HomeMy WebLinkAboutC-2715 - Avon Street Improvements - Riverside Avenue to 300 Feet Westerly; Riverside Avenue Storm Drain; Line C-Cliff Drive Park Storm Drain, Phase IITO:
RELEASE OF STOP NOTICE
or party
RECEIVED
MAR 23 1990
OF
�A
gum
top Notice was i =ile
P.O. Box 1768, Newport Beach, CA 92658 -8915
Address
You are hereby notified that the undersigned claimant releases that
certain Stop Notice dated , as amended
in the amount of $ 2,093.1 285,67 -- tOtaTT.T. . 46
against City of Newport Beach
as owner or public body and General Procurement
as prime contractor in connection with the work of improvement known
as Avon and Riverside Storm Drain (C- 2715)
in the City of Newport Beach County of Orange
State of California.
Date March 23, 1990
Name of Claimant S.F., Eaton CO.
Verification for By
Partnership or
Sole Ownership
(Claimant or Representative)
being first duly sworn deposes and says that
(Owner, Partner, or Agent)
of
named as claimant in the foregoing claim,
that he has read said claim and knows
the contents thereof, and that the facts
therein stated are true.
x
(Signature of Affiant)
Subscribed and sworn to before me this
day of , 19
Notary
Stamp
(Signature of Notary Public)
holds
w- 514T,0:
men
ry Gis.
iG'C/:�s2t0�icc2�c:x.� p
i
I
LABOR COMMISSIONER, STATE OF CALIFORNIA
Department of Industrial Relations
Division of Labor Standards Enforcement
Bureau of Field Enforcement
245 W. Broadway, Room 450
1N0UST
°'�ti'•9(
Long Beach, CA 90802
1
:••'''
(213) 590 -5466
:' <^
�`��`• 9�
��a i
"R "R °' "` BODY:--
°" RECEIVED
CITY OF NEWPORT BEACH
yo Zi
_
s'Il
Public Works Department
y
OT OF
ar\P.
poi
3300 Newport Boulevard
I�rpaEr 9FAa1
CAL%fO
Newport Beach, CA 92663
L_ ATTN: G.P. Dunigan, Jr.
DATE:
November 21, 1989
IN RKPLY, RCFKR TO CA.1 NUMRX.:
27 -PW- 02691/712
NOTICE TO WITHHOLD
PROJECT NAME / CONTRACT NUMReR
Avon /Riverside Storm Drain (C -2715)
✓RIME CONTRACTOR 245 Fischer Avenue, A -9
General Procurement Construction Co. Inc. Costa Mesa, CA 92626
SUB- CONTRACTOR
Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENAL ASSESSMENT pertaining to
the above -named project.
You arf,{lirj5ted jg withhold and retain from any payments due the general contractor the total amount
of $ o yy 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. If
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
B" oL/
Joseph M. DiFranceco
RW - 13 I5/87) NOTICE TO WITHHOLD
uaCs 22
aff TO:
o M ✓avor
f71 C ; ncilsnert
�r If.�rltey .
is "sery Dir.
& R Bir.
i'iznliing Dir.
t� f'eii a Chief
Gli'.W. Dir
,ff Other �lL2�/l
C%Ay a
2- 7/
STOP NOTICE ;yam �►
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
RECEIVED
(Name of owner, construction lender or public officer) `_I- -`
Z� !(�6du�i°eT F6 4CY ., C/} HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
60 ,zys8 ltl o2r i3Xj ros14 1i .es.4 C4.
(Name and address)
has furnished or has agreed to furnish 144 L1DOr
(labor, services, equipment, materials)
of the following kind �e ° «7 i o t) O Co A T �K /�,� :Rti,( e ; CGXS
(general description of labor, services, equipment or materials)
to or for GENEiPi4 ti / o Cccit' E'1� c NT for the work improvement, located at, or known as:
(name of person to or for whom furnished)
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 113/ 7Z,9 7
The amount in value of that already done or furnished by claimant is $ z . % 2- 40 , -7 1
Claimant has been paid the sum of $ �— and there remains due and unpaid the sum of $ ?` ?_ ,— Z 7Q
plus interest thereon at the rate of h8 per cent per annum from T b eR 7 19 0 .
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated: /6) ` "Z `/ — S �
STATE OF CALIFORNIA j
COUNTY OF C 9d d E ? ss.
5. C. EI}To q (.
Name of Claimant
Address of Claimant
mr
1, G W m CIZZ —
�Op�pCIS0�`
Nd.)Cf]f:Jfil1
/ ❑nnnn�
I/ / ;IM�9 (t /q ( 7-L/ t j �, v Minor duly swnrn dpnntas
and says: That —he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof
to be true of ham_ own knowledge, except as to any matters or things t at may therein be stated on rd ation and belief and
as to those matters and things —he believes them to be true.CC�f�
Subscribed and sworn to before me txfitolAL BMlt
r MARILYNN J. FULLER
c [ NOf SAY PUBLIC • CALIPORNIA
P111NCtPAI OIMCt W
ORANN COUNTY
?✓ �� M Coomenow Esp. Ds. t. 116t
'
Notary b and in and for said State a -
ThIS at mdasd fmm .oven ammt areas problems m the Sold Wdicate& sera., yam .acct m.d R 8n m .n meRb
STOP NOTICE and make changes proper to yoar Iran action. Consult a lawyer U yam doubt the fold a dtneu for roar P rvoee.
VVOLCOTTS FORM aia—Ray. 2.75 IDdce WSS31
x`
s
CIT ?OF NEWPORT AACH -'
December 21, 1989
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
General Procurement & Construction Co.
245 Fischer Avenue, #A -9
Costa Mesa, CA 92626
Subject: Surety: Amwest Surety Insurance Company
Bonds No.: 1180408
Contract No.: C -2715
Project: Avon Street Improvements Riverside
Avenue to 300' Westerly- Riverside
Avenue Storm Drain, Line C -Cliff Drive
Park Storm Drain, Phase II
The City Council of Newport Beach on November 27, 1989 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, 1989, Reference No. 89- 661830.
Sincerely,
G2�e�� I
Wanda E. Raggioo�
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk A'
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
VEMPT RECORDING REQUEST PER
GOVERNMENT CODE 6103
XE P
C14
89=661830
NOTICF. OF COMPLETION
PUBLIC WORKS
• RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
PMT DEC 6 1989
ECOM ..
RECEIVED
DEC A 190
Comm
'1 o All Laborers and Material Men and to Every Other Person Interested•\
YOU WILL PLEASE TAKE NOTICE that on November 7, 1989�'�Ii:
the Public Works project consisting of Avon Street Improvements Riverside fvlehiia -to_
300' Westerly- Riverside Avenue Storm Drain, Line C -Cliff Drive Park Storm Drain Phase II.
(C -2715)
on which General Procurement & Construction Co., 245 Fischer Avenue IIA -9 Costa Mesa
was the contractor. and Amwest Surety Insurance Company, CA, 92626
was the surety, was completed. IZZ4 E. Green St., Suite 102
Pasadena, CA 91106
VERIFICATION
I, the undersigned, say:
C Y OF NE/W//jPO�RTTBBFACH
Pub is Works Director
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, 1989_ at Newport Beach, California.
JrA— �-
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 27, 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, 1989 at Newport Beach, California.
H
U
FO �
i
City Clerk
• 1 nl .. '>i'1" A'�
. i �� ,'� fit: �_ R.� +. :.� +;. �
,�
c;,': !" J
*ember 27, 1989
CITY COUNCIL AGENDA
0UVR NO F -14
Cli`! : :)i ".; 07 3FAC-i
• T0: CITY COUNCIL NOV 2 7 1989
FROM: Public Works Department -- "-'— ` " -��� ""
SUBJECT: ACCEPTANCE OF AVON STREET IMPROVEMENTS - RIVERSIDE AVENUE TO 300 FEET
WESTERLY: RIVERSIDE AVENUE STORM DRAIN, LINE C; AND CLIFF DRIVE PARK
STORM DRAIN, PHASE II (C -2715)
RECOMMENDATIONS:
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 the const
• completed to the satisfaction of the
The bid price was
Amount of unit price items
Amount of change orders
Total contract cost
^uction of the subject project has been
Public Works Department.
$248,741.50
constructed 248,062.90
3,450.00
$251,512.90
One Change Order was issued in the amount of $3,450.00. It provided
for the construction of reinforced concrete pipe collars required due to the
different outside diameters of the two types of pipe specified.
Funds for the project were budgeted in the General Fund, Account No.
02- 3397 -449.
The contractor is General Procurement & Construction Co. of Costa
Mesa.
The contract date of
substantially completed by that
November 7, 1989
Benjamin B. Nolan
Public Works Director
PD:so
completion was September 8, 1989. The work was
date with final cleanup and repairs completed on
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: 8-8-89
SUBJECT: Contract No. 2715
Description of Contract Avon St. Impvts., Riverside Ave.
Storm Drain, and Cliff Drive Park Storm Drain
Effective date of Contract (shortly after July 4th) Not Specified in Contract
Authorized by Minute Action, approved on June 26, 1989
Contract with General Procurement & Const. Co.
Address 245 Fischer Ave. IIA -9, Costa Mesa, Ca. 92626
Amount of Contract $248,738,50.
k 4f ,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
Sealed bids may be ree
3300 Newport Boulevard, P.
until 11:00 A.M.
at whi tc ime such
0 CITY CLERK
at the offtft'vf the City Clerk,
!x 1768, Newport Beach, CA 92658 -8915
! jl,it�h day of June ., 1989,
s'fi T be opened and read for
AVON STREET IMPROVEMENTS RIVERSIDE AVENUE TO 300' WESTERLY
RIVERSIDE AVENUE STORM DRAIN, LINE C
CLIFF DRIVE PARK STORM DRAIN, PHASE II
Title of Project
�-` I
goo
V
2715
Contract No.
$212,000.00
Engineer's Estimate
16 •
O /
Approved by the City Council
this 22nd day of May , 1989.
Z,e. Z '
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 Lloyd Dalton at 644 -3311.
Project Manager
..^-g+'e:��i.__.�.__ro
0 • PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
AVON STREET IMPROVEMENTS- RIVERSIDE AVENUE TO 300' WESTERLY
RIVERSIDE AVENUE STORM DRAIN, LINE C
CLIFF DRIVE PARK STORM DRAIN, PHASE II
CONTRACT NO. 2715
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. 2715 in
accordance with the Plans and Special Provisions, and will take in full payment therefor the
following unit price for the work, complete in place, to wit:
ITEM QUANTITY- —ITEM DESCRIPTIOF- UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@ Fifteen Thousand------------ - - - - -- -Dollars
and
No-------- ---------- -------------- - -Cents $15,00n_on
er Lump SUM
Lump Sum Water meter, water lateral and water
main relocations
@ Five Thousand---------------- - - - - -- Dollars
and
No--------------------------- - - - --- -Cents $5.000.00
Per Lump Sum
Lump Sum 4" Subdrain removal and connection assembly
@One Thousand----------------- - - - - -- Dollars
and
No------------------------- -- - - - - -- -Cents $1.000.00
Per Lump Sum
• 0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 125 4" PVC Subdrain
Linear Feet
@Twenty Five----------------- - - - - -- -Dollars
and
No--------------------------------- -Cents $ 25.00 $3,125.00
Per Lineal Foot
5. 300 24" RCP w /BBRG (installation only)
Linear Feet
@Eighty Seven----------------- - - - - -- Dollars
and
No--------------------------------- -Cents $ 87.00 $26,100.00
Per Linear Foot
6. 356 24" RCP w /Cadilloc Joints
Linear Feet
@One Hundred Twenty----------- - - - - -- Dollars
and
No--------------------------------- -Cents $ 120.00 $42,720.00
Per Linear Foot
7. 781 24" RCP
Linear Feet
@Eighty Three----------------- - - - - -- Dollars
and
No--------------------------- - - - - -- -Cents $ 83.00 $64,823.00
Per Linear o0
8. 318 18" RCP
Linear Feet
@Seventy Five----------------- - - - - -- Dollars
and
No--------------------------------- -Cents $ 75.00 $23,850.00
Per Linear Foot
9. 1 Manhole No. 2
Each
@One Thousand Four Hundred Forty - - -- Dollars
and
No--------------------------------- -Cents $1,440.00 $1,440.00
Per Each
• • PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 4 Curb Inlet Type OL
Each
@ Three Thousand Nine Hundred Twenty-Dollars
and
No--------------------------------- -Cents $ 3,920.00 $15,680.00
Per Each
11. 3 Junction Structure No. 1
Each
@ One Thousand Thirty Five ---- - - - - -- Dollars
and
No-------------------------------- -Cents $ 1,035.00 $3,105.00
Per Each
12. 7 8" PVC with Connection Assembly
Linear Feet
@ Seventy Five---------------- - - - - -- -Dollars
and
No--------------------------------- -Cents $ 75.00 $525.00
Per Linear oo
13. 1 Concrete Pipe Collar
Each
@ Four Hundred---------------- - - - - -- -Dollars
and
No-------- -------- -------- -------- - -Dents $ 400.00 $400.00
14. 1 Modified Curb Inlet OL -A
Each
@ Four Thousand Two Hundred Twenty- Fboeilars
and
No---------------- ------- --------- - -Dents $ 4,225.00 $ 4,225.00
Per Each
15. Lump Sum CMP Inlet with Concrete Apron
@ Two Thousand Five Hundred--- - - - - -- -Dollars
and
No------------------------ -------- - -Dents $2,500.00
Per Lump Sum
0 . PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. Lump Sum 6" Steel drain reconnection
@ Five Hundred ---------------- - - - - -- Dollars
and
No ------------------------------ -- - Cents $ 500.00
Per LumD Sum
17. 32 Type A curb and gutter
Linear Feet
@ Twenty---------------------- - - - - -- Dollars
and
No -------------------------------- - Cents $ 20.00 $ 640.00
Per Linear Foot
18. 165 Type B curb and gutter
Linear Feet
@ Twenty---------------------- - - - - -- Dollars
and
No -------------------------------- - Cents $ 20.00 $ 3,300.00
Per Linear Foot
19. 154 Type C curb and gutter (modified)
Linear Feet
@ Twenty---------------------- - - - - -- Dollars
and
No -------------------------- - - - - -- - Cents $ 20.00 $ 3,080.00
Per Linear o0
20. 2205 Concrete sidewalk
Square Feet
@ Two--- ---------- ----------- - - - --- -Dollars
and
No-------------- --------------- --- -Cents $ 2.00 $ 4,410.00
Per Square Foot
21. 2 Curb access ramp
Each
@ Two Hundred----------------- - - - - -- Dollars
and
No-------- -- ---- --------------- --- -Cents $ 200.00 $ 400.00
Per Each
0 . PR 1.5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 500
Tons
23. 8280
Square Feet
24. 1345
Square Feet
25. Lump Sum
26. Lump Sum
Permeable Subbase
@ Twenty---------------------- - - - - -- Dollars
and
No-------------------------------- - -Dents $20.00 $10.000.00
Per Ton
4" AC over 8" CAB
@ One-------- --------------- -- - - - --- Dollars
and
Twent - -- ------------------- - - - - -- -Cents $1.20 $ 9,936.00
15 er quare - oot
3" AC over 4" CAB
@ One -------- ----------------- - - - - -- -Dollars
and
Ten--------------------------------- Cents $1.10 $ 1,479.50
Per Square Foot
Type I Commercial Driveway Approach
@ Five Hundred----------------- - - - - -- Dollars
and
No--------- ------------------ ------ -Cents $ 500.00
Per Lump Sum
Type I street light w /pull box
and conduit
@Five Thousand---------------- - - - - -- Dollars
and
No--------------------------------- -Cents $ 5,000.00
Per Lump Sum
f h.
0
TOTAL PRICE WRITTEN IN WORDS
fp Eight
Or Hundred Forty Eight Thousand Seven Hundred Thirty- Dollars
PR 1.6
and
P 242r IM, so T.
Fifty-------------------------- ------ ----------- - - - - - -- -Cents ! no
June 15, 1989 , General Procurement & Construction Co._-
Date Bidder
(714) 850 -0234 s /Issam Boukai, Vice President
Bidder's Telephone Number Authorized Signature /Title
459663 Class A � 245 Fischer Avenue, #A -9, Costa Mesa, CA 92626
Contractor's License No. asst ication Tinder's A ress
9 0
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. 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.
459663 Class A
Contr's Lic. No. & Classi icy
June 15, 1989
Date
Page 2
General Procurement & Construction Co.
Bidder
s /Issam Boucai; Vice President
Authorized Signature /Title
0 0
Page 3
DESIGNATION OF SUBCONTRACTOR(S
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work Subcontractor Address
l.-Street Light Sierra Pacific Riversidp
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
General Procurement & Construction Co.
Bidder
s /Issam Boukai, Vice President
Authorized Signature /Title
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, General Procurement & Construction Co., Inc. , as bidder,
and Amwest Surety Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Five Thousand and No/ 100------------------ - - - - -- Dollars ($25,000.00 ),
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
Avon Street Improvements Riverside Avenue to 300' Westerly Riverside Avenue Storm
Drain, Line C Cliff Drive Park Storm Drain, Phase II C -2715
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if
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
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 obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day
of 19
General Procurement & Construction Co.
Bidder
(Attach acknowledgment of
Attorney -in -Fact)
s /Donna L. Patterson s /Issam Boukai, Vice President
Notary Public Authorized Signature Title
Commission Expires: April 13, 1993 Amwest Surety Insurance Company
Surety
By: s /Heather Zimmerman
Title: Attorney -in -Fact
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 arrangement 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 considering 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 suggested, 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
whomsoever 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.
General Procurement & Construction Co.
B-i3er
s /Issam Boukai. Vice President
Authorized Signature /Title
Subscribed and sworn to before me
this 15th day of June
19 89.
My commission expires:
April 13, 1993 s /Donna L. Patterson
Notary Public
s •
Page 6
NICAL 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.
1988 Cove Development Rod Emery (714) 852 -0700
1988 City of Tustin Sam Altowaiii (714) 544 -8890
1988 City of Cypress Pin Chan (714) 229 -6741
1989 City of Hemet John Greer (714) 658 -9411
General Procurement & Construction Co.
Bidder /��
lkY e�
s /Issam Boukai, Vice President_
Authorized Signature Title
s
0
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.
Payment and Faithful Performance Bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State
of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
Insurance Companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders'
Rating A (or higher) and Financial Size Category Class VIII (or larger)
in accordance with the latest edition of Best's Key Rating Guide:
PRPro erty- Casualty. Coverages shall be pro as specified in the
ar peci ications for Public Works Construction, except as
moditled by the 5pecial Provisions.
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, except as
mo ified by the Special Provisions.
BOND NUNJ1180408
PRENIUM . IN PERF. BOND
EXECUTED IN QUADRUPLICATE Page 8
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted June 26, 1989
has awarded to General Procurement & Construction Co., Inc.
hereinafter designated as the "Principal", a contract for Avon Street Improvements
Riverside Avenue to 300' Westerly Riverside Avenue Storm Drain, Line C
Cliff Drive Park Storm Drain, Phase II C -2715
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents in the office of the City Clerk of the
City of Newport Beach;
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
GENERAL PROCUREMENT & CONSTRUCTION CO., INC.
as Principal, and
ANWEST SURETY INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
THIRTY EIGHT AND 50/100
TWO HUNDRED FORTY EIGHT THOUSAND SEVEN HUNDRED Dollars ($248.T38-50- — -
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
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 tub
be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum
specified in the bond, and also, in case suit is brought upon the bond, a
reasonable attorney's fee, to be fixed by the Court as required by the provisions
of Section 3250 of the Civil Code of the State of California.
V
•
Payment Bond (Continued)
i
Page 9
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil
Code so as to give a right to them or their assigns in any suit brought upon this
bond, as required by 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 23rd day of June , 19gcq-.
GENERAL PROCUREMENT & CONSTRUCTION
CO., INC. (Seal)
Name o Contra pr (Principal)
/l o vLA-* / Vii L6 002e -r, .A .✓r
Authorized — Signatturlitle
Authorized Signature and Title
V AMNEST SURETY INSURANCE COMPANY (Seal)
urety
Green Street, Suite 102`
e
LYNN & SCHALLER INSURANCE
AddrSR82MiIl c
f reek Road, Suite 212
Laguna Hills, CA 92652
Telephone No. of Agent
(714)768 -3400
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ss.
June 23, 1989
On ,before me a Notary Public, within and for the said
County and State, personally appeared Tina Durand known
tome (or proved tome on the basis of satifactory evidence) to be the person whose name is su ib ithin instrument
as the Attorney in Fact of and for the AMWEST SURETY INSURAN COOPANY d ed to m at he
subscribed the name r" i .f►Itl��cTCtpcCV_t�ciivat�*cECO Y�retoas re d sown name no ey
-.:, OFFICIAL SEAL
In Fact.
;. HEATHER L. ZIMMERMAN
.fiefs NUTAR'/ PUBLIC -CALIFURNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 22, 1991
. Bond Numb�& 1180408
Premium:75.
EXECUTED IN QUADRUPLICATE Page 10
FAITHFUL PERFORMANCE BOND '
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted June 26, 1989
has awarded to General Procurement & construction cn_, Inc,.
hereinafter designated as the "Principal ", a contract for Avon Street Improvements
Riverside Avenue to 300' Westerly Riverside Avenue Storm Drain, Line C
Cliff Drive Park Storm Drain., Phase II
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents in the office of the City Clerk of the
City of Newport Beach;
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
General Procurement & Construction Co., Inc.
as Principal, and ANWEST SURETY INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
THIRTY EIGHT AND 50/100
TWO HUNDRED FORTY EIGHT THOUSAND SEVEN HUNDRED Dollars ($ 248,738.50 ),
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 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 keep truly and perform the covenants,
conditions, 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
r
i •
—Page 11
Faithful Performance Bond (Continued)
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 of any such change, extension of time, alterations or additions of
the contract or to the work or to the specifications.
In the event that the 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 23rd day of June , 19 89.
GENERAL PROCUEEKENT & CONSTRUCTION
CO., INC. (Seal)
Name of ontractor Principa
,A Authorize ignature and Titqp
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY (Seal)
23282 Mill Creek Road, SUite 212
a i
Telep one No. of Agent
LOS ANGELES
STATE OF CALIFORNIA, COUNTY OF
On June 23, 1989 before me a Notary Public, within and for the said
County and State, personally appeared Tina Durand known
tome (or proved tome on the basis of satifactory evidence) to be the person whose name is bscrib t6 a within instrument
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE CO P Y, ed to me that he
subscribed th CE COMEANY ere s S /bti is own nam Attorney
in Fact.
UrHCIAL SEAL
HEAT %ILR L. ZIMMERMAN
a' °m.- d♦✓�?� rw�:, ..o;uC - CALIFORNIA
OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 22, 1991
r
'POWER NUMBER
E21340
BOND NUMBER
1180408
This Power of Attorney has been
delivered in connection with the
above bond number.
GENERAL
NAME OF PRINCIPAL:
CITY OF
NAME OF OBLIGEE:
MWEST SURETY INSURANCE COMP
O. BOX 4500, WOODLAND HILLS, CA 91 500
Ar�w (818) 704 -1111
This Power of Attorney may not be used
is printed on blue paper with black and
of this Power of Attorney are valid. No
officer of AMWEST SURETY INSU
to AMWEST SURETY INSURANC A.
Department. This Power of Attor
by AMWEST SURETY INSUR
of attorney forms issued by .b
KNOW ALL MEN BY
make, constitute and
its true and lawful
Company thereto,
LIMITED POWER OF ATTORNEY
(READ CAREFULLY)
To be used only in conjunction with the bond
specified h _ '(. <
and on
pea or c
brnia. Any
be on Am
IT revoked
COMPANY,A
JANUARY 1, 1990
No Power n this form
shall be ds, under-
taking, or other
writte nature
thereof executed on or after said
expiration date.
,738.50
document
I originals
the
n r :.. T, � r• 4 -�t` r �!. =�' ;. � 11P:- •ia 3i i.�:a a
an¢•1o��Sf U NY thereby. This appointment is made and r r pto}+ieions of the By -Laws
ec
711�sihe ; EST SURETY INSURANCE COMPANY�'a'4y3`,,-
Pdv§i'bf'Attdirtey is 57ghe7i'`i`trfd- -waled by facsimile under and by the authority of the follow'` ' -r, ' "� try the board of directors of
F.
AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975.
RESOLVED that the president or any vice - president, in conjuration with the secretary or any assistant secretary, may appoint attorneys- in-fad
or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute
and deliver and affix the seal of the Company to bonds, undertakings, recognizancim and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president or any vice- president and attested and seated (if a seal be required) by any secretary or assistant secretary; or
(ii) when signed by the president or any vice - president or secretary or assistant secretary, and countersigned and sealed (if a seal be required)
by a duly authorized attomey-in -fact or agent; or
(iii) when duly executed and sealed Of a seal be required) by one or more attomeys•in -fad or agents pursuant to and within the limits of the
authority evidenced by the power of attorney issued by the Company to such person or persona.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of
the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate
seal to be hereunto affixed this 21 day of February 79 89
(D Gary R. Palareon, Presideht Karen G. Cohen. SWIM,,,
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as
On this _ 21 day of February A.D., 19 89 , personally came before me Gary R. Peterson and Karen G. Cohen
to me known to be the individuals and officers of AMINEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and they each
acknowledged the execution of the same, and being by me duly swom, did severally depose and say: that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed
and subscribed to the said instrument by the authority of the board of directors of said corporation. - ..................... r fr .......
KAREN T. MORITA (SEAL) y „ , _ •I^
as,rir orra. a
,as.auurcam,.
W rm.n E.a. A4,14. raYd : Nagry PVEUc
...............................
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as
CERTIFICATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the
foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the By -Laws of the Company
and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force.
Signed and sealed at PASADENA, CA this 23rd day of June 19 _B9_.
AUN- A1e)7IREV M)
v�.
0 •
.Page .1.2.
PRODUCER COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER
COMPANY B
INSURED General Procurement & Construction &d ETTER
245 Fischer Avenue, Suite A -9
Costa Mesa, CA 92626 COMPANY C
LETTER
COVERAGES b f� ��,' =.
TFIIS IS TO CE(iTIFYETHAT POLICIES OF'INSURANCELLSTED BELONIHAVE BEEN ISSUED TONE INSURED NAMED ABOVE TOR THELLC PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDTION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CEHnFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE-
00
LT
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
$
(OCCUPoWCE BASIS ONLY)
El COMMERCAL
PRODUCTS /COMPLETED
$
COMPREHENSIVE
OPERATIONS AGGREGATE
OWNERS CONTRACTORS
❑
PERSONAL INJURY
S
CONTRACTUAL FOR SPECIFIC
❑
CONTRACT
❑ PRODUCTS /COMPL OPER
❑ XCU HAZAITDS
EACH OOCURANCE
$
❑ BROAD FORM PROP, DAMAGE
❑ SEVERABILITY OF INTEREST
FIRE DAMAGE
$
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
$
REMOVED
(AM ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBINED
=`
'�-
COMPREHENSIVE
SINGLE LIMB
BODILY INJURY
$+
OWNED
(PER PERSON
BODILY INJURY'
$'
HIRED
(PER ACCIDENT)
❑NON-OWNED
PROPERTY E
$
�
EXCESS LIABILITY
�c #�S.s,�,•'xy
EACH
AGGREGATE
F-] UMBRELLA FORM
�.,,.`
OCCURRENCE
OTHER THAN UMBRELLA FORM'•.;�,r'
�''"
$
$
STATUTORY
�.�z;..�<."xic��. a:i
W&U` Rg6
WORKERS' COMPENSATION
$
EACH ACCIDENT
AND
$
DISEASE- POLICY LIMIT
EMPLOYERS' LIABILITY
$
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
STATUTORY
a , W
R £, �-
WORKERS' COMPENSATION
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR I BEHALF F THE ED INSURED IN CTION TH FOLLOWIN CO
von Street mprovementsN Tvers1 e Avenue o Westerly
Riverside Avenue Storm Drain, Line C
Cliff Drive Park Storm Drain, Phase II C -2715
PROJECT TIRE AND CONTRACT NUMBER
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92658 -8915
ATTENTION:
AUTHORIZED REPRESENTATIVE - ISSUE DATE
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided.by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage."
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 Multiple
Limits or Single Limit:
( ) Multiple limits
Bodily
Injury
Liability
$
per
person
Bodily
Injury
Liability
$
per
accident
Property Damage Liability
( ) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability
R
S
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
4. Should the policy be non- renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
Avon Street Improvements Riverside Avenue to 300' Westerly Riverside
5. Designated Contract: Avenue Storm Drain, Line C Cliff Drive Park Storm Drain, Phase II
(Project Title and Contract No.) -
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No. of
Company Affording Coverage)
Insured Endorsement No.
Producer By
Authorized Representative
0
Page 14
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision 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(s) named in
Paragraph 1, of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
( ) Commercial ( ) Comprehensive
General Liability
S
each occurrence
aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability.Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
Avon Street Improvements Riverside Avenue to 300' Westerly Riverside
7. Designated Contract: Avenue Storm Drain, Line C Cliff Drive Park Storm Drain, Phase II
(Project Title and Contract No.) (C-2715)
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No.
Insured
Producer
of
Company Affording overage
Endorsement No.
By
Authorized Representative
Page 15
CONTRACT
THIS AGREEMENT, entered into this ;v__ day of 190
by and between the CITY OF NE P RT BEACH, hereinafter "Cit and eneral
Procurement Construction Co., reinafter "Contractor," i ade with reference
to the following facts:
(a) City has heretofore advertised for bids for the following described
public work:
Avon Street Improvements Riverside Avenue to 300' Westerly
Riverside Avenue Storm Drain, Line C
Cliff Drive Park Storm Drain, Phase II C -2715
Title o Project Contract No.
(b) Contractor has determined by City to be the lowest responsible
bidder on said public,work, and Contractor's bid, and the compensation set forth
in this contract, is based upon a careful examination of all plans and specifi-
cations 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:
Avon Street Improvements Riverside Avenue to 300' Westerly
Riversidde Avenue Storm Drain, Line C
Cliff Drive Park Storm Drain, Phase II C -2715
Title o -Project Contract No.
which project is more fully described in the contract documnts. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
'�LVO r8.
2. As full compensation for the performance and completionlof this
work as prescribed above, City shall pay to Contractor the sum o — u& Hundred
Forty Eight Thousand Seven Hundred Thirty Eight and 50/100 - -- ($ 8,738.50 ).�-
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the work; (3) any expense incurred as a
result of any suspension or discontinuance of the work; but excludes any loss
resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale
and tidal waves, and which loss or expense occurs prior to acceptance of the
work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incor-
porated herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and
documents referenced therein
Endorsement(s)
T.q
0
(f) Plans and
Avenue to 300' West
Title of Pro.ie
(g) This Contract.
0
Page 16
ial Provisions for Avon Street Improvements Riverside
Riverside Avenue Storm Drain, Line �CTlf rive Park
orm Drain, Phase II Contract No. C-2715
4. Contractor shall assume the defense of, and indemnity 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.
CITY OF NEWPORT BEACH
By 10 ,'7"'
ayor
ATTEST:
CITY
/E2f*L P0- 0Cj0- G- 04&'Jrr,-' G7Na T. ex
of Contractor (Principal)
IS4,4-I"f QOVK,+ Vi CE PREs, E. i
Authorized Signature and Title
Authorized Signature and Title
• 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
AVON STREET IMPROVEMENTS RIVERSIDE AVENUE TO 300' WESTERLY
RIVERSIDE AVENUE STORM DRAIN, LINE C
CLIFF DRIVE PARK STORM DRAIN, PHASE II
CONTRACT NO. 2715
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
CLASSIFICATION OF CONTRACTORS LICENSE . . . . . . . . . . . . .
. . 1
III.
TIME OF COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . .
. . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 2
V.
WORK HOURS . . . . . . . . . . . . . . . . . . . . . .
. . 2
VI.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . . . . . .
. . 2
A. Traffic Control Plans
2
B. "No Parking, Tow - Away" Signs
3
VII.
GROUND WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VIII.
AVON STREET DRAINAGE DITCH . . . . . . . . . . . . . . . . . .
. . 3
IX.
UTILITY SERVICE . . . . . . . . . . . . . . . . . . . . . . . .
. . 4
X.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . .
. . 4
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . 4
A. Removals . . . . . . . . . . . . . . . . . . . . . .
. . 4
B. Permeable Subbase. . . . . . . . . . . . . . . . . .
. . 5
C. P.C.C. and A.C. Improvements . . . . . . . . . . . . . . .
. . 5
D. Big Bell Rubber Gasket RCP . . . . . . . . . . . . . . . .
. . 5
E. Street Lighting . . . . . . . . . . . . . . . . . . . . . .
. . 5
9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
iSP 1 of 5
AVON STREET IMPROVEMENTS- RIVERSIDE AVENUE TO 300' WESTERLY
RIVERSIDE AVENUE STORM DRAIN, LINE C
CLIFF DRIVE PARK STORM DRAIN, PHASE II
CONTRACT NO. 2715
I. SCOPE OF WORK
The work to be done under this contract includes, but is not limited to
(1) dewatering and excavating for and constructing a storm drain in
Avon Street, Riverside Avenue and Cliff Drive Park; (2) constructing
street improvements in Avon Street; and (3) performing all other itmes
of work as necessary to complete the work in place.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing
Nos. R- 5581 -S, D- 5181 -S, and D- 5191 -S, (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction, 988
Edition); an 4 the tan ar Specifications for Pu is Wor s
Construction, (1988 Edition, including Supplements). opies of the
Ma:rd Special Provisions and Standard Drawings may be purchased at
t e u is Wor s Department or Five Dollars 5.00). Copies of the
Standard Specifications may be purchased from Building News, Inc., 3055
Overland Avenue, Los Angeles, California 90034, telephone (213)
202 -7775.
II. CLASSIFICATION OF CONTRACTORS LICENSE
At the time of award the Contractors shall possess a General Engineering
Contractor A license, or a Specialty Pipeline Contractor C -24 license.
III. TIME OF COMPLETION AND SCHEDULE OF WORK
The Contractor's schedule of work shall satisfy.the following
requirements:
A. All work under this contract shall be completed by September 8,
1989.
B. All construction in Avon Street, except dewatering but including
curb returns at Riverside Avenue and storm drain construction
downstream of Station 19 +58.75, shall be completed within 19
consecutive calendar days. Avon Street may be entirely closed to
vehicular or pedestrian use during this period of time. Dewatering
operations may proceed prior to this period of time provided that
the operations do not interfere with vehicular or pedestrian use of
Avon Street.
• • SP 2 of 5
C. During construction in Avon Street, except dewatering but
including curb returns at Riverside Avenue and storm drain
construction downstream of Station 19 +58.75, the Contractor's
operations shall not interfere with vehicular or pedestrian access
to businesses from Riverside Avenue, nor restrict or occupy
pedestrian walkways or vehicular parking along Riverside Avenue.
D. During storm drain construction upstream of Station 19 +58.75, the
Contractor's operations shall not interfere with vehicular or
pedestrian access to businesses from Avon Street, nor restrict or
occupy pedestrian walkways or vehicular parking along Avon Street
or along Riverside Avenue southerly of Avon Street.
E. The Contractor shall ensure the availability of all materials prior
to the start of work. Unavailability of materials will not be
sufficient reason to grant the Contractor an extension of time.
F. No work shall begin until a schedule of work has been approved by
the Engineer. The Contractor shall submit his proposed schedule of
work per Standard Specifications Section 6 -1 and Standard Special
Provisions Section 2 -1.4.
IV. PAYMENT
The unit price bid for each item of work shown on the proposal shall be
considered as full compensation for all labor, equipment, materials,
and all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the
proposal (i.e., removals, excavation, sawcutting, patchback, protecting
property corners, dewatering, etc.) shall be included in the unit price
bid for related items of work.
Partial payments for Mobilization shall be made in accordance with
Section 10264 of the California Public Contract Code.
V. LIQUIDATED DAMAGES
Commencing September 9, 1989, the Contractor shall pay to the City, or
have withheld from monies due the Contractor, the daily sum of $500 in
lieu of the daily sum of $100 specified in Section 6 -9 of the Standard
Specifications. In addition, the Contractor shall pay to the City, or
have withheld from monies due the Contractor, the daily sum of $1000
for each calendar day of closure of Avon Street, including new parking
area, in excess of the 19 consecutive calendar days specified in
Section III.3 herein.
VI. WORK HOURS
City ordinance limits working hours (including equipment maintenance)
to Monday through Friday from 7:00 a.m. to 6:30 p.m. and Saturday from
8:00 a.m. to 6:00 p.m. No work shall be performed on Sundays or
holidays.
VII. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
A. Traffic Control Plans
0 SP 3 of 5
The Contractor shall submit to the Engineer traffic control plans
which incorporate the following:
1. Two 15 -foot minimum width traffic lanes and one 6 -foot width
westerly sidewalk shall be maintained clear of obstruciton at
all times during construction of storm drain in Riverside
Avenue.
2. The location and wording of all signs, barricades,
delineators, lights, warning devices, temporary parking
restrictions, and any other details required to assure that
all traffic will be handled in a safe and efficient manner
with a minimum of inconvenience to motorists and pedestrians.
3. A complete and separate plan for each phase of construction
shown in the proposed construction schedule showing all items
listed under 2. above.
Traffic control plans shall be prepared in accordance with the
WATCH handbook. No work shall begin until traffic control plans
have been approved by the Engineer.
B. "NO PARKING, TOW- AWAY" Signs
Wherever the Contractor's work will require a temporary prohibition
of parking during construction, the Contractor shall furnish,
install, and maintain in place "NO PARKING" signs which he shall
post at least 40 hours in advance of the need for enforcement. In
addition, it shall be the Contractor's responsibility to notify the
City's Police Department, Traffic Division at (714) 644 -3740, for
verification of posting at least 40 hours in advance of the need
for enforcement.
The signs shall (1) be made of white card stock; (2) have minimum
dimension of 12 inches wide and 18 inches high; and (3) be similar
in design and color to sign number R -38 on the Caltrans Uniform
Sign Chart.
The Contractor shall print the hours, day and date of "NO PARKING"
in 2- inch -high letters and numbers. A sample of the completed sign
shall be approved by the Engineer prior to posting.
VIII. GROUND WATER
The Contractor will probably need to dewater along Avon Street in order
to facilitate storm drain pipe installation and pavement construction.
Such work may begin in advance of Avon Street closure as provided for
in Section III.b herein.
The Contractor shall factor all costs for dewatering into his unit
prices for 24" RCP (installation only).
• 0 SP4of 5
IX. AVON STREET DRAINAGE DITCH
The Contractor shall not contaminate the water nor remove or damage
plants growing from Avon Street drainage ditch except as minimumally
necessary to construct the specified improvements.
X. UTILITY SERVICE
Construction water may be obtained from certain nearby City fire
hydrants by making arrangements with the City Utilities Department,
telephone (714) 644 -3011. If the Contractor desires to use City water
he shall arrange for a meter and tender a $500 meter deposit with the
City. Upon return of the meter in good condition to City, the deposit
will be returned to the Contractor, less a quantity charge for water
usage.
CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility
of the Contractor. All such surveys, including construction staking,
shall be under the supervision of a California registered civil
engineer or licensed surveyor. Staking shall be performed on all items
ordinarily requiring grade and alignment at intervals normally required
by the complexity or grades of the work, or by the trades involved.
Payment for construction survey staking shall be considered as included
in the various items of work and no additional allowance will be made
therefor.
If the Contractor disturbs a property corner, it shall be his
responsibility to reinstall the property corner, and no additional
allowance will be made therefor.
XI. CONSTRUCTION DETAILS
A. Removals
This work shall be performed in accordance with the applicable
requirements of the Standard Specifications, except as modified
herein:
1. Joins to existing pavement shall be made by sawcutting.
2. Existing P.C.C. or A.C. improvements to be removed shall be
sawcut at minimum two (2) inches deep along property lines and
join lines as shown on the plans. Final removal at the sawcut
lines may be accomplished by the use of jackhammers or
sledgehammers. Final removal accomplished by other means, such
as hard -blow pavement breakers and stompers, shall be approved
by the Engineer.
B. Permeable Subbase
0 SP 5 of 5
If required by the Engineer at time of construction, permeable
subbase shall be installed along Avon Street. Permeable subbase
shall be either 3/4" crushed rock or coarse crushed miscellaneus
base, at the Contractor's option.
C. P.C.C. and A.C. Improvements
This work shall be performed in accordance with the applicable
requirements of the Standard Specifications except as modified
herein.
1. Street pavement section shall be 1" AC type III- C3- AR4000 over
3" AC type III- B2- AR4000 over 8" CAB.
2. Parking lot pavement section shall be 3" AC Type III -B2 -AR 4000
over 4" CAB.
3. Concrete improvements shall be constructed with Class
560 -C -3250 concrete. Exposed concrete surface shall conform in
grade, dimension, color and finish to adjoining P.C.C.
improvements.
D. Big Bell Rubber Gasket RCP
The City has on order with Hydro Conduit Corporation (Sales Order
No. 89 -051) 300 linear feet of 12' x 24" RCP 2000 -D BBRG. The
Contractor shall arrange for delivery of this pipe by contacting
Bob Fisher of Hydro Conduit at (714) 735 -2420. The City has paid
all costs for fabrication and delivery.
E. Street Lighting
Street lighting shall be constructed in accordance with Plan No.
R- 5581 -S and City Standards 200 -L, 204 -L and 205 -L. Street light
will have a direct feed from a Southern California Edison Company
pole within 2P diameter PVC conduit installed by the Contractor.
The Edison Company will pull conductors to the street light
standard pull box and energize the circuit.
STATE P.O. BOX 807, SAN FRANCISCO, CA 94101 -0807
COMPENSATION
I N S U R A N C E
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
JUNE 28, 19&9 POLICYNUMBER: 1016719 — 89
CERTIFICATE EXPIRES: 5- 1 —9 D
r
CITY OF NEWPORT BEACH
BUILDING & SAFETY DEPART; "ENT
3300 NEWPORT BOULEVARD, P.O. BOX 1758
NEWPORT BEACH JOB: AVON) STREET It4PROVEINENT
CALIFORNIA 92658 -8915
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
_ Insurance Commissioner to the employer named below for the policy period indicated. _
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to the terms, exclusions and conditions of such policies.
PRESIDENT
ENDORSEtiEP!T #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE
05/28/89 IS ATTACHED TO AND FORtiS A PART OF THIS POLICY.
NAt'E OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH
r
L
EMPLOYER
GENERAL P RCCU.2Eid'E iT
-dS FISCUER", AVENUE
u CC iST.RUCTICt; „ PAtiY, I %vC.
SCIF 10262 (REV. 10-86) OLD 262A
PRODUCER
LSW INSURANCE SERVICES, INC.
12100 WILSHIRE BLVD., #M -70
LOS ANGELES, CA. 90025
CODE
INSURED
SUB -CODE
GENERAL PROCUREMENT AND CONSTRUCTION
245 FISHER AVENUE, #A -9
COSTA MESA, CA. 92626
ISSUE DATE (MM /DD/YY)
08/04/89..... "
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
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER
COMPANY B
LETTER
COMPANY `,
LETTER
COMPANY D
LETTER
TRANSCONTINENTAL INSURANCE CO. OF N.Y.
TRANSPORTATION INSURANCE
/ J'
COMPANY E
LETTER
.COVERAGEB.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCL
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
_TR DATE (MM /DDIYY) DATE (MM /DD/YY)
f LLB: rir 16\
PuBi
AUG 0 71969
ALL
TO
GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X OCCUR.
X OWNER'S& CONTRACTOR'S PROT.
AUTOMOBILE LIABILITY
X
ANY AUTO
X
ALL OWNED AUTOS
B X
SCHEDULED AUTOS
X
.HIRED AUTOS
X
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
OTHER
STATUTORY
$ (EACH ACCIDENT)
$ (DISEASE — POLICY LIMIT)
$ (DISEASE —EACH EMPLOYE
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS
AVON STREET IMPROVEMENTS RIVERSIDE AVENUE TO 300 WESTERLY RIVERSIDE AVENUE STORM DRAIN,
LINE C / CLIFF DRIVE PARK STORM DRAIN, PHASE II.
CITY OF NEWPORT BEACH
ATTENTION: LLOYD DALTON
P.O. BOX 1768
NEWPORT BEACH, CA. 92658 -8916
(cancellation notice to be mailed by
certified mail.)
.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL W&VOUX78
MAIL 30 DAYS WRITT N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, Kax 94X9VFlNX9FRI X XNFKXN(9A�XXNA(RR94A9PX9PXRR
KQA9l7XIX11 X�9( x919( XANI9t yF /XXIXY%IIggRJ€XMXi€ KW-OX9(M
LEON LEWIN
PRODUCT SCOMP /OPS AGGREGATE $ 11000,
&ADVERTISINGINJURY
$
LSWBOUND0598 05/08/89
05/ 08 /90
',PERSONAL
1,000, .
EACH OCCURRENCE
$ 1,000.,
FIRE DAMAGE (Any one fire)
$ . 50, .
MEDICAL EXPENSE (Any one person)
$ 5,
'
COMBINED
SINGLE $ 11000,
LIMIT
BODILY
INJURY $
LSWBOUND0599 05/08/89 !
05/08/90
(Per person)
BODILY
INJURY $
(Per accident)
.
PROPERTY $
DAMAGE
EACH
AGGREGATE
OCCURRENCE
S $
STATUTORY
$ (EACH ACCIDENT)
$ (DISEASE — POLICY LIMIT)
$ (DISEASE —EACH EMPLOYE
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS
AVON STREET IMPROVEMENTS RIVERSIDE AVENUE TO 300 WESTERLY RIVERSIDE AVENUE STORM DRAIN,
LINE C / CLIFF DRIVE PARK STORM DRAIN, PHASE II.
CITY OF NEWPORT BEACH
ATTENTION: LLOYD DALTON
P.O. BOX 1768
NEWPORT BEACH, CA. 92658 -8916
(cancellation notice to be mailed by
certified mail.)
.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL W&VOUX78
MAIL 30 DAYS WRITT N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, Kax 94X9VFlNX9FRI X XNFKXN(9A�XXNA(RR94A9PX9PXRR
KQA9l7XIX11 X�9( x919( XANI9t yF /XXIXY%IIggRJ€XMXi€ KW-OX9(M
LEON LEWIN
JUN- 20 —E19 ...1:'
:EN PROC URE M r'—�'? CONST
1 �1
tr1
p�'
Vid 6.
M,
fi4Yi
�• r4
OfjNEWPORT
i�.'
:EN PROC URE M r'—�'? CONST
1 �1
V
?
fi4Yi
�• r4
OfjNEWPORT
BEACH
,P. 04
Page 13
AUTOMOBILE LIABILITY.`INSURANCE ENDORSEMENT_
It is agreed that: 't
1. With respect to such insurance as is afforded by the policy for.Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insureds) shall apply as pprimary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided.by this policy,
2. The policy includes the"•'.following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability oG',the company affording coverage."
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 Multiple
f,` Limits or Si�gle;Limi,ts; `
s
it
(` );Multiple limits
" ,T.Bodily In,�ury'Liabllity.. $ per person
,{BOd1lyalnjy Liability S per accident
propert Damage i llabil,ity S
Yy ¢ ( Combingd S11 to t
`)? f Bodilyl jury liability
Property.;-Damage Liability $ 1.000.000
The limits of liability'as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence'in excess of the limits of liability stated in the policy as
applicable to Automobilo',Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
Bete thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mall, Attention: Public Works Department.!
Avon Street Improvements Riverside Avenue to 300 Westerly Riverside
5. Designated Contract: Avenue Storm Drain, Line C Cliff Drive Park Storm Drain, Phase II
AFrojeCt Title nd Contract o.
This endorsement is effectiNe' 05/21/89 at 12;01 A.M. and forms a part of
i4i
Policy.NO.
InsuredG&Xg
Producer
is
'.l
WBOUND059 9 o CNBL INSU TRAN P
ompany or ng overage
T. PRnrt1RFMF.NT & CONSTRUrTI0NEndOr3emen U,NOi /
�e w IA. i
• n+
V.:.
JUN 20 S9;
yh ,
It istagreed that:
U 21 �GEN.' PROCURE ' C 0 H S T
1,.11
• CITY4V NEWPORT BEACH.
GENERAL`LIABILITY INSURANCE ENDORSEMENT
a�
P..06
Page 14
1. With respect to such 'insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insureds) shalt apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be tailed upon to
:.contribute .with insurance provided.by this.policy.:�
;, ; a xb • „
2., The policy` includes `the,;folIowing'provisIon,
«
"The insurance afforded by the policy applies separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of liability of the
company, affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subJect to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision 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�.gs. "XCU" hazards) are deleted.
S. The limits of liability under this endorsement for the additional insureds) named in
Paragraph 1.;,of this - 'endorsement shall be the limits indicated below written•on an
MOccurrenea "ibasiss"
Commercial, (X) Comprehensive
Genera L ability S 11000.000 each occurrence
i
$ 2.000.000 aggregate
IN
id
Thq applicable limit of Contractual Liability for the company affording coverage shall
be•reduced:by any amount paid as damages under this endorsement in behalf of the
additional insured(s)X
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in a cess'of the limits of liability stated in the policy as applicable to
General LisbflltyhIns Lance.
6. Should the policy be "non- renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company.shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attentions Public Works Department,
..':'Avon Street Improvements Riverside Avenue to 300' Westerly Riverside
7. Designated Contract: 'Avenue Storm Drain Line C Cliff Drive Park Storm Drain Phase 11
E t, _,; ro ec a an on rat o.
This:�ondorsement .is off ed«t1ve 06121189 at 12:01 A.M. and forms a part of
Policy No.,, r Gwsotnanos4s of
x
omp or g any overage
Insured' GE
sement No
By
.7
•
TO: CITY COUNCIL
FROM: Public Works Department
*ne 26, 1989
CITY COUNCIL AGENDA
ITEM N0. F -3(a)
lY TP- I ITY i;OUNCIL
CITv )i : EWPO7'LACK
JUN 2 6 1989
APPROVED
SUBJECT: AVON STREET IMPROVEMENTS - RIVERSIDE AVENUE TO 300 FEET WESTERLY;
RIVERSIDE AVENUE STORM DRAIN, LINE C; AND
CLIFF DRIVE PARK STORM DRAIN, PHASE II - (C -2715)
RECOMMENDATIONS:
Award Contract No. 2715 to General Procurement & Construction Co.,
Inc. for the total bid price of $248,738.50 and authorize the Mayor
and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on June 15,1989, the City Clerk opened and read the
following bids for this project:
Bidder
Total Bid Price
Low General Procurement & Const. Co., Inc.
$248,738.50
2 Gillespie Construction, Inc.
249,469.75
3 George Dakovich & Son, Inc.
274,906.00
4 Excel Paving Company
302,894.00
5 Clarke Contracting Corporation
335,731.60
6 John T. Malloy and John T. Malloy, Inc.
Not Totaled **
* Corrected Total Bid Price is $274,916.00
** Totaled bid price is $348,450.00
The total bid price is 17% above the Engineer's
Estimate of $212,000.
The disparity between the estimated and bid amounts is attributed
to
higher- than -usual unit prices caused by tight scheduling
requirements in the
contract.
The low bidder, General Procurement & Construction Company, Inc., has
not performed previous contracts for the City; however, General Procurement is
properly licensed and has no pending actions detrimental to the license. They
have sucessfully performed public works projects for other agencies and for
developers.
This contract provides for the extension of the Riverside Avenue Storm
Drain and for the improvement of Avon Street adjacent to the Riverside Avenue
post office parcel (see attached exhibit). The storm drain and street
improvements will connect to existing improvements which were built along Avon
Street during 1988, and will extend easterly to Riverside Avenue. The storm
drain will continue up Riverside Avenue to Cliff Drive to collect drainage from
Cliff Drive and Newport Heights.
('3�)
' Subject: Avon Street 1provements - Riverside Avenue tOOO Feet Westerly;
Riverside Avenue Storm Drian, Line C; and
Cliff Drive Park Storm Drain, Phase II (C -2715)
June 26, 1989
Page 2
•
There are presently no drainage facilities in this area; therefore, as
the result of intense rainstorms, Riverside Avenue and Pacific Coast Highway
have on many occasions become silted and flooded to the extent that partial
street closures were necessary. The completion of this project will reduce the
potential for such flooding in the future.
The project is to be constructed in two phases, such that all work is
completed in Avon Street prior to the start of storm drain Work up Riverside
Avenue. In this manner the Contractor's work will maintain a reasonable amount
of access to parking areas and to businesses, yet enable project completion
prior to the start of school. Once school resumes in the fall, staff intends
that work be completed so that bicycle trails may be reopened in Riverside
Avenue. The contract provides for liquidated damages assessment of $500 per
each calendar day delay in completion of contract beyond September 8, 1989.
Since the storm drain and street improvements in Avon Street will
require closure of Avon Street, circulation patterns in the Mariners Center and
restaurant building parking lots must be modified during the term of contract.
• Staff has met with representatives from the post office, the Mariners Center
management company, the Stuft Noodle restaurant, and the restaurant building's
management company to discuss these issues. The contract provides for
liquidated damages assessment of $1,000 per each calendar day of Avon Street
closure in excess of the 19 days allowed by the contract.
Funds for award are proposed from Account No. 02- 3397 -449, Avon Avenue
Street Improvements.
Plans and specifications were prepared by staff and by K.W. Lawler and
Associates, Inc. Barring unforeseen circumstances, work should start soon after
July 4th and be completed by the start of school.
Benjamin B. Nolan
Public Works Department
LD:so
• Attachment
•
•
•
3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
AVON STREET IMPROVEMENT
RIVERSIDE AVE. STORM DRAIN
CLIFF DRIVE PARK STORM DRAIN
APPROVED
C -2715
DATE MAY IS. 1989
PUBLIC WORKS DIRECTOR
DRAWING NO.
4
•
•
C
022, 1989
CITY
CY :F'- JTY 'OUNr,�LTEM
CITY )' 'i- LWP03T 311,'!0
MAY 2 2 1989
TO: CITY COUNCIL
FROM: Public Works Department
COUNCIL AGENDA
NO. F -11
SUBJECT: AVON STREET IMPROVEMENTS - RIVERSIDE AVENUE TO 300 FEET WESTERLY;
RIVERSIDE AVENUE STORM DRAIN, LINE C; AND
CLIFF DRIVE PARK STORM DRAIN, PHASE II - (C -2715)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Affirm the Negative Declaration.
Authorize the at
DISCUSSION:
This contract provides for the extension of the Riverside Avenue Storm
Drain and for the improvement of Avon Street adjacent to the Riverside Avenue
post office parcel. The storm drain and street improvements will connect to
existing improvements which were built along Avon Street during 1988, and will
extend easterly to Riverside Avenue. The storm drain will continue up Riverside
Avenue to Cliff Drive to collect drainage from Cliff Drive and Newport Heights.
There are presently no drainage facilities in this area; therefore, as
the result of intense rainstorms, Riverside Avenue and Pacific Coast Highway have
on many occasions become silted and flooded to the extent that street closures
were necessary. The completion of this project will assure that such silting and
flooding do not occur during future years.
The project is to be
completed in Avon Street prior
Avenue. In this manner the Co
of access to parking areas and
prior to the start of school.
that work be completed so that
Avenue.
constructed in two phases, such that all work is
to the start of storm drain work up Riverside
itractor's work will maintain a reasonable amount
to businesses, yet enable project completion
Once school resumes in the fall, staff intends
bicycle trails may be reopened in Riverside
Since the storm drain and street improvements in Avon Street will
require and approximate 3 -week closure of Avon Street, circulation patterns in
the Mariners Center and restaurant building parking lots must be modified during
the term of contract. Staff has met with representatives from the post office,
the aariners Center management company, and the Stuft Noodle restaurant, and the
restaurant building's management company to discuss these issues. The
representatives and staff will prepare and distribute advance notification to
tenants as soon as the Contractor's schedule of work is known.
i
Subject: Avon Street Imovements - Riverside Avenue to t0 Feet Westerly;
Riverside Avenue Storm Drian, Line C; and
Cliff Drive Park Storm Drain, Phase II (C -2715)
May 22, 1989
Page 2
•
The Engineer's Estimate is $212,000.00. Funds are available in the
current appropriations for the improvement of Avon Street and the construction
of Riverside Avenue Storm Drain, Phase 3.
Plans and specifications were prepared by staff and by K.W. Lawler and
Associates, Inc. Barring unforeseen circumstances, work should start soon after
July 4th and be completed by the start of school.
A Negative Declaration of Environmental Impact has been prepared by
staff and approved by the Environmental Affairs Committee. Upon affirmation,
the document will be published in a local newspaper and filed with the Clerk of
the Board of Supervisors.
O"a
Benjamin B. Nolan
Public Works Director
LD:so
Attachment
•
,I
I
•
:7
3
.4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
AVON STREET IMPROVEMENT
RIVERSIDE AVE. STORM DRAIN
CUFF DRIVE PARK STORM DRAIN
C -2715
DATE MAY IS. 1989
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. EXHIBIT.
n
L�
Authorized to Publish Advertisements of all kinds including public
notices by Decree of the Superior Court of Orange County.
California. Number A -6214, dated 29 September. 1961, and
A- 2!631, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange .utd, "I. Ad~.$"
" '" .011E.M ,r M M i p 1
.11% le me cok N .1e111
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 Tnvi ti rg Ri`1c
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 2 tiiries
consecutive weeks to wit the issue(s) of
1982_
198 9
198-
198-
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on r9ay 26 198 9
at Costa Mesa, Cal /ifornia.
G r reef --
Signature
•
MIC NOTICE
. NOTICE.- -
INVITING 61DS
- Sewed bids may tie re-
PROOF OF PUBLICATION
a
by - tit. city
1 22nd, day of
aAO&O,city