HomeMy WebLinkAboutC-2723 - Construction of Newport Beach Refuse Transfer StationCIT?OF NEWPORT BEACH'
December 21, 1989
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Hines Construction
30011 Ivy Glenn Drive
Laguna Niguel, CA 92677
(714) 644 -3005
Subject: Surety: Explorer Insurance Company
Bonds No.: 113 42 51
Contract No.: C -2723
Project: Construction of Newport Beach Refuse
Transfer Station
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 of Completion 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- 661831.
Sincerely,
Wan�agg.10
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk ��?��21'��
City of Newp rt Be h
3300 Newport Boulevard
Newport Beach, CA 92663
• 89=66!831
'EREMPT RECORDING REQUEST PER RECORDED IN OFFICIAL RECORDS
GOVERNMENT CODE 6103 OF ORANGE COUNTY, CALIFORNIA
NOTICF. OF COMPLETION
pm DEC 61989
a4 Q•Ya+*elu RECORDER
PUBLIC WORKS
Rf�f�VfGI
'I o All Laborers and Material Men and to Every Other Person Interested DES I9 1989
c ct4
YOU WILL PLEASE TAKE NOTICE that on October 27, 1989 TOF-ft
the Public Works project consisting of Construction of Newport Beach Refuse Transfer_
Station (C -2723)
on which Hines Construction, 30011 Ivy Glenn Drive Laguna Niguel, CA 92677
was the contractor, and Explorer Insurance Company, 1890 N. Carey Avenue, Pomona, _
was the surety, was completed. CA, 91767
VERIFICATION
I, the undersigned, say:
JC1:OF NEWP RT BFACH
Public 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.
��
Public forks 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.
City Clerk
c�41 NAP
..,
�;s
r
�:
0 Ovember 27, 1989
CITY COUNCIL AGENDA
.11 ::OUNC(tTEM NO._ F -15
TO: CITY COUNCIL NOV 2 7 1989
TiD1:. p
FROM: Public Works Department ATs
SUBJECT: ACCEPTANCE OF REFUSE TRANSFER STATION AT THE CITY CORPORATION YARD
CONTRACT NO. 2723
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 construction of the Refuse Transfer Station at
the City Corporation Yard has been completed to the satisfaction of the Public
Works Department.
• The bid price was $214,044.00
Amount of unit price items constructed 214,044.00
Amount of change orders 31,290.23
Total contract cost $245,334.23
Three Change Orders were issued. The first, in the amount of
$19,165.66, provided for removal and disposal of a large quantity of debris from
the original City dump which was encountered during excavation for the wall
footings. It also provided for removal of an existing wall and catch basin
undermined as a result of the debris excavation. The second, in the amount of
$4,987.02, provided for extending the retaining walls to provide greater
clearance for the refuse trailers. The third, in the amount of $7,137.55, pro-
vided for additional backfill in the area excavated under Change Order No. 1,
galvanizing of the drainage grates and reconstruction of an existing storm
drain.
Funds for the project were budgeted in the General Fund, Account No.
02- 5097 -451.
The contractor is Hines Construction of Laguna Niguel.
• The contract date of completion was June 13, 1989. The completion was
delayed because of the changed conditions encountered and the resultant extra
work, with the majority of the work completed by August. After the refuse bins
had been rehabilitated by the City, they were installed and the remaining work
completed by October 27, 1989.
Benjamin B. Nolan
Public Works Director
PD:so
I / i
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: April 13, 1989
SUBJECT: Contract No. 2723
Description of Contract Construction of Newport Beach Refuse
Transfer Station
Effective date of Contract April 13 1989
Authorized by Minute Action, approved on March 13, 1989
Contract with Hines Construction
Address 30011 Ivy Glenn Drive
Laguna Niguel CA 92677
Amount of Contract $214,044.00
"14a�e' s lel7e
Wanda E. Raggio
City Clerk
WER :pm
Attachment
3300 Newport Boulevard, Newport Beach
''•• '�• • CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 AM on the 15thday offebruarv, 1988,
at which time such bids shall be opened and read for
CONSTRUCTION OF NEWPORT BEACH
Title of Pi
owe
u
2723
Contract No.
$221,000
Engineer's Estimate
•
�z
Approved by the City Council
this 9th day of January , 1988.
6Aa fArd-
Wanda E. Raggio
City Clerk
AT
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P.O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call KPnnath PPrry at 664 -3311.
Project Manager
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Da to �— i
J
4hlya5 IDN�TLU n �,y
Contractor
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF REFUSE TRANSFER STATION
CONTRACT NO. 2723
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
9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
0
CONSTRUCTION OF REFUSE TRANSFER STATION
CONTRACT NO. 2723
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
PR I..1
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans (Drawing No. M- 5282 -S, consisting of 8
sheets), and Special Provisions, and hereby proposes to furnish all labor and materials and do
all the work required to complete this Contract No. 2723 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following lump sum price for
the work, complete in place, to wit:
ITEM QUNNTITY ITEM D SCRIPTION sNIT TOTAL
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Construct Refuse Transfer Station,
complete in place, for the lump sum
price of:
Two Hundred
@Fourteen Thousand Forty- Four - - - - -- -Dollars
and
No --------- _------------------------ - -Cents
Lump um� ��.
TOTAL PRICE WRITTEN IN WORDS
Two Hundred Fourteen Thousand Forty - Four ------------ _Dollars
and
No---------------------------------- --- ---- ---- - - - - -- -Cents
February 15, 1989
Date
(714) 249 -1971
Bidder's Telephone Number
Hines _Construction
__________
67 dder
s Gre Staley Owner
Authorized Signature /Title
$214,044.00
$_214,044 00 __
551121 A 30011 Ivv Glenn Drive yLuna Niguel * -CA 92677
Contractor's License No. & Classification Bidder's Address
• CITY OF NEWPORT BEACH • Page 2
PUBLIC WORKS DEPARTMENT
CONTRACT 2723
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 (IN A SUM NOT LESS THAN 10% OF THE TOTAL 810 PRICE) ISSUED
BY AN ADMITTED CORPORATE SURETY INSURER WHO HOLDS A CURRENT VALID CERTIF-
ICATE OF AUTHORITY TO TRANSACT SURETY INSURANCE IN THE STATE OF
CALIFORNIA ISSUED BY THE INSURANCE_ COMMISSIONER OF THE STATE OF
CALIFORNIA.
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCE
except that cash, certified check or cashier's check (in the amount of 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.
Bidders must hold a class "A" license in accordance with the provisions of
Chapter 9, Division III, of the Business and Professions' Code. The low bidder
shall also be required to obtain a City of Newport Beach business license prior to
execution of the contract.
Bids are to be compared based upon the total lump sum price bid to complete
the contract. In the event of discrepancy between wording and figures, bid
wording shall prevail over bid figures. The City shall not be held responsible
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 the
President or Vice- President. For partnerships, the signatures shall be of a
general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
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.
551121 A
Contr's Lic. No. & Classification
February 15, 1989
ate
Hines C_o_nstruc_t_io_n__
Bidder
s /Greg Staley, Owner _
Authorized Signature /Title
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
1. Asphalt Paving Oliver Contracting Costa Mesa. CA
2. Crane Work R E Coulter Crane Rental Long Beach, CA _
3.
4.
5.
6.
7.
8.
9.
10. --
11. —
12.
Hines Construction
Bidder
s /Gre Stale Owner
uthorized Signature Tit e
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Hines Construction , as bidder,
and Explorer Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of the Amount Accompanying Bid NTE $30,000Dollars ($ NTE $30,000 ),
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
REFUSE TRANSFER STATION 2723
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we.hereunto set our hands and seals this 13th day
of February , 1989 .
(Attach acknowledgement of
Attorney -in -Fact)
s /Cathy Rampenthal
Notary Public
Commission Expires: Jan. 5, 1993
Hines Construction
Bidder
s /Greg Staley, Owner _
Authorized Signature /Title
Explorer Insurance Company
Surety
By Jay P. Freeman
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 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.
Hines Construction
Bidder
s /Greg Staley, Owner
Authorized Signature /Title
Subscribed and sworn to before me
this 15th day of February ,
1989 .
My commission expires:
September 5, 1989 s /Patricia L. Neibert
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.
See Oriainal List (2 Daoes
Hines Construction
Bidder
s /Greg Staley, Owner
Authorized Signature /Title
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
CONSTRUCT REFUSE TRANSFER STATION
CONTRACT NO. 2723
ADDENDUM NO. 1
February 2, 1989
BIDDERS shall propose to complete Contract No. 2723 in accordance with the
contract documents as modified by this addendum.
SPECIFICATIONS:
1. The City will pay all connection fees charged by the County Sanitation
Districts of Orange County. The Building Permit and the Class II sewer
permit have been obtained.
2. The sewer connection permit from the County Sanitation Districts has
been applied for.
3. The City will pay for registered deputy inspectors when required by the
Building Code.
4. Inspection and testing of materials shall be as specified in Section 4
of the Standard Specifications. The City will provide all inspection
and testing laboratory services within 50 miles of the geographical
limits of the City.
5. Sandblasting and painting of the hoppers is not included in the
contract.
PLANS:
1. No fire hose will be included in the contract.
2. Existing asphalt concrete pavement to be removed varies in thickness
from 3 inches to 5 inches.
3. A 120 volt electrical power will be available at the southeasterly
corner of the rubbish bin northerly of the refuse transfer station.
GENERAL:
1. Copies of the soils report are available from the General Services
Department upon request. Please call the General Services Department
at (714) 644 -3055.
i
Addendum No. 1
Contract No. 2723
February 2, 1989
Page 2
2. The location of the project is 592 Superior Avenue, Newport Beach,
California. The site may be inspected during normal working hours. If
you desire someone from the General Services Department to accompany
you during your inspection, please call their office.
3. Existing hoppers that are to be installed on top of the reinforced
concrete walls weigh approximately 9 tons each. They were delivered to
the City and were cut down in size and rewelded by R.F. Coulter Crane
Rental, Inc., of Long Beach, California.
Please sign and date this Addendum and attach it to your bid proposal. No bid
will be considered unless this Addendum is attached.
Kenneth L. Perry
Project Engineer
I have carefully examined this addendum.
Hines Construction
Bidder's Name
s/Greq Staley
Authorized Signature
February 15, 1989
iate--
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 Bonds and Insurance Bonds shall be issued by an admitted
corporate surety insurer holding a current Certificate of Authority
from the Insurance Commissioner of the State of California to transact
surety insurance in the State of California; and is on the 1988 Edition
of the Treasury List (Circular 570 of the U.S. Treasury Department).
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Key Rating Guide: Property- Casualty.
Coverages shall be provided for all TYPES OF INSURANCE checked on the
CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
0
*D #113 42 51 Page 8
PREMIUM: SEE PERF BOND _
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
-.motion adopted March 13, 1989
has awarded to Hines Construction
hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF REFUSE
TRANSFER STATION (C -2723)
i
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 HINES CONSTRUCTION
as Principal, and
EXPLORER INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TWO HUNDRED:FOURTEEN THOUSAND FORTY -FOUR AND NO /100 - - - - -- Dollars ($214,044.00- - - - -),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs,'executors and administrators, successors, or assign's, jointly
and severally, firmly by.these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail.to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 9
Payment Bond (Continued)
this bond., as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,.
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in .
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 29TH day of MARCH , 19 89
HINES CONSTRUCTION Seal)
Name of Contractor Principal
AjotfttAsignature and Title
Authorized Signature and Title
EXPLORER INSURANCE COMPANY (Seal).
Name of Surety
1890 N. GAREY AVENUE, POMONA, CA 91767... <'
e
ROBERT J. GULF, ATTORNEY -IN -FACT
dress of gent
elephone No. of Agent
I
ttttitY!!•••• iYY• titiitiil tiitii+ YttYttitYit ltt!!!!•!!Y!Y!e!ltiitettrlilY!•
!
s
, Y
*
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ss.
Y
On this 29TH day of MARCH 19 89 before
`
'
me a Notary Public, within and for the said County and State,
'
personally appeared ROBERI.d.'CULP
'
Personally known to me (or proved to me on the basis of satisfactory
'
'
evidence) to be the person whose name is subscribed to the within
instrument at the Attorney —in —Fact of and for the Explorer Insurance
Company, and acknowledged to me that he subscribed the name of the
'
'
Explorer Insurance Company thereto as Surety, and his own name as
'
*
Attorney —in —Fact.
'
i
+ +» +rrrs»r»»pa+
:
«rr»rarr+t»rp
+ OFFICIAL SEAL «
*
« CATHY RAMPENTHAL «
i
a
; inn•:- df0 °ARY PUBLIC— CALIFORNIA _
i
a �i �•.. "- NOTARY BOND FILED IN
'
* �. ✓" LOS ANGELES COUNTY
!
« My Commission Expires January 5, 1993 , Notary Public
� '
«rrs•s•arasaaaassaasasassrsss ► ssrsa+ i
fYiiiitfi!!!it!liiiiriittifiiit ll*itt*Ilti[f rl it liiiiYt!!!!!lilitlttittti**it•
Explorer Insurance Company.
HOME OFFICE: SAN DIEGO. CALIF ORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY. a Corporation duly authanted and existing under
the laws of the State of ARIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint:
ROBERT J. CULP
its true and lawful At torneys Is) in -Fwt. with full power and authority hereby centered in its name, place and [lead, to exttuM, sea9, xknoMedge
and deliver any and all bonds• undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by die
Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, which said
Resolution hoa not been amended or rescinded and of which the following is a true, full, and complete copy:
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and wt for and on behdt of
the Company, and either the President or Secretary, the Board of. Directors or Executive Committee may at any time remove such Avomeys.n-
Fact and revoke the Power of Attorney given him or her: and be it further
"RESOLVED: That the Attorneyin -fact may be given full power to execute for and in the name of and on behalf of the Company any and
all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Artorneyin-
Fact shall be as binding upon the Company az if signed by the President and scaled and attested by the Secretary."
IN WITNESS WHEREOF. EXPLORER INSURANCE COMPANY has caused its official Mal to be hereunto affixed and these presents to be sigIaed
by its duly authorized officers this 15TH DAY OF JANUARY 1986.
EXPLORER INSURANCE COMPANY
r '�- tN+unngi
/Ci`ey3eF�Jea� /
SEAL �l
�1 President
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
1986
On this 15TH DAY OF JANUARY before the subscriber, a Notary Public of the State of California, in and for the County of San Diego,
duly cornmissroned and qualified, came DAVID E. RODRICKS, JR. , PRESIDENT of EXPLORER INSURANCE COMPANY to
mo personally known to be the individual and officer described in and who executed the preceding ins rum nt, and he Acknowledged the execution of
the same, and being be me duly swom, deposcth and saith, that he is the said officer of the Corporation aforesaid• and that the seal affixed to me
preceding instrument is the Corporate Seal of the said Corporation, and %hot %he said Corporate Seal and his signature as such ollicer were duly of hoed
and subscribed to the said instrument by she authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first abc•-
vwincn,
4`M'titi`.�VJ.Vbti .�YMA.V1111'MrtiSlV
�
p(FICIAk :FAL
{ �
NORMA PORTER
- ..��•_
3�.�
NJ1dRY PU6UL•ULI(ORNIA
Rvcipar gfca .. Ln Di,pr Counrr
yj
41 Commission Gp. Ln. 6. 19BB
rK'HN�lL�1tr'rtJkY V 1'11/\r\75151ti17H51H V `.V k>
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
I- the undenrgned, LYNNE C
certify that the original P0iVER OF
revoked.
HENCLE• SECRETARY
Notary Public
of the EXPLORER INSURANCE COMPAUy. do:tcica.
ATTORNEY, of which the loregoin9 is a loll• true and correct cony, is in Wit force and elfoc:, ane nas re bc-
IN WITNESS WHEREOF. i have hereunto subscribed my name as Secretary, and affixed the Corporal, Scol of she Cor oaraGr+, film
29T40Y Of MARCH 19 89
EXPLORER INSURANCE COMPANY
$ccretarj,
v
• • Page 10
BOND $113 42 51
PREMIUM $5,281.00
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 March 13; 1989
has awarded to Hines Construction
hereinafter designated as the "Principal ", a contract for
CONSTRUCTION OF REFUSE TRANSFER STATION (C -2723)
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, HINES CONSTRUCTION
as Principal, and EXPLORER INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
TWO HUNDRED FOURTEEN THOUSAND, FORTY -FOUR AND NO /100 - - - - -- dollars ($2]4- 044_,_ nn - - - -- )>
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Page 11
Faithful Performance Bond (Continued)
of any such` change, extension of time, alterations or additions to the terms of the
t
contrac 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 2gTH day of MARCH , 19_0__.
HINES R (Seal)
Name of Contractor Principal)
it 4 Ir �) U"
A4—"d ignature and Tit e
Authorized Signature and Title
EXPLORER INSURANCE COMPANY (Seal;.
Name of Surety
SAME
Address of Agent
714/623 -6161
Telephone No. of Agent
! i### Y# t# iYt#Y YY<# Y## Yi## YY#### f# iYY# tri## Y# ###YitY #YYYrYY #iY####i #YY #YY #IIa
#
Y
•
'
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES
es,
t
'
On this 29TH day of MARCH 19 89
before `
•
me a Notary Public, within and for the said County and
State,
•
personally appeared ROBERT .J.'CULP
'
Personally known to me (or proved to me on the basis of
satisfactory
'
evidence) to be the person whose name is subscribed to
the within
•
instrument at the Attorney -in -Fact of and for the Explorer
Insurance `
•
Company, and acknowledged to me that he subscribed the
name of the `
'
Explorer Insurance Company thereto as Surety, and his
own name as
i
#
�tingattt rt OFFICIAL SEAL i
CATHY RAMPENTHAL
'
!
s
t M NJ:ARY PUBLIC— CALIFOIMA M
• $� -, 1 NOTARY BOND FILED IN ..
!
i
10S ANGELES COUNTY
I
+.
� •
t t l 1 u.. ! .
i Expires January 5, 1993. t
#
!
•
My Commission
otary Public
jtat,t ii HYtittltitati4Yitit tfiq iii
'
#
#
11
f!! itifYl t# iiiii# 1Yiiiiii!!!! fi!! i !!t #!!litt!!!i!Ylff#lYitfiiiYif
tYiYf #!# #•
A ty of Newport Beach
1300 Newport Boulevard
lewport Beach, CA 92663
AND ADDRESS OF INSURED
*IFICATE OF INSURANCE
4 Page 12
Company
to +her A AMERICAN STATES INSURANCE COMPANY
r g
Y
Y p
Y E
Is is to certify that policies of insurance listed below have been issued to the insured named
ve and are in force at this time, including attached endorsement(s).
PANY
TYPES OF INSURANCE
Policy
Policy
Exp,
LIMITS OF L A ILITY N HOUSANOS
000
Ag.Produc5
'TER
COVERAGE REQUIRED
No,
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
x Premiss- Operations
Bodily Injury
Property Damage
S
$
$
$
x Explosion 6 Collapse Hazard
A
x Underground Hazard
x Products /Completed Operations
Hazard
x Contractual Insurance
o1 -cc-
410396 -1
03/08/90
Bodily Injury
and Property
Damage Combined
$ 1,000,
$2,000,
x Broad Form Property Damage
x Independent Contractors
X Personal Injury
Marine
Personal Injury
51,000.
Aviation
AUTOMOTIVE LIABILITY
Comprehensive Form
Bodily Injury
Each Person
S
C Owned
$
_-Bo di y niury
Each Occurrence
A
Q Hired
01 -CC-
3/08/90
r0 er amd e
Non -owned
410396 -1
Bodily n,ury and
Property Damage
Combined
$ 1,000
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
Q Other than Umbrella Form
and Property
Damage Combined
$
3
WORKERS' COMPENSATION
Statutory
ac
Accident)
and
EMPLOYER'S LIABILITY
�E: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
NCELLATION: 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.
C ' /D /I iCP L J Agency: PAUL MUENCH COMPANY
Aurndrized Kepresentative
'te: 03/22/89 Telephone: (714)633 -4551
scription of operations /locations /vehicles: All operations performed for the City of Newport
,ach by or on behalf of the named insured in connection with the following designated contract:
I CONSTRUCTION OF REFUSE TRANSFER STATION (C -2723)
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
F0 d T 0: T S n H 1 6'8 -Z Z- 2l 7 I.J
• • 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
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
h occurrence
$ each occurrence
$ 1,000,000. each occurrence
$ 2,000,000. aggregate
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.
S. Designated Contract:
ea
. I .
3
This endorsement is effective 3 -8-89 at 12:01 A.M. and forms a part of
Policy No, cc -at n�A6 -1
Named Insured T,TNFS rnNSTRrirmTnnr Endorsement No.UZZ,
Name of Insurance Company American states By_
Authorlzed ReOresentative
70 - d s u i H 9 Z : � T 3n _L 58 -E -ZI d"
N
0
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
Page 14
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"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 insuralhce 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 rlold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ 1,000,000 each occurrence
and
Property Damage Liability $ 2,000,000 AGGREGATE
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. ohould 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:
ro
C
This endorsement is effective 03/08/89 at 12:01 A.M. and forms a part of
Policy No. 01-CC- 410396 -1
Named Insured HINES CONSTRUCTION Endorsement No. N/A
Name of Insurance Company AMERICAN STATES INC. C. By
Authorized Representative
b 0' d - Z 0 : T T rrH 1 6 8- Z u- °J H W
Page 15
CONTRACT
THIS AGREEMENT, entered into this day of 19,
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
nd
Hines Construction , hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
ION OF REFUSE TRANSFER STATION
[4
2723
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:
CONSTRUCTION OF REFUSE TRANSFER STATION 2723
Title of Protect 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
Two Hundred Fourteen Thousand Forty -Four Dollars and No/100---- ($214,044.00
This compensation includes (ljany loss or amage 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 CONSTRUCTION OF REFUSE
TRANSFER STATION Y721
(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.
CITY OF NEWPORT BEACH
By
Mayor
ATTEST:
Authorized Signature and Title
9
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
P
CONSTRUCTION OF REFUSE TRANSFER STATION
CONTRACT NO. 2723
SPECIAL PROVISIONS
INDEX
SECTION PAGE
I. GENERAL CONDITIONS .................. ..............................1
II. ADMINISTRATION OF THE CONTRACT ...... ..............................1
III. LOCATION AND SCOPE OF WORK .......... ..............................1
IV. TIME OF CONTRACT .................... ..............................3
V. PERIOD OF FAITHFUL PERFORMANCE BOND . ..............................4
VI. LIABILITY INSURANCE ................. ..............................4
A. General Liability ............... ..............................4
B. Automobile Liability ............ ..............................4
VII. GUARANTEES .......................... ..............................4
VIII. SAFETY .............................. ..............................4
IX. CLEANUP AND DISPOSAL ................ ..............................5
A. During the Work ................. ..............................5
B. Final Cleanup ................... ..............................5
C. Disposal ........................ ..............................5
X. PAYMENT ............................. ..............................5
A. General ......................... ..............................5
B. Monthly Progress Payments ....... ..............................5
XI. MATERIALS AND WORKMANSHIP ........... ..............................6
XII. FIELD ENGINEERING ................... ..............................6
A. General ......................... ..............................6
XIII. INSPECTION .......................... ..............................6
• • SP Iof6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CONSTRUCTION OF REFUSE TRANSFER STATION
CONTRACT NO. 2723
I. GENERAL CONDITIONS
The parties to this contract are the City of Newport Beach and the
Contractor.
The Standard Specifications of the City of Newport Beach shall govern
contractual relationships 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 renovating the
existing Refuse Transfer Station and shall include excavation,
backfilling, compaction, concrete work, asphalt- concrete pavement,
concrete drainage gutter, concrete Swale, three - compartment Clari-
fier, an 8- inch - diameter VCP sewer line and connections to the
18- inch - diameter sewer at the existing manhole, installation of two
City- furnished hoppers, a 2 -inch water line.with sprinklers, hose
bibs and fire hoses, electrical work including light pole, conduits
and wires, and all incidental related work, complete and ready for
use. The project is located within the Newport Beach Corporate
Yard located at 592 Superior Avenue, Newport Beach. Access into
the Corporate Yard is available from Pacific Coast Highway, Newport
Boulevard, and Industrial Way.
B. The work to be done by the Contractor under this contract includes
furnishing all labor, materials, vehicles, tools, machines,
equipment, transportation, and incidentals necessary to complete
the work.
• • SP2of 6
C. Items of work to be done under this contract include, but are not
limited to, the following:
1. Strip existing asphalt from areas of proposed construction
prior to the grading.
2. Demolish and remove part of existing concrete retaining wall
as shown on drawings.
3. Extend retaining walls to the required level, which includes
exposing existing vertical reinforcement, and butt welding new
reinforcement to the existing reinforcement.
4. Construct reinforced concrete retaining wall, including weep
holes and graded drain material.
5. Backfill to the required levels, in lifts not to exceed 12
inches, compacted to 90 percent maximum density.
6. Brace the retaining wall during backfill operation and until
upper concrete slab is in place for a minimum of 14 days.
7. Place asphalt- concrete paving on the areas shown and provide a
minimum slope of 1 percent towards the concrete swale.
8. Provide all material and construct concrete drainage gutter
with heavy -duty grating, including saw - cutting part of exist-
ing concrete slab.
9. Provide and install an M.C. Nottingham Company Three- Compart-
ment Clarifier with sample box, Model No. PC C -750 or equal.
10. Provide and lay an 8- inch - diameter VCP sewer line as shown,
including connections to existing an 18- inch - diameter sewer at
the manhole.
11. Provide and lay a 2- inch - diameter water line with sprinklers,
hose bibs and fire hose as shown.
12. Provide and install complete site electrical wire.
13. All incidental related work.
14. Cleanup.
The Contractor must make his arrangements and provide for his use
the following facilities:
1. Electricity.
2. Telephone.
3. Sanitary facilities.
IV
0
4. Security fencing.
5. Water supply.
D. The contract requires completion of
these Special Provisions, the plans,
tions and Drawings for Public Works
dard Specifications Standard Specif
specirications,
SP3of 6
all work in accordance with
the City's Standard Specifica-
Construction, the City's Stan -
ications for Public Works
specincanons.
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 Stanard Special Provisions and Standard Drawings may be
purchased at the Public Works Department for $5.00 per set.
2. Precast concrete three - compartment clarifier with a sample box
shall be Model No. PC C -750 as manufactured by M.C. Nottingham
Company, Inc. of Santa Ana, California, or equal.
3. The plans prepared by SCS Engineers consist of the following
contract drawings:
• Sheet
1 -
Title Sheet.
• Sheet
2 -
General Notes.
• Sheet
3 -
Existing Site Plan.
• Sheet
4 -
Grading Plan.
• Sheet
5 -
Foundation Plan.
• Sheet
6 -
Miscellaneous Details.
• Sheet
7 -
Miscellaneous Details.
• Sheet
8
- Hopper Installation.
• Sheet
9 -
Electrical Work.
E. Included in the scope of the contract is payment of all fees and
the securing of all permits normally charged by governing public
agencies; payment of all connection charges normally charged by
serving utilities; and furnishing all material, labor, and trans-
portation necessary to complete the construction.
1. All plan check fees normally charged by the City are waived
except that all contractors and subcontractors on the project
must have a current City business license.
TIME OF CONTRACT
The date of the contract is the date contract is awarded by the City
Council.
The contract shall be complete within 90 consecutive calendar days
after award of the contract by the City Council.
0
V. PERIOD OF FAITHFUL PERFORMANCE BOND
• SP4of 6
The faithful performance bond for the contract shall remain in effect
for the duration of 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 certifi-
cate of insurance showing that he has liability insurance coverage. At
the same time, the Contractor shall provide the insurance endorsements
on the forms provided as part of the contract documents. The liability
insurance coverage shall include each of the following types of insur-
ance:
A. General Liability
1. Comprehensive Form
2. Premises - Operations
3. Explosion and Collapse Hazard
4. Underground Hazard
5. Products /Completed Operations Hazard
6. Contractual Insurance
7. Broad Form Property Damage
8. Independent Contractors
9. Personal Injury
B. Automobile Liability
1. Comprehensive Form
2. Owned
3. Hired
4. Non -owned
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 Con-
tractor 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.
• • SP 5 of 6
IX. CLEANUP AND DISPOSAL
A. During the Work
At all times during the project, the site shall be kept clean. All
dirt, waste and rubbish shall be removed frequently and not allowed
to accumulate.
B. Final Cleanup
In addition to keeping the building and site clean during construc-
tion, the Contractor must thoroughly clean the inside of the build-
ing, including fixtures, equipment, hardware, walls, ceilings, and
doors. This shall include thorough cleaning of window and opening
ledges and sills, horizontal projections, exterior steps and plat-
forms, and other surfaces. Dust, dirt, stains, hand marks, paint
spots, plaster droppings, or other foreign material shall be com-
pletely removed from the surfaces.
C. Disposal
Under no circumstances shall rubbish or waste material of any des-
cription be disposed of on the site. All debris, rubbish, and
water or surplus material shall be disposed of off the site.
X. 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 various items of work
listed on the Proposal shall be considered as full compensa-
tion 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 com-
pleted will be used.
J r .
XI. MATERIALS AND WORKMANSHIP
SP6of 6
All materials and workmanship shall conform to the requirements of the
latest editions of the Uniform Building Code and the Standard Specifi-
cations for Public Works Construction.
XII. FIELD ENGINEERING
A. General
1. The Contractor shall lay out the work from the drawings. The
Contractor shall establish all additional benchmarks, monu-
ments, lines, and levels necessary for the construction.
2. To lay out the work and to verify lines and elevations as the
work progresses, the Contractor shall employ an experienced
and competent Civil Engineer or Land Surveyor registered in
the State of California.
XIII. 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 Engineer will act as the
agent of the City in inspecting the work.
U
CITY OF NEWPORT 'ACH
March 14, 1989
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
MAC Group Inc. Design & Development
dba A & M Design pp
2182 Dupont Dr., QtiGG /
Irvine, CA 92715
Subject: Contract No. 2723
Construction of Refuse Transfer Station
Enclosed herewith is the bidder's bond you submitted with your
bid for the above project.
Thank you for your interest in this project.
Sincerely,
/ 1
Wanda E. Raggio
City Clerk
WER:pm
Enclosure(s)
cc: Ken Perry (Public Works)
3300 Newport Boulevard, Newport Beach
I
n
KNOW ALL MEN BY THESE PRESENTS,
BIUUzR'S BONO
35M 717 157 UU
That we, A & M- Design & Development as bidder,
and American Motorists Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
loo not to exceed Twenty Two Thousand & no /1QQ____------- Dolldr5 ($ 22,.000._OQ )
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
REFUSE TRANSFER STATION 2723
Title o roject Contract No.
In the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
It is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 13t1i day
of Fahrnaru , 19 89.
(Attach acknowledgement of
Attorney -in -Fact
Notary Public
Commission Expires:
T1i
A & M Desi n & Development .
Bidder
Authorized Sgnature/ it e
AMERICAN MOTORISTS INSURAO COMPANY , ^
national.
Home Office: Long Grove, IL 60049 Pic
POWER OF ATTORNEY mmPanies
Know All Men By These Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and
having its principal office in Long Grove, Illinois, does hereby appoint • .• .................... • ... * ...
• "' ••
David Z. Noddle, Bill K. Heist, Beverly Martin and William E. Pitts of
Los Angeles, California ( EACH)* ** * *+F* * * * * *** *+t** * * ****** * *** *+HEM
its true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of
issuance of this power and ending December 31, 1990, unless sooner revoked for and on its behalf as surety, and as its act and
deedAny and all bonds and undertakings provided the amount of no one bond
or undertaking exceeds TWO HUNDRED FIFTY THOUSAND DOLLARS ($2501000.00) * **
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the
dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists
Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its
regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1990.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of
said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is
hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the
Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf
of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings,
obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process"
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by
the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February,
1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed
with the Secretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary, may be affixed by facsimile on
any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists sy nce Company has 4aus-d this instrument tqg signed and its corporate seal
to be affixed by its authorized officers, this �3�� day of September , 19 60
Attested and Certified: =4 AMERICAN MOTORISTS INSURANCE COMPANY
By
J. S. Kemper, 111, !)emor vice
STATE OF ILLINOIS
COUNTY OF LAKE ss
1, Rose K. Rayner, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known to me to be the
same persons whose names are respectively as Senior Vice President and Secretary of the American Motorists Insurance Company,
a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally
acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument
s the free and voluntary ad of said corporation and as their own free and voluntary act for the uses and purposes therein set forth.
. — 0=
commission expires: August 12, 1991 Rose K. Rayner, Notary Public
836-5 7-88 1M PRINTED IN U.S.A.
+er of Attorney —Term
• • . wi Veit S -gEuvvi
•paleis ulajay ivalxa ay1 o1 pue iauuew ay us idaoxa Auedwo) ayi pulq w /yuoyine ou aney
Aay1 pue'ulaiayi paweu Apeogloads s8upluvapun pue spuoq ayi 01 u'aJa41 paweu asoyl;° sloe ayl sllwll AawouV;o iansod siyl
Areiaua5'welyyi,g aal
MW
App slyi uo Auedwo) awe
-insul sisuoloW ueouawy ayi jo leas alejodioo ayi paxlye pue aweu Aw paquosgns oiunaiay aney l 403i13FiM ANOWI1S31 NI
Auedwo) awejnsul sisuotOW ueouawy ayi ;o AieiaioaS pue ivaplswd ao!A wluaS paloala Alnp ayi
Aawouy ;o iansod payoeue ayi ;o uopnoaxa ayi d° aipp ayi uo mans Alanlioadsai /ueiaioaS pue ivaplsaid a>t� iolua5 se Aawouy
;o iansod ayi painoaxa oyes 48nopnpW •) .y pue Ip 5adwa)l •S ( ples ayi ieyi A}lUao iayiin; op I pue :aieogniao siyi )o aipp ayi
uo Loaya pue aaio; lln; us si pue ;oarayl aipp ay awls ioMjja pue aoio; llB w uaaq sey awes ay my pue Ado:) ioajioo pue ann a si
P -TABQ !° ;leyaq uo PaJeP
Agaiay op'Auedwo) aweinsul slsuoioW ueouawy 841 j A1elaioaS'me{)oW •8 aal "I l
Nouv�iivaa) �
STATE OF CALIFORNIA, SS.
COUNTY OF California
On this
day of
-0 - - 1989
19—, before me
personally appeared David Z. Noddle
personally I known to me (or proved to me on the basis of satisfactory evidence) to be
the person whose name is subscribed to this instrLunent as the Attorney-in-Fact of
AMERICAN MOTORISTS INSORANCE COMPANY, and acknowledged to me that he (she) subscribed
the name of said company thereto as Surety, and his (her) own name as Attorney-in-Fact
............................
L
10MRY PUBLIC
... ............................... ........... gel
• • PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CONSTRUCTION OF REFUSE TRANSFER STATION
CONTRACT NO. 2723
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 (Drawing No. M- 5282 -S, consisting of 8
sheets), and Special Provisions, and hereby proposes to furnish all labor and materials and do
all the work required to complete this Contract No. 2723 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following lump sum price for
the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS i PRICE PRICE
1. Lump Sum Construct Refuse Transfer Station,
complete in place, for the lump sum
price of:
V. d
i _ _ i Cents
TOTAL PRICE WRITTEN IN WORDS
(=,4
Date
;?/`/- 752 —1 7;? l
Bidder's Telephone Number
Dollars
and
Cents
$�B.�SPP
554191 A -4 21x2— (1 orvT —pr, rRvinc_ cA. Qz3r�
Contractor 's icense No. & Classification' cation Bidder's Address
•
TO: CITY COUNCIL
UY !,I-',11
CITY 71 ;,'-tK?ORT SLACI
MAR 13 1989
APPROVED
*March 13, 1989
CITY COUNCIL AGENDA
ITEM NO. J -1
• FROM: Public Works Department and General Services Department
SUBJECT: REFUSE TRANSFER STATION - CONTRACT NO. 2723
RECOMMENDATIONS:
1. Make and adopt findings that the lowest monetary bidder, Mac Group,
Inc., Design & Development, doing business as A & M Design, of
Irvine is not the "lowest responsible bidder" in the sense the word
responsible means having the quality, fitness and capacity to
satisfactorily perform the work; and reject the bid of Mac Group,
Inc. Design & Development. (The suggested findings are attached
hereto and marked Exhibit "C ").
2. Award Contract No. 2723 to Hines Construction in the amount of
$214,044.00.
3. Authorize the Mayor and City Clerk to execute the contract.
4. Approve a budget amendment in the amount of $210,000.00 to complete
• the project.
DISCUSSION:
At 11:00 A.M. on February 15, 1989, the City Clerk opened and read
seven bids for the subject contract:
Low Mac Group Inc., DBA A & M Design &
Development, Irvine
2 Hines Construction, Laguna Niguel
3 Oberg Contracting Corp., Simi Valley
4 P.R. Burke Industrial Corp., Tustin
5 G.B. Cooke, Inc., Azusa
6 Markel Cement Contractors, Costa Mesa
7 Ja -Mar Engineering, Inc., Long Beach
$178,500.00
214,044.00
265,000.00
288,744.00
292,200.00
298,560.00
352,889.60
The low bid is 19.2% under the Engineer's estimate of $221,000.00.
The second lowest bid is 3.0% under the Engineer's estimate.
The plans were prepared by SCS Engineers, Long Beach. The estimated
• date of completion is May 15, 1989.
Recommendation that Mac Group, Inc., Design & Development, doing
business as A & M Design is not the "lowest responsible bidder" is based on the
following reasons:
1. Mac Group, Inc., Design & Development, does not hold a Class "A"
general engineering contractor license from the Contractors State License Board
as required in the Instructions to Bidders. Mac Group has a Class "B" building
contractors license. The bid documents indicated that it had both Class "A" and
Class "B" licenses; however, the Contractors State License Board does not show a
Class "A" license for the firm.
3k)
Subject: Refuse Transfer Station (C -2723) •
March 13, 1989
Page 2
• A general engineering contractor is one whose principal business is in
connection with fixed works requiring specialized engineering knowledge and
skill, including waste reduction plants, land leveling and earth moving
projects, excavating, grading, trenching, paving and surfacing work, and cement
and concrete work in connection with the above mentioned fixed works.
A general building contractor is one whose principal business is in
connection with any structure built for the support, shelter and enclosure of
persons, animals, chattels, or movable property, requiring in its construction
the use of two or more unrelated building trades or crafts, or to do or
superintend the whole or any part thereof.
A Class "A" license was required in the bid documents for two reasons:
a conscious decision that a contractor with specialized engineering knowledge
and skill was desired; and the wording of the Contractors License Law.
The type of construction involved in the proposed refuse transfer
station consists primarily of a tall, heavily reinforced concrete retaining
wall. This type of construction is ordinarily performed by General Engineering
Contractors rather than by General Building Contractors.
• 2. The low bidder is properly bonded, and apparently has adequate
working capital; however, the technical ability and experience references
submitted indicate only minimal experience in constructing projects similar to
the proposed refuse transfer station. The type of organization of the low
bidder is not entirely clear. It appears to be a corporation owned by four
individuals.
A total of 15 experience references were furnished by the bidder. A
number appear to have been projects of the individual partners in their former
associations, or could not be verified. It has been difficult to get
information from the firm in response to direct questions about its experience,
equipment owned, location of any storage yard, number of permanent employees,
etc. Attached to this memo and marked as Exhibit "A" is a detailed list of the
technical ability and experience references submitted by A & M Design; and of
the comments elicited in attempting to check the references.
Mac Group, Inc., Design & Development, dba A & M Design, appears to be
a firm with minimal experience in constructing projects similar to the proposed
refuse transfer station. The difficulty in checking the experience references,
particularly as to exactly what was done by A & M Design, lead to the conclusion
that the firm simply does not have applicable recent experience which can be
• documented reasonably. The State Contractors' License Board has no complaints
on file against the licenses of Mac Group; A & M Design; or any of the four
owners of the firm.
In the judgement of both the General Services Department and the
Public Works Department Mac Group, Inc., Design & Development, lacks the
quality, fitness and capacity to satisfactorily perform the work. Attached as
Exhibit "C" are the recommended findings for rejection of the bid.
The second lowest monetary bidder, Hines Construction, of Laguna
Niguel, is properly licensed and bonded. Technical ability and experience
references furnished indicate experience in constructing projects similar in
nature to the proposed refuse transfer station. The superintendent and the
Subject: Refuse Transfer Station (C -2723) •
March 13, 1989
Page 3
foreman have years of experience with large contractors in Colorado in the field
• of heavy reinforced concrete construction. The company has its own personnel
and equipment. Favorable references include projects at Santa Monica City
College, the City of Pico Rivera and the City of Rosemead.
•
•
The Director of Public Works of Rosemead had checked previous
references from work done in Oklahoma by the owners where they had a company as
Assured Construction and had favorable references.
1987 -88 budget contained an appropriation of $34,000 from the General
Fund for the project. The 1988 -89 budget added an additional $81,950; a total
of $115,950. As indicated in the January 9, 1989 memo when the plans were
approved, a budget amendment will be needed to construct the project. A budget
amendment has been prepared for consideration by the Council.
Contract Cost: $214,400
Miscellaneous Costs: (Registered deputy
inspector, testing, materials, etc.) 20,000
Reserve for Weighing Equipment 4,000
Subtotal 238,400
Available in Acct. 02- 5097 -451 28,600
Additional Funds Needed $209,800
The purpose of the refuse transfer station is to allow the smaller
two -man rubbish packers to dump into large over the road vehicles for transport
to disposal sites. The larger one -man rubbish packers will continue to be
driven to the disposal sites.
Benjamin B. Nolan
Public Works Director
KP:so
Attachment
David E. Niederhaus
General Services Director
f
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
March 1, 1989
• Construct Refuse Transfer Station
Contract 2723
Technical Abilitv and Experience References of A & M Desi
1. A 5,300 square foot mechanic shop for Huong Auto Center in Cypress could
not be located. The contact, Mike Yun, could not be contacted and the
telephone number (970 -2191) has been disconnected.
2. The address listed for a 4,890 square foot wood frame building for F & M
Plaza at 3290 First Street, Santa Ana, turned out to be a vacant lot. The
building is at the intersection of Booth Street with First Street. Mr.
Mansoor Hakimijoo did not recall the nave of A & M Design.
3. A 16,000 square foot shopping center for F & M Plaza at 489 E. Lincoln
Avenue, Anaheim, was a railway underpass. Mr. Mansoor Hakimijoo, the
owner, (774 -9700) did not recall the name of A & M Design. He said that he
had built a project on Euclid Avenue in Anaheim, but that the contractor
0 was Burroughs Construction, and the architect was Anaheim Hills Architects.
The Anaheim Hills Architects have apparently gone bankrupt. Burroughs
Construction cannot be located. A & M Design thinks the project was on
Lincoln Avenue one block east of Beach Boulevard, but the records of A & M
Design are either in a Lake Elsinore office, or were damaged in a fire at
the residence of Mehdi Hakimi, the owner of A & M Design.
A $480,000 two story concrete block auto service building at 411 E. Lambert
Avenue, La Habra, may not have been constructed by A & M Design. Mr. David
Rastauan, the owner, (529- 7844) is not complimentary to Mehdi Hakimi.
Attached and marked Exhibit "B" is a copy of a Settlement Agreement and
Mutual Release, furnished by Mehdi Hakimi, which indicates that Mehdi
Hakimi doing business as A & M Design and Service, not A & M Design, was
employed as a construction consultant, and that a dispute arose between
Rastava and Hakimi regarding the quality of the services performed and
payment for services. The agreement implies that the contractor was Halle
Development and Construction Company.
5. Additions to a single family home at 3291 Elm Road in Riverside County for
Mehdi Semnani at 480 -6313 are not considered to constitute experience in
constructing projects similar to the proposed refuse transfer station,
• being more in the nature of work done by general building contractors.
EXHIBIT "A"
VA
6. Adding a second story to a single family home at 18711 Torino, Irvine, for
Sammi Ammari (854 -4655) is not considered to constitute experience in
constructing projects similar to the proposed refuse transfer station,
being more in the nature of work done by general building contractors.
• 7. Addition of 1400 square feet of one
at an undisclosed location on Bueno
constitute experience in constructi
refuse transfer station, being more
building contractors. No telephone
story wood and stucco for Mr. Pourhakim
Street in Downey is not considered to
ig projects similar to the proposed
in the nature of work done by general
number was listed.
8.• Remodeling of a 100 unit apartment house for Tower Development in Houston,
Texas in 1980 -81 cannot be verified. Mr. Al Namdar (974- 7979), one of the
partners in Tower Development, stated that the project was finished on time
and under budget. The exact nature of the work done by A & M Design cannot
be verified. The general contractor may have been Halle Development and
Construction Company. The relationship between A & M Design and Halle
Development and Construction Company cannot be verified. Al Namdar and
Mehdi Hakimi are related by marriage.
9. (See also item no. 8 above). Construction of a 32 unit apartment house for
Tower Development in Anaheim at the corner of Orange Street and Webster
Street cannot be verified. Mr. Al Namdar stated that the project was
finished on time and under budget. The exact nature of the work done by A
& M Design cannot be verified. The general contractor may have been
Michael Halley Construction. The relationship between A & M Design and
• Michael Halley Construction cannot be verified.
10. Tenant improvements for Leonardo's Italian Furniture Store, 15333 Culver
Drive, Irvine, is not considered to constitute experience in constructing
projects similar to the proposed refuse transfer station, being more in the
nature of work done by general building contractors. The reference is Mr.
Neamat Abdoalahi (551- 9066).
11. Tenant improvements for Children's World Furnitures at an undisclosed
location for The Irvine Company is not considered to constitute experience
in constructing projects similar to the proposed refuse transfer station,
being more in the nature of work done by general building contractors.
The contact person is Mr. Bob Alexander at (551- 3030).
12. A $48,000 project for sidewalk, paving, landscaping, a box tree, and a
sprinkler system for a 15 unit apartment building for Four Star Development
at an undisclosed location in Van Nuys is not considered to constitute
experience in constructing projects similar to the proposed refuse transfer
station, being more in the nature of work done by general building
contractors. The contact person is Mr. Mike Tavakoli. The following
telephone number was furnished by A & M on February 28, 1989: (213)
• 553 -8222.
13. A $175,000 project to renovate the building and construct a storage room
with an observation deck on top at the Debell Golf Course for the City of
Burbank was constructed by Docon Construction, Inc, of Lake Elsinore.
Docon had trouble with its bonds, desiring to submit bond in the name of
Page 2
M
Academy Construction, which is a soils engineering company in Lake Elsinore
owned by two of the partners in Docon Construction. Two of the four
partners of Mac Group, Inc., Design & Development are two of the four
owners of Docon Construction. The work of Docon Construction was
acceptable, but the contractor was not A & M Design. The reference was
•Anna Mindeola of the Parks and Recreation Department (818) 953 -9572.
14. A $60,000 contract with the City of San Juan Capistrano to remodel a former
fire station into a recreation building is in progress. The work consists
of the type of work usually done by home remodeling contractors, and is not
considered to constitute experience in constructing projects similar to the
proposed refuse transfer station, being more in the nature of work done by
general building contractors. The reference was Brian Perry, Associate
Civil Engineer in the Public Works Department at 493 -1171.
15. Two proposed contracts with the City of San Clemente have been awarded to
the firm. One is for a project to repair the pilings under a lifeguard
tower that has been undermined, and the other is a project to construct
three storm drains. The staff found that the bidders had very limited
references; but recommended that the contracts be awarded upon the advice
of their City Attorney. The reference is Sam Shoucair, Assistant Civil
Engineer in the Community Development Department 498 -2533, Ext. 207.
errry y
Kenneth L. P
Office Engineer
r�
Page 3
If
SETTLEMENT AGREEMENT AND MUTUAL RELEASE
• This Settlement A eement and Mutual Release is entered into
this J(_ day of -W-'� , 1987, by and between DAVID RASTAVAN and
MEHDI HAKIMI doing bu iness as M & M Design and Service.
RECITALS;
A. DAVID RASTAVAN (" RASTAVAN") is the owner of the real
property at 411 East Lambert Road, La Habra, Orange County,
California.
B. MEHDI HAKIMI dba M & M Design and Service ( "HAKIMI ") is
a constructlQz_Con5liltci.tlt in business in Orange County,
California.
C. On or about August 25, 1985, HAKIMI entered into an oral
agreement with RASTAVAN and others whereby he agreed to act as a
construction consultant for certain works of improvement being
built upon t e aforedescribed real property.
• D. A dispute has arisen between RASTAVAN and HAKIMI
regarding the quality of the services performed and payment for
these services.
E. There is now pending an action and cross - complaint
between the parties hereto in the Orange County Superior Court,
bearing Case Number 48 -62 -38 entitled David Rastavan v. Halle
Development & Construction Companv. et al., and related cross
actions regarding the disputes between RASTAVAN and HAKIMI over
the services performed by HAKIMI at the real property work of
improvement at 411 East Lambert Road and payment therefor.
F. The parties desire to settle their differences in
accordance with the terms and conditions set forth herein.
IT IS
AGREED;
I....;?ayment. RASTAVAN shall pay to HAKIMI the total sum of
$7,000.00.
2. Dismissal. At such time as the payment provided for in
• paragraph 1 has been made, RASTAVAN and HAKIMI shall each sign
and cause to be filed a dismissal with prejudice of their
respective action against the other. The form of the documents
shall be substantially similar to EXHIBIT A attached hereto.
Each party stall bear their respective attorneys' fees
and costs.
1
3. General Release. At such time as the payment provided
for in paragraph 1 has been made, the following General Release
shall become operative:
RASTAVAN and HAKIMI, each, for themselves, their
predecessors, successors and assigns, and anyone claiming through
or under them,,hereby releases and forever discharges the other
and their respective agents, servants, successors, and heirs,
from any claims, causes.of action, judgments and demands of every
' :kind and nature whatsoever which they ever had or now have
against the other by reason'of any act or omission by the other
in connection with the real property work of improvement at 411
:,East Lambert Road; for the paymentIor services rendered by
HAKIMI.; or by reason of any facts alleged in the RASTAVAN
vu° +kcomplaint or''HAKIMI' cross= complaint in the 'above described action
now pending,.in the Orange,County Superior Court bearing Case No.
4.'`'Representations`of Rastavan.`"'RASTAVAN hereby declares
and represents that the settlement of said lawsuit is a
compromise of doubtful and disputed claims and is not to be
construed as an admission of liability on the part of any person
released hereby and that said liability is, in fact, expressly
denied. RASTAVAN does hereby agree to and intends to release all
• claims which he may have against the parties released whether or
not he now knows or suspects the same to exist.
RASTAVAN expressly waives the provisions of Civil Code
Section 1542 which reads as follows:
"A general release does not extent to claims
which the creditor does know or suspect to
exist in his favor at the time of executing a
release, which, if known by him must have
materially affected his settlement with the
debtor."
.Representations of Hakimi. HAKIMI hereby declares and
<'_` k,x• ,represents that,the,settlement „of.said. lawsuit is a compromise of
doubtful and disputed claims and is:.not to be construed as an
' admissim of`.liabil'ity on'the part 'o£ "any °person released hereby
nd thaf 'said liability `is ''in fact,�expressly denied. HAKIMI
does hereby; agree to and intends to release all claims which he
may have against the parties released whether or not he now knows
or suspects the same to exist.
HAKIMI expressly waives the provisions of Civil Code
Section 1542 which reads as follows:
"A general release does not extent to claims
which the creditor does know or suspect to
r:
2
i A
exist in his favor at the time of executing a
release, which, if known by him must have
materially affected his settlement with the
debtor."
• 6. Entire Agreement. This Settlement Agreement and Mutual
Release contains the entire agreement between the parties with
regard to the matters set forth herein and shall be binding upon
and inure to the benefit of the successors and assigns of each.
•
7. Governing Law. This Settlement Agreement and Mutual
Release shall be construed and interpreted in accordance with the
laws of the State of California.
8. Counterparts. This Settlement Agreement and Mutual
release may be signed in counterparts by each of the parties
hereto.
Dated: =1 _�—, 1987.
RASTAV
M
Dated: ApzU H 1987.
A16A4 .
MEHDI HAKIMI doing b<siness as
M & M Design and Service
3
A.
jEXTI (alt " t3`
q
0
• FINDINGS FOR DETERMINATION THAT MAC GROUP, INC.,
DESIGN AND DEVELOPMENT, DBA A & M DESIGN
IS NOT THE LOWEST RESPONSIBLE BIDDER
AND SUPPORTING AWARD OF CONTRACT 2723 TO HINES CONSTRUCTION
1. Mac Group, Inc., Design and Development, dba A & M
Design (Mac Group) does not hold a Class A General
Engineering Contractor's License which is required
by state law, contract documents, and instructions
to bidders;
2. The work required to construct the refuse transfer
station requires a contractor with specialized
engineering knowledge and skill generally
possessed by contractors with an A license;
3. The experience references provided by Mac Group do
not establish that they have the quality, fitness
• and capacity to satisfactorily perform the work
required by Contract C -2723 in that:
A. Most of the references provided by Mac
Group do not relate to projects which
constitute experience in constructing
facilities similar to the proposed
refuse transfer station; and
•
B. Mac Group's participation in those
projects which could constitute
experience in projects similar to the
proposed refuse transfer station cannot
be verified by sources independent of
Mac Group or persons with whom Mac Group
is affiliated.
EXHIBIT "C"
/D
• TO: CITY COUNCIL
FROM: General Services Department
Public Works Department
January 9, 1989
CITY COUNCIL AGENDA
IT: N0. F -17
"y ..{}' , -.ITL
JAN 9 1989
_. _APRs !FI)— —.
SUBJECT: CONSTRUCT REFUSE TRANSFER STATION (CONTRACT 2723)
RECOMMENDATIONS:
Approve the plans and specifications.
Authorize the City Clerk to advertise for b d-s 1a:..be•- op&%d -by
J l�a®8 - =R M #e�ruar °15 1989.
DISCUSSION:
On January 11, 1988, the Council approved of the establishment of a
• refuse transfer facility as the most economical, feasible alternative for future
refuse operations. With the closure of the Coyote Canyon Landfill recently
confirmed by Orange County as effective April 1, 1989, and the delayed opening
of the Bee Canyon Landfill until possibly early Fall 1989, this transfer
facility is even more vital to the continued efficient refuse operations of the
City than when approved one year ago. A copy of the January 11, 1988 memo to
the Council is attached for reference.
A recognized solid waste facility consulting firm, SCS Engineers,
Inc., was selected to assist in the lengthy, complicated County, State and local
agencies permit process. Final approval of the State permit is expected by
February 1989. Plans and specifications have been completed after extensive
revisions caused by various regulatory agencies adding construction
stipulations. Engineering studies of the subsurface and existing construction
features at the site revealed less than optimum soil conditions and consequently
dictated the necessity for a more complex design, thereby eliminating City
construction crews from building the facility as originally planned and funded.
The fiscal status of the project is as follows:
Consultation and Design: SCS Engineers $ 63,000
Purchase, Transport, and Modification of
• 9 ton Surplus County Hoppers $ 25,874
Modular Scale System for Weighing Trailers $ 3,700
Estimated Contract Construction $221,000
Contract Construction Contingency Cost (10 %) $ 22,100
Estimated Total Project Cost $335,674
Appropriations to date $115,950
Estimated additional funding to date $219,724
0
0
Subject: Construct Refuse Transfer Station (Contract 2723)
January 9, 1989
Page 2
L_J
By transporting all City residential refuse to a County landfill rather than to
commercial refuse transfer stations where commercial fees will be 250% higher
than County fees, the City will save $507,500 in dumping fees in the first year
of operation. This avoided cost slightly exceeds the estimated first year cost
of the constructing, equipping and operating of the Transfer Station. Operation
in the second and subsequent years should yield similar savings not offset by
construction nor equipment expenditures.
A budget amendment will be requested after bids have been received and the
contract construction amount is known. If additional funding is necessary at
that time, other budgeted capital improvement or capital outlay funding may be
identified for use in this vital project. The estimated date of completion of
the facility is May 15, 1989. All transfer station equipment (truck tractor and
2 trailers) has been purchased and is ready for operation. A full set of
drawings will be on display in the Council conference room. Tours of the site
and the equipment may be arranged with the General Services Director.
David E. Niederhaus Benjamin B. Nolan
General Services Director Public Works Director
G:0 ..
Attachment
40
i
0
.Tanuary 11, 1988
CITY COUNCIL AGENDA
ITEM NO. F -11
TO: Mayor and City Council
FROM: General Services Director
SUBJECT: Establishment of a City Refuse Recycling/Transfer Station
Recommendation:
1. Approve the establishment of a City refuse recycling /transfer
station at City Yard.
2. Utilize City resources and the consultant services of SCS
Engineers to obtain State and County permits to operate said station.
Background:
On December 14, 1987, at the Council Study Session, the establishment
of a City operated recycling /transfer station was presented as a
feature of the most economical, feasible alternative for future refuse
operations. This station is vital to the continued economical refuse
operations of the City when the Coyote Canyon Landfill closes in March
1989. City trucks must then travel a total of 25 extra miles per trip
to the Dee Canyon Landfill. By transfering the small refuse truck
loads to a large tractor trailer combination, the daily operation
becomes more cost effective and efficient over a longer term.
The utilization of such a station is justified for the following
reasons:
1) It represents the most cost effective long term method of
transporting City refuse.
2) It makes use of previous capital improvements, zoning, and
geographical features.
3) It is a natural expansion of our existing transfer station
• operations which have been utilized for over 15 years, to
transfer beach, park, and street debris to larger vehicles
for transit to the landfill.
4) It allows the continued control of economical City refuse
operations for at least 25 years (service life of Bee Canyon
Landfill).
5) It facilitates the expansion of recycling operations, which
will become an absolute essential in Southern California during
the next decade.
3
• 6) It avoids the rapid escalation of tipping fees at commercial
refuse stations over which the City will have no control.
7) It insures quality control of refuse operations and promotes
employee morale.
The FY 1987 -88 refuse operations budget is projected to be $1,804,000.
The FY 1988 -89 budget is estimated to be $1,935,000, if normal refuse
operations could continue. The establishment of a refuse transfer
station will require an estimated $279,000 in startup costs
(equipment, construction, and consulting fees) , which when amortized
will result in an estimated FY 1988 -89 refuse operations budget of
$1,996,000. over $570,000 /year will be saved through the avoidance of
commercial refuse station dump fees. The startup costs would
effectively be recouped in the first six months of the recycling/
transfer station operation.
David E. Niederhaus
Lf
a
1
i
The site plan and project description, prepared by
the consultants,
SCS Engineers, is attached.
This booklet will
be the support
documentation for the request
for State and County
permits for the
station. A request consistent
with the City Council
decision on the
refuse transfer station will be
submitted in the FY 1988 -89 budget.
•
David E. Niederhaus
Lf
a
1
i