours, ` IZ 23015 DEL LAGO DR., D2, STE. 129 M loin E. Noe ice President LAGUNA HILLS, CA 92653 ST. CONTR. LIC. A/B #480646 v CITY OF NEWPORT B• CH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (114) 644 -3005 T0: FINANCE DIRECTOR FROM: CITY CLERK DATE: April 29, 1988 SUBJECT: Contract No. C -2663 Description of Contract Z/ ,z j--J� Construct Classroom at Oasis Effective date of Contract April 29, 1988 Authorized by Minute Action, approved on March 28, 1988 Contract with Coastline Construction Address 23015 Del Lago Dr., Suite 129 Laguna Hills, CA 92653 Amount of Contract $118,800.00 l�t/GL %j 6e ' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach �. v y, • CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 16th day of March , 1988, at whit time such bids s—halT be opened and read for a CONSTRUCT CLASSROOM AT OASIS Title of Project 0 AV 2663 Contract No. $136,800.00 ng neer s Estimate � 142" Approved by the City Council this 8th day of Fehr_ i,ary, 1988. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Kenneth Perry at 644 -3311. Project Manager CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONSTRUCT CLASSROOM AT OASIS CONTRACT NO. 2663 TABLE OF CONTENTS • NOTICE INVITING BIDS TABLE OF CONTENTS BIDDING REQUIREMENTS Proposal Instructions to Bidders Designation of Subcontractors Bidder's Bond Non - Collusion Affadavit Technical Ability and Experience References CONTRACT FORMS Notice Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsements Contract CONDITIONS OF THE CONTRACT Index Special Provisions ARCHITECTURAL SPECIFICATIONS The Architectural Specifications are printed on the Plans. • • PR 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL N.7-1 CONTRACT NO. 2663 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 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 the work required to complete this Contract No. 2663 in accordance with the Plans and Special Conditions, and will take in full payment therefor the following lump sum prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct new classroom building at OASIS center, complete in place, for the lump sum price of ONE HUNDRED EIGHTEEN @THOUSAND -EIGHT HUNDRED Dollars and NO Cents Per Flans & Specitications urn s e . Architect: Ron Yeo, FAIA Architect, Inc. TOTAL PRICE WRITTEN IN WORDS (Item 1) ONE HUNDRED EIGHTEEN THOUSAND -EIGHT HUNDRED Dollars and NO Cents MARCH 16, 1988 (714) 973 -1806 Bidder's Telephone Number $118,800.00 $118,800.00 $118,800.00 u COASTLINE CONSTRUCTION (A California Corporation). Bidder S/ MELVIN E. NOE /VICE PRESIDENT Authorized ignature it e . D2 480646 A & B '✓23015 DEL LAGO DR., SUITE 129, LAGUNA HILLS, CA Contractor's License No. & Classification Bidder's Address 92653 • 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 SUBCONTRACTORS) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 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 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 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). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 480646 A & B Contr's Lic. No. & C assification MARCH 16, 1988 Date Page 2 COASTLINE CONSTRUCTION (A California Corp.) S/ MELVIN E. NOE /VICE PRESIDENT Authorized Signature /Title DESIGNATION OF SUBCONTRACTORS . Page 3 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. Subcontract Work Subcontractor Address 1. CONCRETE CONRIQUEZ CONSTRUCTION 10052 CROSBY, GARDEN GROVE 2. PLASTERING CARREON COMPANY 26301 TURQUESA, MISSION VIEJO 3. ELECTRICAL D & H ELECTRIC 1410 SYCAMORE, FALLBROOK 4. HVAC PACIFIC AIR COMFORT 1121 E. PACIFICO, ANAHEIM 5. ROOFING LETNER ROOFING CO. 1490 N. GLASSEL, ORANGE 6. DOORS & FINISH HDWR. A - DOR 841 W. COLLINS, ORANGE 7. 8. 9. 10. 11. 12. COASTLINE CONSTRUCTION (A California Corp.) Bidder S/ MELVIN E. NOE /VICE PRESIDENT Authorized Signature/Title 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Coastline Construction Corp. , as bidder, and American Motorists Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Bid Amount not to exceed Twelve Thousand Dollars ($12.000.00 ), 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 Construct Classroom at Oasis 2663 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 15th day of March , 1988 . (Attach acknowledgement of Attorney -in -Fact) DIANA L. BAGWELL Notary Public Commission Expires:JULY 2, 1991 Coastline Construction Corp. Bid er S/ MELVIN E. NOE /VICE PRESIDENT Authorized Signature /Title AMERICAN MOTORISTS INSURANCE COMPANY RAYMOND E. GAIL Title ATTORNEY -IN -FACT NON- COLLUSION AFFIDAVIT 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 16 day of MARCH 1988 . My commission expires: July 2. 1991 Page 5 COASTLINE CONSTRUCTION (A California Corp.) S/ MELVIN E. NOE /VICE PRESIDENT Authorized Signature /Title DIANA L. BAGWELL Notary Public Page b 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. 1986 10 SINGLE FAMILY HOME SUBDIVISION PAT PATEL (714) 634 -4280 FOR PATEL - VOGL PARTNERSHIP, DEVELOPERS 1987 24 UNIT TRAVELODGE, SAN CLEMENTE MIKE PATEL (714) 740 -1917 FOR B. U. PATEL, DEVELOPER COASTLINE CONSTRUCTION (A California Corporation) Bidder S/ MELVIN E. NOE /VICE PRESIDENT Aut orized Signature /Title - i NOTICE i Page 7 The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in 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 Ke Ratin Guide: Pro ert - Casualt . Coverages shall be prove a or al YPES OF N URANC 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 edition adopted for use in the City of Newport Beach except as supplemented or modified by the Special Provisions for this project. J Oxecuted In Four Parts" • Page 8 PAYMENT BOND Bond #3S4 707 041 00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1988 has awarded to Coastline Construction hereinafter designated as the "Principal ", a contract for Construct Classroom at Oasis (Contract No. 2663) 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, or other supplies used in, upon, for, or about the performance of *he 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 Coastline Construction as Principal, and American Motorists Insurance Co=zy as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Eighteen Thousand Eight Hundred and No /1nn * ** Dollars ($118,800.00 * * * * *), 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, 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 Unemploy- ment 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. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon a • . Page 9 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 8th day of April , 19-u^. Coastline Construction— Name of Contractor Principal Authorized Signature and Title DONA TOE / PR.ES ENT u orized Signarure and Title ELVIN E. NOE I VICE PRESIDENT American Motorists Insurance Company. Seal) Name of Surety Long Grove, Illinois AJ�ety Signature and Title of Authorized Agent Raymond E. Gail, Attorney -In -Fact 2900 W. Broadway, Los Anqeles, CA 90041 ddress of Agent 714 774 -891 elephone No. of Agent 0 f M 4 m 0 Q� s K a v a a m T m c 0 v CL ti in v `o 0 c c_ u m a m O E 0 Z 0 LL J O U LLO LL 0 W ~ Q N 0 m a rn 0 v L) n_ 3 m N lil c L c T Na-0 au CD O E 0 LL UM L).& d c Z F. N Q N C o i o..� Lv 2 o0 3 c m c `O o Ea W c m Q U N N a cu Z c u L Q m L N 0 C u ° a C: a � tn'c 0 Z N o N W 0 `cn t N N Ln d O C x u c c 0 m > L O N x3 .2 Ecn J - 3�Z s C-q ; Z HE O� i BO NO AL CONTRACT PRICE E SExecuted In Four Parts" • FAITHFUL PERFORMANCE BOND BOND #3SM 707 041 00 PREMIUM $2,376.00 Page 10 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1988 has awarded to Coastline Construction hereinafter designated as the "Principal ", a contract for at Oasis (Contract No. 2663) Construct Classroom 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, Coastline Construction as Principal, and American Motorists Insurance Comoanv as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Eighteen Thousand Eicrht Hundred and No /100 * ** Dollars ($118.800.00 * * * * * *), 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 • Page 11 Faithful Performance Bond (Continued) 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 8th day of April , 19 88 Coastline Construction (Sea1j Name of Contractor (Principal) Authorized Signature 'and Title DONA K. NO$ / PRESIDEK Autllbrized Signatulte and Title MELLVIN E. NOE / vVICE PRESIDENT Arne�ican Motoriqts Insurance (Ymp and - Iseal ) . Name of Surety Long Grove, Illinois Address of Surety i Signature and Title of Authorized Agent Raynond E. Gail, Attorney -In -Fact 2900 W. Broadway, Los Angeles, CA 90041 Address of Agent 714 774 -8910 Telephone No. of Agent 0 1 F M E a �� 11 \ 1�l /JJ. �! / i �j \ l l l 1 tl r O O ON v a � C. w e d d d m ? w 6-S 2z C O c L � u C c :3 O NQ Cl U ` N w'c E m E m U / o c E c y C LL Z U T N O[ Q H C O: >Q- ' P oa DoU�a z� yQ w c A / m bC7 c a V v v \ c a o Z E i \ ;010 m c cu7 N N w y N c C _ a o c EZ N ai In 7 L C Y p C L a Z c c O o T \\ o 0 Y F- 4 O E Ecn' I' N -N- ugz I a `" "1 o O LL j LL °' UJZ 0 d AMERICAN MOTORISTS INSURASE COMPANY • r —� Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint . •' •. • • • • "•' • • •' • • •' •' • • •' • • • • • •' * * • * • * * • * * Raymond E. Gail of Anaheim, California******* ****************************Is its true and lawful agent(s) and attomey(s )-in -fad, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1988, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) *** * * * ** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1988. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 20, 1981 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the Chairman, the President, or any Vice President, or their appointees designated in writing and fled with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneysin fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 20th day of May, 1981: "VOTED, That the signature of the Chairman of the Board, the Chairman, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Board of Directors on May 20th, 1981 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company" Ih Testimony Whereof, the American Motorists Insurance Company has caused this instrument t signed and its corporate seal to be affixed by its authorized officers, this 3 1 th day of — igutat , 19 . Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY R. CO NTY O LAKE ss I, Olk W. jennett, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me to be the same poWns whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: November 18, 1988 Olga w Bennet, Notary Public FM 8364 7.86 1M PRINTED IN U.S.A. Powerol'Atorrey —Tenn • • Wl 991L "EVWA •palels ulaiay lualxa ayl of pue iauuew ayl ui 1da:)xa Auedwo) ay pulq of Allioylne ou aney Aayl pue'ulaiayl paweu Apeoi ;loads sgupleuapun pue spuoq ayl of uiajayl paweu asoyl ;o slae ayl sllwll Aawouy ;o Jamod siyl AreW30S'uo5ue�40f'j JWAs/�gj� 61 ' e aav ;o Aep slyl uo AuedwoD ague -insul slsuoloW ueauawy ayl ;o leas alejodioo ay paxlye pue a@8gu Aw paquosgns olunaiay aney l j03713HM ANOW 11531 NI Auedwo, anuemsul -qsuoloW ueouawy ayl ;o AmanaS pue waplsaid aa!A pahala Alnp ay Aawouy ;o jamod paPeue a4l10 uollnaaxa ayl ;o alepayl uo QU8M AlanluedsaJ ArelaJoaS pue waplsaJd aaln se Aawouy ;o jamod ayl palnaaxa oym uosuyo( •H •b pue wyogse )I`H 'D- e! ,M leyl A;lyao jayun; op 1 pue 'ainggJaa slyl ;o alep ay1 uo laaya pue aoio; lln; ul sl pue;owayl alep ay aauls laaya rue aoio;;lrrJul d* sey awes ayl leyl pue Ado:) najioa pue ann a si mTatMW do TT'eO •a puo 'ejj 10lle4aquo - 'C ATT a-4 sn d PaWP Aawouy ;o jamod payoeue ayi leyl Ajlyao Agajay op Auedwo� aaaemsul psl�ooW ueouawy 8 yl ;o la�o5 'uosueyo('7 uans ry NOIIVJ1�I1713J , • KrIFICATE O� Page 12 ;ERTIFICATE HOLDER :;URANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company�5 3300 Newport Boulevard Letter A _�•�,pA4,4 -,V44 40'1/9 Newport Beach, CA 92663 l`..... NAME AND ADDRESS OF INSURED Coastline Construction Letter Company C Letter 23015 Del Lago Dr., 02, Suite 129 Company D Letter Laguna Hills, CA 92653 Company E Letter his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). Policy LIMITS OF LIABILITY IN THOUSANDS 000 :OMPANY .ETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each g. ro uc Completed Occurrence Operation GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury (Each Person $ ❑Owned $ Bodily Injury (Each Occurrence ) ❑x Hired Pro ert ama e ❑x Non -owned o i y Injury and Property Damage Combined EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor ac Accident) and EMPLOYER'S LIABILITY JOIE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ;ANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the - insurance Company affording coverage �all provide 30 days' advance notice to the City of Newport Beach by gistered mail, attention: Public Works Department. 3y Agency: Author R presentative %a J )ate: Telephone: bescription o ope ations /locations /vehicles: All operations p rformed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 40TICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, 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. !l, • Page 13 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 $ each occurrence $ each occurrence $ SOW r X69© 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 truct room at Oasis (Contract No. 2663) 'itle and Contract No.). This endorsement is effective �-- Q at 12:01 A.M. and forms a part of Policy Named Insured (� %L/it/� ��it/SlGDit% Endors Name of Insurance Company "77_lsGA� .;?v5 No. esentative M t I U L 7 O N N y U •r v utt 0 m 4j 4j U>1 C;4 - S- •r •r O o, T J ro b OE 3 y r L U 4J 4J t 7 y N C r 4J 4- C •r •r 0 . "4 3 c 0 o+r• O ro y y n N •O u my cc C Y r N 4j y 0 Y C L V V U•r y O L y 'C U y N y C G 4- d 7 q W 000== 4JY N C L L 4- IM O T O O N O C N V r r O C C > O •r O O E •r 4. y to N M N •r O > c > u O aLa > E n 4- y V y 4- O y L y L yy - L +�d 7 L L N= (0?y+JC yy -V -1 O N ro L i 3•r U N i0 r L E= U U >♦+ r i C C t O ro O 3 nu I z 1. C O Y U 7 L N C O U y c N ro O U N O u ro E O O m N 1p ro N r U p Z U U L) 7 i ro i� S- 00 N }t G C f• ISSUE DATE (MMIDDIYV) 4 -13 -88 LL THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER HAMMAN- MILLER - BEAUCHAMP- DEEBLE, I ic. P. 0. BOX 1 520 COMPANIES AFFORDING COVERAGE LONG BEACH, CA 90801 COMPANY LETTER A FREMONT COMPENSATION INS. CO. COMPANY LETTER B INSURED COMPA ETTERNY C COASTLINE CONSTRUCTION CORP. 23015 DEL LAGO DR., D -2, #129 LAGUNA HILLS, CA 92653 COMPANY D LETTER COMPANY E LETTER THIS 15 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 CON01. TIONS OF SUCH POLICIES. "I CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMNONY) POLICY EXPIRATION DATE IMIAID YV) ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ ,2 COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑OCCURRENCE PRODUCTS COMPIOPS AGGREGATE $ PERSONAL & ADVERTISING M.'URY $ EACH OCCURRENCE' $ - DINNER'S B CONTRACTORS PROTECTIVE - FIRE DAMAGE (ANY ONE FIREy $ MEDICAL EXPENSE (ANY ONE PERSON) $ AUTOMOBILE LIABILITY ""' AUTO CG` $ ALL OLVNEO AUTOS SCHEDULED AUTOS BaaRY INJURY (PEA PERSON) $ �BOiDILY A26{DEND $ HIRE[) AUTOS NON OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY HOTHER __,µ__ -, EACn AGagEDATE OCCURRENCE i$ $ THAN UMBRELLA FORM - A WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WS87443450 5 -10 -87 5 -10 -88 STATUTORY $ 100 ACCIDENT) —(EACF $ 500 (D!SEASE- POLICY LIMIT) $ IUD (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONSI LOCATIONS IVEHICLESI RESTRICTIONSI SPECIAL ITEMS CONTRACT #2663 - CONSTRUCT CLASSROOM AT OASIS * 10 DAY NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL X76BEA)(OWlO( MAIL 3 0 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, d(Ix i�PilX Elfd(tiOiMAK)GMOFOW6wAldCiilXIX %iIiPL19E%OJO%b101i(GnrtlilX lfF1( Z CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMNDNY) POI ICY EXPIRATION DATE (MNJDDIYYI LIABILITY LIMITS IN THOUSANDS EACH CURRENCE AGGREGATE GENERAL LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PRGDUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY GLS114757 9 -26 -87 9 -26 -88 BODILY INJURY ,P $ $ PROPERTY DAMAGE $ $ COMBINED $ 500 $ 500 A PERSONAL INJURY $ 500 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS !OTHER THAN) (OTHER PASS. HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY �Cltr NJURY !PER PERSON) $ BODILY PERAMCENT) $ PROPERTY DAMAGE $ BI 6 PD COMBINED $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM BI a PD COMBINED mm $ CC $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY $ {EACH ACGOENTI $ (OISEABE- POLICY LIMIT) is (DISEASE -EACH EMPLOYEE) OTHER CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. 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 of 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: "Tne 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 nold 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. O Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ Pach occurrence ( X) Single Limit Bodily Injury Liability $ 5001QQQ 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. Bhould 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. PuN is Works Bapartmer:t 7. Designated Contract e Oasis (Contract No. 2663) This endorsement is effective 4-22-$$ at 12:01 A.M. and forms a part of Policy No. GLS114757 Named Insured COASTLINE CONSTRUCTION CORP. Endorsement No. 3 Name of Insurance Company SCOTTSDALE INS. CO_ 10 * 10 DAY NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM. ICES, INC. Ot aCERTIFICA-. E OF INSURANCE u ' PRODUCER -I THIS CERTIFICATE ISSUED MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE E HOLDER. THIS CERTIFICATE DOES NOT AMEND, ' EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HAMMAN- MILLER - BEAUCHAMP- DEEBLE, lqc. P. 0. BOX 1520 COMPANIES AFFORDING COVERAGE LONG BEACH, CA 90801 COMPANY LETTER '':A FREMONT COMPENSATION INS. CO. COMPANY LETTER B INSURED COMPANY C . LETTER COASTLINE CONSTRUCTION CORP. 23015 DEL LAGO DR., D -2, #129 LAGUNA HILLS, CA 92653 COMPANY D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMMONY) POLICY EXPIRATION DATE (MM/DDNY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑OCCURRENCE PRODUCTS- COMP /OPS AGGREGATE $ PERSONAL 6 ADVERTISING INJURY $ OWNER'S 8 CONTRACTORS PROTECTIVE EACH OCCURRENCE' $ FIRE DAMAGE (ANY ONE FIRE{ $ MEDICAL EXPENSE (ANY ONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO CSL $ ALL OWNED AUTOS SCHEDULED AUTOS $ B ILY INJURY (PER PERSON) BODILY INJURY PcclEA �oexn $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE ,P $ GARAGE LIABILITY EXCESS LIABILITY EAGN AGGREGATE OCCURAENCE $ $ OTHER THAN UMBRELLA FORM A WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WS87443450 5 -10 -87 5 -10 -88 1$$Toli Y 100 LEACH ACCIDENT) 500 (DISEASE POLICY LIMITI 00 (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS CONTRACT #2663 - CONSTRUCT CLASSROOM AT OASIS * 10 DAY NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM Niel gllwjllsg� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ek CITY OF NEWPORT BEACH PIRATION DATE THEREOF, THE ISSUING COMPANY WILL)MMMXOWXO( 3300 N E W P 0 R T BLVD. MAIL 3 O* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE NEWPORT BEACH , CA 92663 LEFT. �clx walwor�pLK�cuowwowm�(sclzlx xAwma�bxTb�(aut�ra(ua( )LKMlil*W xAwxLxlpl NNbld iiNl�% Ai(IiRli`D,f Ot9(A�1Selo-1S �a xT lw+xor<�c. AUTHORIZED REPRESENTATIVE JOE A. HERNANDEZ JR. CONTRACT ! Page'15 THIS AGREEMENT, enteredLr this day of 19, by and between the CITY OF NEWPORT B hereinafter "City, and Co stline Construction , hereinafter "Contractor, " is �wdewith reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Construct Classroom at Oasis 2663 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: Construct Classroom at Oasis 2663 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 ONE HUNDRED EIGHTEEN THOUSAND -EIGHT HUNDRED DOLLARS ($118,800.00 ). This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or 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) Page 16 (f) Plans and Special Provisions for Construct Classroom (g) This 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 proximately 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. Cl By ATTEST: 'L (-/� City Clerk APPROVED AS TO FORM: CITY Coastline Construction Name of Contractor (Principal) jo . Authorized Signature and Title DONA K. N / ESID Aut ortzed Signatbre and Title - MELVIN E. NOE / VICE PRESIDENT,-- 0 : : -,' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCT CLASSROOM AT OASIS CONTRACT NO. 2663 SPECIAL PROVISIONS INDEX SECTION PAGE I GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . . 1 III. LOCATION AND SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . 1 IV. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 3 V. PERIOD OF FAITHFUL PERFORMANCE BOND . . . . . . . . . . . . . . . . 3 VI. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 3 A. General Liability. . . . . . . . . . . . . . . . . . . . . . 4 B. Automobile Liability . . . . . . . . . . . . . . . . . . . . . 4 VII. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 VIII. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 IX. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . . . 4 X. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . . . . 5 A. During the Work . . . . . . . . . . . . . . . . . . . . . . . . 5 B. Final Cleanup . . . . . . . . . . . . . . . . . . . . . . . . . 5 C. Disposal . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 A. General. . . . . . . . . . . . . . . . . . . . . . . . . 5 B. Monthly Progress Payments . . . . . . . . . . . . . . . . . . . 5 XII. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XIII. FIELD ENGINEERING . . . . . . . . . . . . . . . . . . . . . . . . . 6 A. General. . . . . . . . . . . . . . . . . . . . . . . . 6 B. Survey Control Data . . . . . . . . . . . . . . . . . . . . . . 6 XIV. INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 0 ` SP 1 Of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONSTRUCT NEW CLASSROOM AT OASIS CONTRACT NO. 2663 I. GENERAL CONDITIONS The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to this contract. The parties to this contract are the City of Newport Beach and the Contractor. II. ADMINISTRATION OF THE CONTRACT The Public Works Director of the City of Newport Beach shall administer this contract for the City. The architect will be the owner's representative, representing the Public Works Director. Any change order issued by the City must be in writing and signed by the Public Works Director. III. LOCATION AND SCOPE OF WORK A. The work to be done under this contract consists of constructing a new single story classroom building of approximately 1,440 square feet of floor area at the OASIS senior citizen's center, 800 Marguerite Avenue, Corona del Mar, California. The site is located at the northwesterly corner of the intersection of Marguerite Avenue and Fifth Avenue. B. The work to be done under this contract consists of constructing a new classroom building, connecting utilities including electrical, water, sewer, gas, and telephone to existing utility services at the OASIS center, and furnishing all labor, materials, vehicles, tools, machines, equipment, transportation, incidentals and all other facilities and services necessary for proper execution and completion of the project. C. Miscellaneous items of work included in the contract include: 1. Giving required notices. 0 • SP2of6 2. Complying with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of work. 3. Enforcing strict discipline and maintaining good order among employees. D. The contract requires completion of all work in accordance with these Special Provisions, the plans, the City's Standard Specifications and Drawings for Public Works Constructioi n, the City's Standard Specifications (Standard 5 eci ications for Public Works Construction, 1985 i ion an an 87 Supplements), the architectural specifications, and reference specifications. 1. Copies of the Standard Specifications from Building News, Inc., 3055 Overla Angeles, California 90034, telephone Copies of the City's Standard Special Standard Drawings may be purchased at Department for per set. may be purchased id Avenue, Los (213) 870 -9871. Provisions and the Public Works 2. Portland cement concrete slabs on grade outside of the building, site utilities and drainage improvements will be constructed per the City's Standard Specifications and Drawinos for Public Works Construction. 3. The plans consist of Drawing No. 85121 -S, consisting of 19 sheets, prepared by Ron Yeo, FAIA Architect. E. Included in the scope of the contract is payment of all fees and the securing of all permits normally charged by governing public agencies; payment of all connection charges normally charged by serving utilities; and furnishing all material, labor, and transportation necessary to complete the construction. 1. The following fees normally charged by the City of Newport Beach will be waived: a. Building excise tax fees. b. Building and plan check fees normally charged for the amount of the General Fund, including plumbing, electrical, and mechanical permits. 2. All other fees normally charged the City must be paid by the Contractor. 0 SP3of6 3. All contractors and subcontractors on the project must have a current City business license. F. Soil amendments and landscape planting are not included in this contract. IV. TIME OF CONTRACT The date of the contract is the date contract is,awarded by the City Council. The contract shall be completed within 120 consecutive calendar days after award of the contract by the City Council. V. PERIOD OF FAITHFUL PERFORMANCE BOND The faithful performance bond for the contract shall remain in effect for the duration of the one (1) year guarantee period measured from the date of acceptance of the work by the City Council. VI. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide cer- tificate of insurance showing that he has liability insurance coverage. At the same time, the Contractor shall provide the insurance endor- sements on the forms provided as part of the contract documents. The liability insurance coverage shall include each of the following types of insurance. A. General Liability 1. Comprehensive Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products /Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury B. Automobile Liability 1. Comprehensive Form 2. Owned 3. Hired 4. Non -owned 0 VII. GUARANTEES • SP4of6 Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City, and shall repair and replace any and all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and /or materials within the one (1) -year period from date of acceptance, without any expense whatsoever to the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the contractor, who hereby agrees to pay the cost and charges therefor immediately on demand. VIII. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during per- formance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety to the public and workers. IX. TEMPORARY FACILITIES A. The Contractor, his employees and his subcontractors shall not use the paved parking lot at the OASIS center for parking vehicles or storing construction materials. B. The Contractor shall use the unpaved area north of the adjacent to the new building being constructed for parking vehicles and storing construction materials. C. The Contractor, his employees and his subcontractors may use the existing rest -room facilities that are available in the building immediately adjacent to the new building being constructed. D. The Contractor may use water and electricity that is available at the OASIS center; however, the cost of any connections thereto shall be borne by the Contractor. E. The Contractor may not use the City telephones at the OASIS center. CLEANUP AND DISPOSAL A. During the Work At all times during the project, the site shall be kept clean. All dirt, waste and rubbish shall be removed frequently and not allowed to accumulate. B. Final Cleanup SP5of6 In addition to keeping the building and site clean during construction, the Contractor must thoroughly clean the inside of the building, including fixtures, equipment, hardware, walls, ceilings, and doors. This shall include thorough cleaning of window and opening ledges and sills, horizontal projections, exterior steps and platforms, and other surfaces. Dust, dirt, stains, had marks, paint spots, plaster drop pings, or other foreign material shall be completely removed from the surfaces. C. Disposal Under no circumstances shall rubbish or waste material of any descrip- tion be disposed of on the site. All debris, rubbish, and water or surplus material shall be disposed of off the site. XI. PAYMENT A. General 1. The work to be done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary to complete the construction as shown on the plans and described in the Specifications. 2. The lump sum price bid for constructing the classroom building shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 3. Payment for all items of work not separately provide for in the Proposal shall be included in the prices bid for other items of work listed in the Proposal. B. Monthly Progress Payments The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. XII. MATERIALS A. Materials for the building shall be as specified in the architec- tural specifications. The architectural specificatins are included with the plans. • SP6of6 XIII. FIELD ENGINEERING A. General 1. The Contractor shall lay out the work from the drawings, the bench marks and the column lines to be established by City. The Contractor shall establish all additional bench marks, monuments, lines and levels necessary for the construction. 2. To lay out the work and to verify lines and elevations as the work progresses, the Contractor shall employ on experienced and competent Civil Engineer of Land Surveyor registered in the State California. XIV. INSPECTION All work will be inspected. All items covered or all stages of work that are not to remain observable must be inspected and approved before being covered up. The Contractor shall provide timely notice to the City when such inspection is needed. The architect will act as the agent of the City in inspecting the work. Ple) • BY THE CITY COUNCIL March 28, 1988 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA MAR 2 8 1988 ITEM NO. F -3(a) TO: CITY COUNCIL FROM: Public Works Department 1 SUBJECT: CONSTRUCT CLASSROOM AT OASIS (CONTRACT 2663) RECOMMENDATION: 1. Award Contract 2663 to Coastline Construction of Laguna Hills in the total amount of $118,800. 2. Authorize the Mayor and City Clerk to execute the contract. • DISCUSSION: The 1987 -88 budget contains an appropriation of $165,000 from the Parks and Recreation Fund to construct a new classroom on the OASIS north wing for arts and crafts instruction. On March 16, 1988, the City Clerk opened and read three bids for the contract: Bidder Amount Bid 1. Coastline Construction $ 118,800 Laguna Hills 2. Multi- Construction, Inc. 126,137 Orange 3. Southern California Builders 137,000 Mission Viego A fourth bid, received after time was called was returned unopened. • The low bid is 15% under the engineer's estimate of $136,800. 0 0 • The contractor has not worked for the City before. He is properly licensed and bonded. The proposed classroom building is a one -story structure of approx- imately 1440 square feet of floor area, similar in nature to existing classrooms at OASIS. The project budget is as follows: Design $ 15,000 Construction contract 118,800 Testing, etc. 5,000 Miscellaneous & contingencies 8,200 TOTAL 147,000 The plans were prepared by Ron Yeo, FAIA Architect, Corona del Mar. The estimated date of completion is July 31, 1988. Benjamin B. Nolan Public Works Director BBN:kp Attachment • Ronald W. Whitley Parks, Beaches and Recr tion Director I 77 uS 4, Ili tL IA: �7 U:l Li t ea Al 01, 1 Al b7 el 77 uS 4, Ili tL C • TO: CITY COUNCIL FROM: Public Works Department 0 February 8, 1988 BY THE CITY COUNCI TY COUNCIL AGENDA CITY OF NEWPORT BEA EM NO. F -12 FEB 8 1988 APPROVED SUBJECT: CONSTRUCT NEW CLASSROOM AT OASIS CENTER (CONTRACT NO. 2663) RECOMMENDATION: 1. Approve the plans and specifications. 2 Authorize the City Clerk to advertise for bids iM�ia.i�at DISCUSSION: The 1987 -88 budget contains an appropriation of $165,000 from the • Parks and Recreation Fund to construct a new classroom for arts and crafts construction. The location is shown on the attached sketch. A full set of the construction drawings will be on display in the Council conference room. The building is a one -story structure of approximately 1440 square feet, similar to the existing classroom buildings at OASIS. The project budget is as follows: Design $ 15,000 Construction 1,440 s.f. @ $95 /s.f. 136,800 Testing, etc. 5,000 Miscellaneous & contingencies (10X) 8,200 Total $165,000 The plans were prepared by Ron Yeo, FAIA Architect, of Corona del Mar. The estimated date of completion is July 31, 1988. •aBenJaminn14B. Nolan Mark Deven Public Works Director Recreation Superintendent KLP:jd Att. (V 10 4 'A i < p z vy L- ------- ----- 7-1 • T- Vi L- ------- ----- 7-1 •