HomeMy WebLinkAboutC-2694 - Construct Boundary Wall at Corporation YardCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 26, 1988
(714) 644 -3005
Britton Construction Company
420 N. Marine Avenue
Wilmington, CA 90744
Subject: Surety: The Ohio Casualty Insurance Company
Bonds No.: 2- 689 -336'
Contract No.: C -2694
Project: Construct Boundary Wall at
Corporation Yard
The City Council of Newport Beach on August 22, 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 sections of the Civil Code.
The Notice was recorded
August 29, 1988, Reference
I
Sincerely,
Wanda E. Raggi�
City Clerk
by the Orange County Recorder on
No. 88- 430442.
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City C1erkA/ ?Rte` '
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NO CONSIDERATION
Own RECORDING REQUEST PER
GOVERNMENT CODE 6103
EXC 2PT
NOTICE OF COMPLETION
PUBLIC WORKS
88- 430442
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY CALIFORNIA
0,345 PM AUG 29'88
C>'�4-a �.
"1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 22, 1988
the Public Works project consisting of Construct Boundary Wall at Corporation Yard
on which. Britton Con
was the contractor. and
was the surety, was cor
ction Company, 420 N. Marin
The Ohio Casualty Insurance
CIT F NEW BEACH
r /
Public Works Director .
,
VERIFICATION -�<
I, the undersigned, say: C�`l 1
I am the Public Works Director of the City of Newport Beach; %coWrV6 �D
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true an
Execu ted on August 24, 1988 at Newport Beach. California.
Public W6rks 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 August 22, 1988 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 August 24, 1988 at Newport Beach, California.
i
City Clerk
gy(�•�.. *f:�'41+JIR(i is
,, d.,:.....t ,.
i. i._. .i VtlM ....
r , ps)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: BOUNDARY WALL AT THE CORPORATION YARD
CONTRACT NO. 2694
RECOMMENDATIONS:
August 22, 1988
CITY COUNCIL AGENDA
ITEM N0. F -13
BY THE CITY COON' IL
CITY OF NEVr'P01 BEACE
AUG 2 2 1988
APPROVED
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The Contract for construction of a boundary wall at the Corporation
Yard was substantially completed to the satisfaction of the Public. Works
Department and the General Services Department. The project consisted of
constructing 404 linear feet of reinforced concrete block retaining wall along
the northerly boundary of the Corporation Yard. The location is shown on the
attached sketch.
City forces cleared the site and prepared the subgrade. The
Contractor then built the foundation and wall. City forces will backfill and
construct a drainage swale behind the wall; pave in front of the wall; and
construct a chain link fence, either behind or on top of the wall.
The bid price was:
$47,440.90
The amount of unit price items constructed
47,153.72
The amount of change orders
0
The total contract price was
$47,153.72
Design
$ 2,800.00
Construction
Construction contract
$47,153.72
Chain link fence (Fence contractor)
2,500.00
Excavation and backfill (City)
5,000.00
Drainage structures (City)
2,500.00
Asphalt pavement (City)
1,000.00
Subtotal construction $58,153.72
Total project cost $60,963.72
C
Subject: Boundary Wall at the Corporatin Yard (C -2694)
August 22, 1988
Page 2
•
The Contract was awarded to Britton Construction Company of Wilmington
on July 11, 1987. The Contractor's portion of the work was completed on August
5, 1988.
The project was financed by an appropriation from the General Fund in
the 1987 -88 budget.
The plans were prepared by Norris - Repke, Inc., of Tustin.
Benjamin B. Nolan
Public Works Director
KP:so
Attachment
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
(�,fr%fiG� �c �yj2Ra -�GE�
T0: FINANCE DIRECTOR
7,atl -XX
FROM: CITY CLERK
DATE: July 26, 1988
SUBJECT: Contract No. C -2694
Description of Contract Construct Boundary Wall at Corporation
Yard.
Effective date of Contract July 26, 1988
Authorized by Minute Action, approved on July 11, 1988
Contract with Britton Construction Company
Address 420 N. Marine Avenue
Wilmington, CA 90744
Amount of Contract $47,440.90
6e 4e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0
TO: (1) CITY ATTORNEY
(2) MAYOR
(3) CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCT BOUNDARY WALL AT CORPORATION YARD
CONTRACT NO. 2694
1. 4 copies of Contract
ACTION REQUESTED:
1. Attorney
a. Approve as to form and sign.
b. Forward to the Mayor.
2. Mayor
a. Signature requested.
b. Forward to the City Clerk.
0
July 21, 1988
3. City Clerk
a. Attest
b. Return to the Public Works Department
to the Shauna Oyler.
Shauna Oyler
Public Works Department
Attachments
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 29th day of June __ , 1988,
at whicc tipsus such bids sWaaTT be opened and read for
CONSTRUCT BOUNDARY WALL AT CORPORATION YARD
ift e of Project
u
2694
Contract No.
$60,000.00
Engineer's Estimali
a'
\�� o
Approved by the City Council
this 23rd day of May , 1988.
& " Z�
Wanda E. Raggio / U
City Clerk
Rust,L � a
` ,UL 2 01968 �
r
\r CALIF,
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.
Pro ect Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCT BOUNDARY WALL AT CORPORATON YARD
CONTRACT NO. 2694
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 Specifications are printed on the Plans.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCT BOUNDARY WALL AT THE CORPORATION YARD
PROPOSAL
19TiT.W1.1
CONTRACT NO. 2694
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen
P 1.1
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examine., the Plans (Drawing No. M- 5273 -5, consisting of 2
sheets), and the Special Provisions, and hereby proposes to furnish all materials and do all
the work required to complete this Contract No. 2694 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
1. 140 Construct reinforced concrete footing
Linear for Wall 1 for the unit price of:
Feet
@ Thirty-Six ----------------------- Dollars
and
Sixty - One------------------- - - - - -- Cents $ 36.61 $5 125.40
Per Linear Foot
2. 264 Construct reinforced concrete footing
Linear for Wall 2 for the unit price of:
Feet
@ Forty- Seven---------------- - - - - -- Dollars
and
Thirty- Three---------------- - - - - -- Cents $ 47.33 $12,495.12
Per Lineoot
3. 1323 Construct 8" thick reinforced concrete
Face block wall for the unit price of:
Feet
@ Eight---------- ------- ---- - -- - --- -Dollars
and
Sixteen--------------------- - - - - -- -Cents $8.16 $10,795.68
Per Face Foot
4
A
1670 Construct 12" thick reinforced concrete
Face block wall for the unit price of:
Feet
@ Ten---- ----- ---- --- -------- - --- -- Dollars
and
Forty-Ono Cents $10.41
P er Per Face oot
41 Furnish and install 24" long 3" diameter
Each pipe sleeves in walls for the unit
price of:
P 1.2
$ 17,384.70
@ Forty----------------------- - - - - -- Dollars
and
No-------------------------- - - - - -- -Cents $40.00 $1.640.00
TOTAL PRICE WRITTEN IN WORDS
(Items 1 through 5 inclusive)
Forty -Seven Thousand Four Hundred - Forty------- - - - - -- Dollars
and
Ninety---------------------------------------- - - - - -- -Cents $ 47,440.90
June 29, 1988 Britton Construction Company
Date Bidder
(213) 518 -3484
Bidder's Telephone Number
r
e
390784 A & C -29 1 420 N. Marine Avenue Wilmington, CA 90744
Contractor's License No. & Classi ication B diB der's -A -dress
•
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.
390784 A & C -29
Contr's Lic. No. & Classification
June 29, 1988
Date
Page 2
s /W. Britton /Britton Construction Co.
Bidder
s /W. Britton /President
Authorized Signature/Title
0
DESIGNATION OF SUBCONTRACTOR(S)
1]
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. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Britton Construction Company
Bidder
s/W. Britton /President
A— u 0 ed Signature Title
FOR ORIGINAL SEE CIgCLERK'S FILE COPY.
Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Britton Construction Company as bidder,
and Ohio Casualty Insurance Company
and firmly bound unto the City of Newport
Ten percent of the total amount bid
lawful money of the United States for the
be made, we bind ourselves, jointly and s
THE CONDITION OF THE FOREGOING OBLIGATION
, as Surety, are held
Beach, California, in the sum of
Dollars ($ 10% ),
payment of which sum well and truly to
2verally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Construct Boundar,
1 at
le o
ration Yard
2694
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 9R day
of June 19 88.
(Attach acknowledgement of Bid er
Attorney -in -Fact)
s /Linda D. Coats
Notary Public c
Commission Expires: 4/30/90
s /W. Britton /President
Authorized Signature /Title
Ohio Casualty Insurance Company
Surety
By s /Douglas A. Rapp
Title Attorney in Fact
0 0 Page 5
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 28th day of ,liinp ,
1988.
My commission expires:
April 27, 1990
Britton Construction Company
s /W.Britton /President
Authorized Signature /Title
s /Rose Ann Brown
Notary Public
0
Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No
Bidder
uthorized Signature /Title
Page 7
NOTICE
. 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 edirion of Best's Key Ratin Guide:. Pro ert - Casualt
Coverages shall be prove ed or a P 0 N URA 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.
i
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
PAYMENT BOND Bond.N6. 2- 689 -336
Premium: Included
Executed In Quadruplicate
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted; July 11,:1988
has awarded to Britton Construction.Company
hereinafter designated as the "Principal ", a contract for
Construct Boundary Wall at Corporation Yard (C -2694)
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 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 Britton Construction Company
as Principal, and The Ohio Casualty Insurance Company
as Surety, are held firmly bound unto the City of Newport.Beach, in the sum of.
Forty -seven thousand four hundred forty and 90/100's -7'- Dollars'($ 47,440.90 )�
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 Onemploy-
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
•
Payment Bond (Continued)
Page 9.
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 18th day of July 19 88
Britton Construction Company
Name of Contractor Principal =
1
Authorized Signature and Title
-
Authorized Signature and Title
J The Ohio Casualty Insurance C'oipany
(Seal)
Name of Surety
1333 Mayflower Avenue
Monrovia, CA 91016
signature aA iitie or Aateorizea Agent
Douglas A app, Attorney -in -Fact
P.O. Box 64 Rosemead, CA 91770
Address of gent
818 -571 -6560
Telephone No. of Agent
G
1
I
I
r
v
.
sa
O
C
ro
s4
jIH111HailHpllle
QQ
�NmULLO�
4> Z-
�Z4
c E.
Ur
:i 1111111H11111111111r
zs
o
U
m
v
3
a
14
q
G
+4-1
0 10
0 O
O
O
-
a
u
ro
ro
E
04
0
>1
A
Q)
4
0
0)
+)
u
-4
4J
4
0
rd
41
r.
w
r.
a
0
a)
0
3
0)
-11
A
N
0
A
+)
L4
0
ro
+)
0)
x
0
sa
-�1
41
0
ate.,
aa)
r-4
4
Uo
ro
o
ro
.
~
U
romomro4
x
U
u
•4
w
U
>
to
a)
>
-H
a
U
w
r
Q)
ro
0
0
41
�4
44
4J
r
o
+o)
ro
�
•.1
w
U
O
ro
0)
a
to
w
A
>4
q
rn
O
ro
C
U
'-1
+)
O
ro
G
+)
U
w
a)
-r1
0
F;
+)
ro
ro
•.i
in
A
N
?4
4
U
cn
1
+1
+U )
r-1
p,
m
m
w
ro
w
cn
w
1
O
W
0
0
4'
°
ro
-P
ro
o
a
a
•rq
U
10
w
0
3
0)
r
U)
ro
a
v
41
3
a
G.
O
i)
rd
0
L
o
a
"
to
to
Q)
F
E
O
a
C
F4
X
r
H
cn
U
o
o
ro
ro
3
b-
sa
O
C
ro
s4
jIH111HailHpllle
QQ
�NmULLO�
4> Z-
�Z4
c E.
Ur
:i 1111111H11111111111r
w
0
U
M
2
L,
ro
0
Z
a
b
d
M �
b
C 6
y m
d ro
Z �
N �
0
0
a i7
6
w
W
R
m
N
W Cop
W m
N W �
u
o a-�°
M N 'T
DW
U
o °
F F
% 9
FO U O
d
F
}f
A
O
N a
0 0
0 w
w °
m e
a 0
u u
N
b 0
U >1
0 Id
U Id
M H
m w
i
i
J
i
J
J
i
J
i
i
i
J
r
J
1
,
1
a
.f
1
1
i
L
c
E
L
L
L
C
L
C
a
i
4
t m
� a
C 'C
f E
7 K
S C
J L
a c
i C
O
h +C
L)
ro
0
J
4
J 0
U
J
J L
1 W
O
l
. w
i rt
i�
i A
1
1 O
1 @
i ro
.0
JJ
1 b
A
t �
I U
� A
I y
N
i
1
I
m
u
a
F
i
� N
ro
4
O
W
ro
U
w
0
U �2
w
1
C
L
d
C
0
V
,J
m a
m N
E .J 2 g
a a SJ
C •H Lie
w e
0 0 _
N
F ro
b ;
m C
b
? W
N C
JJ N
m 3 m
0
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,.That
Page 10
Bond No. 2- 689 -336
Premium: $683.00
Executed In Quadruplicate
WHEREAS, the City. Council of the City of Newport Beach, State of California, by
motion adopted July 11, 1988
has awarded to Britton Construction Company
hereinafter designated as the "Principal", a contract for
Construct Boundary 1Jall at Corporation Yard (C -2694)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport.Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof-require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Britton Construction Company
as Principal, and The Ohio Casualty Insurance Company
as Surety, are ,held and firmly bound unto the City of Newport Beach, in the sum of
Forty -seven thousand four hundred forty and 90 /100'x- - - - - -- Dollars ($ 47,440.90
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'
rr
5
1
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 18th day of July 1988
Britton Construction Company seal -
Name of Contractor Principal)
ed Signature and Title
Authorized Signature and Title
The Ohio Casualty Insurance Company__ :(Seal)
Name of Surety
1333 Mayflower Avenue
Monrovia, CA 91016
Address of Surety
Signature Title of Nthdrized.Agent
Douglas "app, Attorney -in -Fact
P.O. Box 647 Rosemead, CA 91770
Address of Agent
818 -571 -6560
Telephone No, of Agent
J/
J \
1
I
71
H
0
w
H
U
�1
E
F
'
Ci
U)
W
W
a
a�
N
a
W
F
Z
U
ns
0 a)
m 3
v 4 G
JJ W O O O C
a — W •.a
a 4 O
� x
v o v +
4 -I 1) .0
o 4J a
w G q O
a) 0 3 v •11
A W O A +J
4 C m JI)
Q) x 0 4 •l^I
04 � o o
li � m U U �
ru r q U
CO N ro OC x
O 4 •,q 4P 0
>, z) a) >
•q O. a) w C
a) ro o 0
4 N - >r 11
11 4 W -W
4 0 �q m
•,f W U C O
M v a
ro W A 4
fd •.a Z U
+J O
�
N w 4
r- 4J
LW (D
•,A 0 E a-)
61-1 a m
W 4 ,C
0 .'i .0 u
W W W
ro O
w ? A •� E
O to O 9 O
ro o z .11 4'
r O
�ro o 0) ro
o E 3
b 4� T) G
x � a) � ro
D 0 a) 'O
o w d ro
,1►.
ra
O
W
—4
ro
U
.�
w
w
O ynnunmmunnu
'6 = z z =
C = Vz66tJ'z�j
- °Q9!9
OQp _
� aO �a
[2l :IOPIU11111�NIW1
H
3
a
O+ P
"'I N
^� a
4
v
b y.
C
N
a ro
t 'i
a+ °I
O
0
v ca
6
v
H
O
W
A I
N
VD
Iq OOD
W rn
M W ~
oz
O C
.7 T
7
U
m
w o
0
N
w F
a
W- U O
y ! -mew
%,
.•I
.4
ro
C
0
w
M
a
LL
v
u
ro
N
b
C
ro
T
u
c
O
0
U
b
�.t
a
a
E
O
O
K
X
ro
C
O
m
M
a
m
E
ro
C
M
O
x
s
C
O
a
M
w
A
a
t
u
ro
r
u
v
6
u°
sl
U
b
w
C
I
v
C
0
0
N
u
ro
ro
a
E
a
C
F
M
a
W
.H
t
b
c
ro
u
v
M
ro �
N �4
W
W
0
r
C
C
ro '1
Z M�
E
a
a
c
u
.+ w
3 to
b
a
a
o
A
a
w
u
o
s
a
ro
U
A
C
O
u
0
H
u
ro
E
c
O
C
C
a
C
w
>.
U
ro
C
4
C
.�
,a
a
u
v a
ro
u
'O
U
4
V
O
ro
a
2
7
w
,C
w
a
1
N
0
b
C
a
O+ P
"'I N
^� a
4
v
b y.
C
N
a ro
t 'i
a+ °I
O
0
v ca
6
v
H
O
W
A I
N
VD
Iq OOD
W rn
M W ~
oz
O C
.7 T
7
U
m
w o
0
N
w F
a
W- U O
y ! -mew
%,
.•I
.4
ro
C
0
w
M
a
LL
v
u
ro
N
b
C
ro
T
u
c
O
0
U
b
�.t
a
a
E
O
O
K
X
ro
C
O
m
M
a
m
E
ro
C
M
O
x
s
C
O
a
M
w
A
a
t
u
ro
r
u
v
6
u°
sl
U
b
w
C
I
v
C
0
0
N
u
ro
ro
a
E
a
C
F
M
a
W
.H
t
b
c
ro
u
v
M
ro �
N �4
W
W
0
r
C
C
ro '1
Z M�
E
a
a
c
u
.+ w
3 to
CENTMO COPY OP POWER OF ATTOOEY
THE O=O CASUALTY INSURANCE COMPANY
MGM arncK, SAMMTM OIYO
No. 23 -533
Ibpy f A9 !ay b; That 'ME OHIO CASUALTY INSURANCE col1pANY. in peewee
of authority panted by Ar" VSeSection 7 of the By -Lawn of mid Comgnt does hereby nominate, constitute and appoint,
Richard K. Rosskopf or John Z. Schmidt or Richard C. Lloyd
or Douglas A. Rapp or Linda D. Coats - - - - - - - of Pasadena, California - - - -
its true and lawful agent and attorney -In -fact. to make, execute. goal and deliver for and an its behalf a mrsty, and as
its act and deed any and aD BONDS, UNDERTAKWA and RECOGNRANCES. not exceeding in any single, irtaace
SIX MILLION - - - - - - - - - - - - - - - - - - - - - - - - (s 6, 000, 000.00- DoD.n
exeeeding. however, any hoad(s) or undett n
aking(s) guaateeing the payment of notes and interest therwn
And the •:scaiiea of such bonds or undertakings in punassaee of the" ream4 shall he a binding span mid Cempan
as fully and amply. to all intent• and purposes, as if they had boon duly mocuted and acknowledged by the rvgufar�
elected ofcere of the Company at its ofee in Hamilton. Ohio, in their own proper pore ms.
The authority granted hereunder supenedee any previous authority heretofore granted the abev named atterney(s)- in-fatx.
OEA In WITNESS WHEREOF, the undersigned, ofcer of the mid The Ohio Casualty
Insurance Company has hereunto subacribed ame and afxed the Ce to Seal of the mid The Ohio Casualty Iasuranc• Cop y of J y 19 .... .. ...R.....
STATE OF OHIO. ) Asst. Secre
COUNTY OF BUTLER �
on this 27th day of July A. D. 19 87 before
the subscriber, a Notary Public of the State of Obi *, in and for the County of Butler, duly commissioned and qualified. "me
Richard T. Hoffman, Asst. S�r1tarl, -- - Of THE OHIO CASUALTY INSURANCE COMPANY, to we
personally known to be the individual a e car ascribed in, and who executed the preceding instrument, and be acknow.
lodged execution of the same, and being by me duly sworn dcposeth and with, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument it the Corporate Seal of said Company, and the mid Corporate
Seal and his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the
said Corporation.
pa,esm IN TESTIMONY WHEREOF, !lava hereunto not my band and affixed my Ofcial
,ttyW tqr Seal at the City of Hamilton. State of Ohio, the ay and year first above written.
,a
" + Notary Public in and for n/y of er. Sbte eF 0 -f
My Commission expi „ "December „25,1 lggl.
This power of attorney is granted under and by authority of Article VI. Section 7 of the By -Laws of the Company, adopted by
its directors an April 2. 1954, extracts from which read:
"ARTICLE VP'
"Section 7. Appointment of Attorsay -in -Fact, etc. The chairman of the board, the president, any vice•preaident, the
secretary er any assistant secretary •hall be and is hereby vested with full power and authority to appoint attereeynin -fgct
for the purpose of signing the name of the Company as surety to• and to execute, attach the corporate seal, acknowledge
and deliver any and all bonds, recozoiraaces, stipulations. undertakings or other instruments of suretyship and policies of
insurance to he given in favor of any individual. firm. corporation, or the official representative thereof• or to any county
or state, or any official beard or boards of county or Nate, or the United States of America, or to any other political sub.
division.-
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27, 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -lows to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and mal.
to be valid and binding upon the Company with the same force and effect as though manually affixed.”
CERTIFICATE
1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney. Article VI Section 7 of the bylaws of the Company and the above Resolution of its Board of Director are true
and correct copies and ere in fun force and effect on this date.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 18th any of JulyA.D.. 1988
e
ERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
ERTIFICATE OF INSURANCE
Page 12
Company A
Letter Aetna Casualty & Surety Co.
C
C
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).
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Policy
Exp.
Date
LIMITS OF LIABILITY
IN THOUS
DS 00,
Each
JAg.Pr0
Comple
Occurrence
0 erat
A
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
x Explosion & Collapse Hazard
83CO
5246732
9/30/88
Bodily Injury
y
Property Damage
$
$
$
$
x Underground Hazard
x Products /Completed Operations
Hazard
Bodily Injury
and Property
x Contractual Insurance
Damage Combined
$1,000
$2,000
x Broad Form Property Damage
x Independent Contractors
X Personal Injury
Marine
Personal Injury
$1,000
Aviation
AUTOMOTIVE LIABILITY
A
❑ Comprehensive Form
Owned
83CO
5246732
9/30/88
Bodily Injury
P
odilyInjur
$
$
y
Each Occurrence
❑❑ x Hired
ro ey a e
my
r a
n�
Property Damage
❑x Non -owned
Combined
$ 1,000
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statuto
and
ac
EMPLOYER'S LIABILITY
Accider
OTE: 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
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
y�
ve
date: 7118/88
Agency: �; - °&- 81eek Svcc
Telephone: (818) 571 -6560
iescription of operations /locations /vehicles: All operations performed for the City of Newport
;each by or on behalf of the named insured in connection with the following designated contract:
Construct Boundary Wall at Corporation Yard.(C -2694)
IOTICE: This certificate or verification of insurance is not an insurance poiTcy-aw-d 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.
ar
NOTE THIS POLICY &RS ONLY NON -OWNED AND HIRED V CLES Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. 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
( YA Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
$ each occurrence
$ 1,000 non 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:
This endorsement is effective 7118/88
Policy No. 8300 5246732 .
Named Insured Britton Construction Co.
ect iitie
t 12:01 A.M. and forms a part of
No. 71888-A
C oon & Black n ra ce Svcs
Name of Insurance Company Aetna Casualty & Surety Co.gy_
Autho zed Represeiffative
Douglas'H. Judson, President
• • Page 14
CITY OF NEWPORT BEACH
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 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:
"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
(Y4 Single Limit
Bodily Injury Liability $ 1,000,000 each occurrence
and 2,000,000 Aggregate
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: Construct Boundar Wal -2694)
(Project Tit a and Contract No.
This endorsement is effective 7/18/88 at 12:01 A.M. and forms a part of
Policy No. 83CO 5246732
Named Insured Britton Construction Co. Endorsement No.71auan
Coon 5 Black Insuyagce Svcs
Name of Insurance Company Aetna Casualty. s Surety
ithorized Representative
Douglas H. Judson, President
• Page 15
CONTRACT
THIS AGREEMENT, entered into t v[aay of 19
by and between the CITY OF NEWPORT BEAC_- reinafter " - an
Britton Construction Company ?iireinafter "Contractor,' is mas e�h
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
Wall at Corporation Yard (C -2694) 2694
e f 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 Boundary Wall at Corporation Yard (C -2694) 2694
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
Forty seven thousand, four hundred forty and 90/100 ($ 47.440_gn
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-.,Boundary
Wall at Corporation Yard #2694
Title of Project Contract No.
(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.
ATTEST:
CIT
By
APPROVED AS TO FORM:
aV
Britton Construction Comoanv
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
i
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCT BOUNDARY WALL AT CORPORATION YARD
CONTRACT NO. 2694
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 . . . . . . . . . . . . . . .
. . . . . . . . 3
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 . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 6
XIII.
FIELD ENGINEERING . . . . . . . . . . . . . . . . .
. . . . . . . . 6
XIV.
INSPECTION . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CONSTRUCT BOUNDARY WALL CORPORATION
CONTRACT NO. 2694
I. GENERAL CONDITIONS
SPIof6
The parties to this contract are the City of Newport Beach and the
Contractor.
The Standard S ecifications of the City of Newport Beach shall govern
contractua re ationships between the parties to this contract.
II. ADMINISTRATION OF THE CONTRACT
The Public Works Director of the City of Newport Beach shall administer
this contract for the City.
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
approximately 404 linear feet of reinforced concrete block masonry
retaining wall, varying in height from 6 feet 8 inches to 8 feet,
along the northerly boundary line of the City of Newport Beach
Corporation Yard located at 592 Superior Avenue, Newport Beach,
California.
B. The work to be done by the contractor under this contract includes
furnishing all labor, materials, vehicles, tools, machines, equip-
ment, transportation and incidentals necessary to complete the
contractor's portion of the work.
C. Prior to start of work by the contractor, the City will:
1. Provide a temporary benchmark and a base line for the use of
the Contractor.
2. Rough grade the site, removing earth to the approximate eleva-
tion of the top of the footings, and sloping back onto adjacent
property to daylight at a slope of 2 feet horizontal to 1 foot
vertical.
•
SP 2 of 6
3. Compact the soil underneath the footings to 95% of relative
compaction in the top 6 inches of soil, and 90% below the top 6
inches of soil.
D. Items of work to be done by the contractor include:
1. Secure and pay for permits, fees and licenses.
2. Comply with all applicable codes, ordinances, rules, regula-
tions, orders and other legal requirements of public authori-
ties which bear on performance of the work.
3. .Excavate for foundations and deposit excess soil neatly in
windrows on the pavement on City property adjacent to the
retaining wall as designated by the City representative.
4. Construct reinforced concrete foundations and reinforced
grouted concrete block retaining wall including inserts for
future fence posts.
5. Clean up site and dispose of construction debris off site.
E. Items of work to be done by City after the contractor has
constructed the wall include:
1. Backfill behind the retaining wall.
2. Construct chain link fence.
3. Construct drainage facilities.
4. Pave between wall and existing pavement on City property.
5. Dispose of excess soil.
F. 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 Construction, the
City's Standard Specifications (Standard MAN for Public
Works Construction, 1985 Ed iti.on and 9 and 9 Supp em —en ts ,
the specifications, and reference specifications.
1. Copies of the Standard Specifications may be purchased from
Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, telephone (213) 870 -9871. Copies of the
City's Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department for $5.00 per set.
0 0
SP 3 of 6
G. 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 by the City must be paid by
the Contractor.
3. All contractors and subcontractors on the project must have a
current City business license.
IV. TINE OF CONTRACT
The date of the contract is the date contract is awarded by the City
Council.
The contract shall be completed within 90 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
SP 4 of 6
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
VII. GUARANTEES
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 may use
existing restroom facilities that are available at the Corporation
Yard.
B. The Contractor may use water and electricity that is available at
the site; however, the cost of any connections thereto shall be
borne by the Contractor.
The Contractor may not use the City telephones at the Corporation
Yard; however, there is a pay telephone at the site near the
Administration Building.
X
r
CLEANUP AND DISPOSAL
A. During the Work
At all times during.the
dirt, waste and rubbish
to accumulate.
B. Disposal
to
SP 5 of 6
project, the site shall be kept clean. All
shall be removed frequently and not allowed
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 unit prices bid for constructing the footings, walls, and
pipe inserts 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 provided 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 specifica-
tions. The specifications are printed on the plans.
• SP6of6
XIII. FIELD ENGINEERING
The Contractor shall lay out the work from a bench mark and a baseline
to be established by the City.
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.
"I am aware of the provisions
which require every employer
for workers' compensation or
dance with the provisions of
provisions before commencing
contract."
of Section 3700 of the Labor Code
to be insured against liability
to undertake self- insurance in accor-
that code, and I will comply with such
the performance of the work of this
Ddte,v 19f 19RR $1 9 7
Britton Construction Company
Contractor
July 11, 1988
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
•
TO: CITY COUNCIL BY THE CITY COUNCIL
FROM: Public Works Department
CITY OF NEWPORT BEACH
SUBJECT: CONSTRUCT BOUNDARY WALL AT THE CORPORATION YARD JUL 1 1 1988
CONTRACT NO. 2694 — APP110 VED
RECOMMENDATIONS:
1. Award Contract No. 2694 to Britton Construction, of Wilmington, in the
amount of $47,440.90.
2. Authorize the Mayor and City Clerk to execute the Contract.
DISCUSSION:
At 11:00 A.M. on June 29, 1988, the City Clerk opened and read seven
bids for the subject project:
• 1. Britton Construction, Wilmington $47,440.90
2. The Patterson Co., La Habra 50,212.75
3. Millsco Construction, Whittier 51,700.00
4. Grandstrom Masonry, Torrance 56,133.00
5. Neff Contracting, Anaheim 58,600.00
6. William Murray, Riverside 61,530.75
7. Devcon Enterprises, Inc., Corona 71,262.00
The low bid was 79% of the Engineer's estimate of $60,000.
The plans were prepared by Norris - Repke, Inc., of Tustin. The
estimated date of completion is September 15, 1988.
The low bidder has not previously worked for the City; however, he is
properly licensed and a review of his references indicates that he is well
qualified.
The plans provide that City forces will prepare the site for the
masonry contractor; will backfill after the wall has been built; and pave
• adjacent to the wall. Additional chain link fencing will be constructed by a
fence contractor.
The purpose of the wall is to provide yard security; to serve as a
retaining wall which will provide more storage space; and to partly screen the
proposed rubbish transfer station from adjacent property to the north. The
location is shown on the attached sketch.
pg)
•
•
C
Subject: Construct Boundary Wall at the Corporation Yard (C -2694)
July 11, 1988
Page 2
The 1988 -89 budget contains an appropriation of $81,850 from the
General Fund in Account No. 02- 3197 -438 to construct the boundary wall.
The project budget is a follows:
Design (paid for from 1987 -88 appropriation)
Construction Contract
Other
Chain link fence $2,500.00
Excavation and backfill 5,000.00
Drainage structures 2,500.00
Asphalt pavement 1,000.00
Testing and miscellaneous 2,000.00
Subtotal
TOTAL
$ 2,800.00
47,440.90
12,500.00
$64,740.90
A set of the plans will be on display in the Council's conference
room.
Benjamin B. Nolan
Public Works Director
KP:so
Attachment
z
Ed
• •
(NDuSTZIAL WAY
i'C'rY SOUNDA:LY
Ell
W4A 4k
IJ
FAOL.
D
BLG'.
4.
T
ATloW YAAZ
FL tj
UN
UN
CX
3
R- K
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
E
May 23, 1988
CITY COUNCIL AGENDA
ITEM NO. F -13
SUBJECT: CONSTRUCT BOUNDARY WALL AT THE CORPORATION YARD
CONTRACT NO. 2694
RECOMMENDATION:
1. Approve the plans and specifications.
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
•::
L is 7 ED
2. Authorize the City Clerk to advertise for hiii° ^---ad -`
11 .nn n M
DISCUSSION:
The 1987 -88 budget contains an appropriation of $33,000 to construct
an eight- foot -high block wall along the north boundary of the Corporation Yard.
The location is shown on the attached sketch.
The purpose of the wall is to provide yard security; to serve as a
retaining wall which will provide more storage space; and to partly screen the
proposed rubbish transfer station from adjacent property to the north.
The informal bid process was used to call for bids to construct the
wall. Four local masonry contractors were invited to submit informal bids. One
bid in the amount of $87,000 was submitted. The plans have been revised in
order to reduce the total cost; however, it is apparent that the cost will
exceed the $30,000 limit on informal contracts.
The project budget is as follows:
Design:
Construction:
Contract (footings and wall) $66,800
Testing and miscellaneous 2,000
Chain link fence (Not in contract) 2,500
Excavation and backfill (City forces) 5,000
Drainage Structures (City forces) 3,000
Asphalt pavement (City forces) 1,000
Subtotal (construction)
Total project cost
$2,300
$80,300
$82,600
ps)
w �
r 1
U
•
Subject: Construct Boundary Wall at the Corporation Yard (C -2694)
Page 2
• The
design fees have been paid. The anticipated construction costs
are $80,300.
There is approximately $81,847
remaining unspent in
five separate
accounts for
improvements at the Corporation
Yard which, if approved,
could be
used to pay for the wall as follows:
Project
Account No.
Amount
1.
Phase I and II Improvements
02- 3397 -119
$27,103
2.
Construct warehouse
02- 0797 -386
5,564
3.
Grading and paving
02- 0797 -437
16,559
4.
Generator
02- 3197 -438
1,921
5.
Boundary wall
02- 3197 -438
30,700
Subtotal
$81,847
The
plans were prepared by Norris - Repke, Inc., of Tustin.
The esti-
mated date of
•
completion is August 31, 1988.
A set
of the plans will be on display
in the Council's
conference
room.
4 >�"�a�Gr+tiw ltL.
Benjamin B. Nolan
Public Works Director
BBN:kp
Attachment
r �
�J
•
0
0
nQ
W
a
N
JNpt/8T2/GG Me Vol
F
L J
9Td
l
i I
cl
C.
- — --
�� Ii
j BLDG. a'
rYL®ariNgeOr� I�00LOSr L /N�t
i t
WddNP K L-1 L -�
- 7?UBB /SN _ I
TPdM9f�Q "
WdPE'HOUSE I - --") �19T4LL I I
L _ I BLDG I
u
I
F_
I
ilk I
to _
I � i 6HGr0 —�
L -- -- - - ----
P5E4Y
I AUTO I L_ L_
I I
I I I
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C0AFA70.?G 7*10A1 YeoeO
DRAWN W. `�• DATE
APPROVED
0
NJ
Q
3
�W
2
rBLOv. I
PUBLIC WORKS DIRECTOR
R.E. NO.
see S&P &oioo .O r &.
3 DRAWING N0.
Authorized to PubhSh Advertisements of all Its including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961, and
A- 24631. dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange Gus "t" AO~Wq oo.v�a
py , �.' q f N I ZZ
wm 10 X. C� o Ili
I am a Citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange. State of California, and that_ a
Notice of Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for 1 +; me
consecutive weeks to wit the issue(s) of
May 27 , 198 —.
198_
198_
198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on May 27 198 a
at Cosh Mesa, Califcorn
°✓ ) �- Signature
3�
PROOF OF PUBLICATION
•
be
Of
until 11:oo a.m.
i day of June,
Ach time such
0 opened. and
by the City
23rd day or
RAf410, city
amoere may
n of bid docu-
»t at the offka