HomeMy WebLinkAboutC-2806 - Balboa Peninsula Alley Reconstruction0
CITY OF NEWPORT BEACH
June 11, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Hondo Company, Inc.
605 "A" East Alton Avenue
Santa Ana, CA 92705
Subject: Surety: Great American Insurance Co.
Contract No.: C -2806
Project: Balboa Peninsula Alley Reconstruction
The City Council of Newport Beach on May 13, 1991 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 May 20,
1991, Reference No. 91- 246953.
Sincerely,
Wanda E. Ragg:ixo,G` %�
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk �.
City of Newpoft Beach
3300 Newport Boulevard
Newport Beach, CA 92663
= 24693
*aEMPT RECORDING REQUEST PER
GOVERNMENT CODE 6103 / RECORDED IN OFFICIAL R2CORDg
OF ORANGE COUNTY, CALIFORNIA
EXEMPT
C7.
NOTICF. OF COMPLETION
PUBLIC WORKS
pM 0 MAY 2 01991
4e- a -c*� et:Wer
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 19, 1991
the Public Works project consisting of BALBOA PENINSULA ALLEY RECONSTRUCTION (C -2806)
on which Hondo Company, Inc., 605 "A" East Alton Avenue, Santa Ana, CA 92705
was the contractor, and Great American Insurance Co., 200 S. Manchester, Orange, CA _
was the suI eIy, was '-completed. 92668
RECEIVED CITY OF NEWPORT B�FAA�CH
-
CITY G.EAK A
stw�eattofttEnat blic Works Director
VERIFICATION
I, the undersigned, say:
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 X *y �1, 1%,f/ at Newport Beach, California.
�G. ?M
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 13. 1991 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� at Newport Beach, California.
-7T -T
City Clerk
• TO:
FROM:
SUBJECT:
MAY 1 31991
City Council
Public Works Department
E
May 13, 1991
CITY COUNCIL AGENDA
ITEM NO. F -12
ACCEPTANCE OF THE CONTRACT FOR THE BALBOA PENINSULA ALLEY
RECONSTRUCTION (C -2806)
RECOMMENDATIONS:
1. Accept the contract.
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 subject contract
• has been completed to the satisfaction of the Public Works
Department.
The bid price was $74,694.50
Amount of unit price items constructed 86,359.83
Amount of change orders 8.403.35
•
Total contract cost
$94,763.18
The increase in the amount of the unit price items
constructed was primarily due to the addition of an alley between
40th and 41st Streets to the contract as requested by the Council.
One Change Order was issued in the amount of $8,403.35.
It provided for construction of cleanouts on each sewer lateral in
advance of the alley paving.
Funds for the project were budgeted in the General Fund,
Account No. 02- 3497 -430.
The contractor is Hondo Construction, Inc. of Santa Ana.
The contract date
w k was completed on April
Benjamin B. Nolan
Public Works Director
GPD:so
of completion was June 20, 1991. All
19, 1991.
0 0
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: February 21, 1991
SUBJECT: Contract No. C -2806
Description of Contract Balboa Peninsula Alley Reconstruction
Effective date of Contract February 11, 1991
Authorized by Minute Action, approved on Februaty.11, 1991
Contract with Hondo Company,.:Inc,
Address 605 "A ".East::Alton Avenue'
Santa Ana, CA
Amount of Contract $74,694.50
"Xe26' �-q 4je
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach_ .. ... ..
iI
V
•
•
0
BY THE CITY
FF8 I 1 1991
TO: City Council
FROM: Public Works Department
February 11, 1991
CITY COUNCIL AGENDA
ITEM NO. F -3(C)
SUBJECT: BALBOA PENINSULA ALLEY RECONSTRUCTION (C -2806)
RECOMMENDATION:
Award Contract No. 2806 to Hondo Company Inc, of
Santa Ana for $74,694.50, and authorize the Mayor and
the City Clerk execute the contract.
DISCUSSION:
At 11:00 A.M. on January 31, 1991, the City Clerk opened
and read the following bids for this project:
* The corrected total bid prices are:
2
Bidder
Total Bid Price
Low
Hondo Co. Inc.
$74,694.50
2
J & B Kovac Eng. Inc.
$79,098.00*
3
Gillespie Const. Inc.
$83,230.20*
4
Clayton Eng. Inc.
$84,310.50
5
FAV Engineering
$86,897.00
6
Nobest Inc.
$87,210.30*
7
Sully- Miller
$89,878.75
8
Modern Asphalt Inc.
$97,963.75
9
Guild Const. Inc.
$98,457.50
10
Wakeham -Baker
$103,301.00
11
J.D.C. General Eng.
$106,497.00
12
Ruiz Engineering Co.
$119,611.40*
13
R.H. Church & Son Inc.
$121,731.00*
14
Damon Construction
$123,702.00
15
Hines Construction
$125,631.50
* The corrected total bid prices are:
2
J & B Kovac Eng.
Inc.
$78,198.00
3
Gillespie Const.
Inc.
$93,522.00
6
Nobest Inc.
$85,714.30
12
Ruiz Engineering
Co.
$119,715.10
13
R.H. Church & Son
Inc.
$121,731.50
The low bid is 42% below the Engineer's estimate of
$129,000.00. The disparity between estimated and bid amounts is
attributed to an intense competition among contractors due to
scarcity of such work.
V
Subject: Balboa Peninsula Alley Reconstruction (C -2806)
February 11, 1991
Page 2
•.. .
The low bidder, Hondo Co. Inc., is a well - qualified
general contractor who possesses a Class A Contractor's License.
Hondo has not preformed previous contract work for the City;
however, a check with their experience references and the State
Contractor's License Board has shown that Hondo has successfully
completed previous contracts for the City of Rancho Cucamonga, the
City of Hawthorne and the County of Orange and has no pending
actions detrimental to their contractor's license, respectively.
This project provides for the replacement of 15,770
square feet of alley improvements, as shown on the attached Exhibit
"A ". The reconstruction of the alley improvements will facilitate
drainage and provide a smooth driving surface.
Sufficient funds are available from the Alley Replacement
Program Account, 02- 3497 -430.
The plans and specifications were prepared by the Public
Works Department. All work should be completed by June 15, 1991.
• An exhibit is attached for reference.
J. k4
Benjamin B. Nolan
Public Works Director
SL: so
Attachment
is
0
•
PROJECT
LOCRTION
N
N.T.S.
OF NEWPORT BERCH
PUBLIC WORKS DEPRRTPENT
BALBOA PENINSULA ALLEY RECONSTRUCTION
ALLEY'S 314 Co 315 C, 316 C,
319 A & By 320 R & By 331 & 332
0
EXHIBIT W
d.m.w.
N.T.S.
Y CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3388 Newport Boulevard, P. 0' Box 1768, Newport Beach, CR 92659 -1768
until 11:00 a.m. on the �l day of Jalluary , 1991,
at whTEF—ti—mi—su—ch bids that be opened and read for
Balboa Peninsula Alley Reconstruction
Title of Protect
tract
$129,090.00
Engineer's Estimate
I
Rpproved by the City Council
this 14th day of danuary 1991.
Wanda E. Rai
City Clerk
Prospective bidders may obtain on set of bid documents at no cost
at the office of the Public Works Department, 3388 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CR 92659 -1768.
For further information, call Stephen Luu � at 644 -3311.
Project anl� ager
• �' .:
�:: .
r -,� ,
::�:�.:
., f
�]a�iM .:
"'' r � c .. .. '_._
�6''� ..���.5,..� "xT���c :... - .fin. .3'...'.':��
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
0
BALBOA PENINSULA ALLEY RECONSTRUCTION
CONTRACT NO. 2806
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the
location of the work, has read the Instructions to Bidders, has
examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all work required to complete this
Contract No. 2806 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following
unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization and traffic control
@ Five Thousand Dollars
and
No Cents $ 5,000.00
Per Lump Sum
2. 15,770 Remove existing alley pavement
Square Feet and construct P.C.C. pavement
Three
Dollars
and
Ten Cents
Per Square Foot
3. 55 Remove existing and construct
Square Feet P.C.C. strip gutter
@ Three Dollars
and
Fifty Cents
Per Square Foot
$ 3.10 $ 48,887.00
$ 3.50 $ 192.50
• 0 PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 775 Remove existing alley approach
Square Feet and construct new P.C.C. alley
approach
@ Four Dollars
and
Ten Cents $ 4.10
Per Square Foot
5. 600 Remove existing roadway pavement
Square Feet and construct new P.C.C. roadway
pavement
$ 3.177.50
@ Five Dollars
and
No Cents $ 5.00 $ 3,000.00
Per Square Foot
6. 3,400 Remove existing pavement and
Square Feet construct P.C.C. pavement patch
back
@ Three Dollars
and
Twenty -five Cents $ 3.25 $11.050.00
Per Square Foot
7. 875 Remove existing pavement and
Square Feet construct A.C. pavement patch
back
@ Three Dollars
and
Fifty Cents $ 3.50 $ 3.062.50
Per Square Foot
8. 5 Remove existing curb and gutter
Linear Feet and construct Type "A" P.C.C.
curb and gutter per CNB Std. -182 -L
@ Forty Dollars
and
No Cents $40.00 $ 200.00
Per Linear Foot
9. 25 Remove existing and construct
Square Feet 4" thick P.C.C. sidewalk
@ Five Dollars
and
No Cents $5.00 $ 125.00
Per Square Foot
• • PR 1.3
Seventy Four Thousand Six Hundred Ninety Four Dollars
Fi
and
Cents $
TOTA BZD PRICE
(FIGURES)
✓ Hondo Company, Inc. 373104
Bidder State Contractor's License
No.
44). L January 29, 1991
Authorized Signature /Title Date
Michael Woods, President
V 05 "A" East Alton Avenue Santa Ana CA _
Bidder's Address 92705 id er's Telephone
INSTRUCTIONS TO BIDDERS Page 2
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the BIDDER'S BOND. The title of
the project and the words "Sealed Bid" shall be clearly marked on the outside of
the envelope containing the documents.
The City of Newport Beach will not permit i
listed above. Bidders are advised to review
agents prior to submission of bid.
substitute format for the documents
their content with bonding and legal
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
M
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy
between wording and figures, bid wording shall prevail over bid figures. In the
event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
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.
All documents shall bear signatures and titles of persons authorized to sign
on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For
partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
373104 A. B. C -27
Contr's Lic. No. & Classification
Date
Hnnrin rampany. Tnc _
Bidder
Authorized S gnature /Title
Michael Woods, President
0
0 1 0 Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable. '
The Bidder, by signing this designation, certifies that bids
subcontractors have been used in formulating the bid for the
these subcontractors will be used subject to the approval of
accordance with State law.
Subcontract Work
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
from the following
project and that
the Engineer and in
Address
Hondo Company, Inc.
Bidder
Authorize ignature it e
Michael Woods, President
KNOW ALL MEN BY THESE PRESENTS,
A
BIDDER'S BOND •
Page 4
That we, Hondo Company. Inca , as bidder,
and Great American Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the bid Dollars ($� ),
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Balboa Peninsula All
e
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 24th day
of January 1991
Hondo Company, Inc.
(Attach acknowledgement , of Bi er
Attorney -in -Fact)
Notary Public Aut o ized Signature/Title-
Michael Woods, President
Commission Expires: Great Ame is n Insurance Company
Surety
c
By Richard C. Lloyd
Title Attorney -In -Fact
4
1
F
. z
s -
ro
v
N
ro
U
w
w
0
q �
tC �° cam
0
Itl Mr
iY Q Z
N••
N
a
w J 2K
3
1
O
>4
O q
N
M
'O
N l4
N •.i
O
>
U) -
N
Zb
0
a
�
b
C
. ro
W
aJ .ri
31 ?.
bN
O
4j
a
va�lu
vw
Aa
to
0u
O+roEOro
AN
N
7i .+
-
O
aaa0
0 0
3
A >•+
W
N
O
U 4J
w
a
>
?
N
N T U
•.-•
N
tl1
..
>4 U
to w
J
&A 0
N
U O N
.V 4J 1
H
44
N
44
4 G. N
vaatO.0
400
41 A U
4) 41 O
i.
0 -14 -H
E ro +1
N
R.
a
UW
0010
F-1
w N
.0 A
,y--
0
7..
U
71�'O
O N
i
N N
W U
ru al
Sa
O
�
�
vi
�4
A 14
4J
UrZ4
m
60)5
w
DN
oaAo3
O
N
.0 g
O
U'D
U
U w
W E
+
� I
o .
001A
�D
AU
v Q)
m.9CO0)
4
tAU
OW
E3•atoA�
. z
s -
ro
v
N
ro
U
w
w
0
q �
tC �° cam
0
Itl Mr
iY Q Z
N••
N
a
w J 2K
3
GUM AIVERICAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than No. 0 13194
ONE POWEROFATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name
RICHARD C. LLOYD
Address
IRVINE, CALIFORNIA
This Power of Attorney revokes all previ, is powers issued in behalf of the attorney(s) -in -fact named above.
Limit of Power
UNLIMITED
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 13th day of July '19 90
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 13th day of July, 1990 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979. ,
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original sea( of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
144114"" iAL`I
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this 24th day of January 1991
S1029M (03/90)
State of California
ss.
County of nran9a
AFFIDAVIT
Page 5
Michael Wnndc being first duly sworn, deposes and says that he or
she is Pracidant of Hondo Coja rTnc the party
making the foregoing bid that the bid is not made 9 the interest of, or on
behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Hondo Company, Inc.
Bidder
ed Signature /Title
Michael Woods'. President
Subscribed and sworn to before me this 99th day of ,lanllary , 19.91
My commission expires:
OFFICIAL SEAL
PAULANNE CREIGHTON
NOTARY PUBLIC. CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
MT MISSION EXPIRES FEB. YB, 1991
Notary Public
Paulanne Creighton
•
9
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.
Page 6
•� �• u,.,.. i. •� .. UM
0-
P.O. Box 807 91730
4455 W. 126th St. 90250
3/90 County of Orange Richard Clausson (714)567 -7810
P.O. Box 4048
Santa Ana, CA 92702
i �
�: � _.
Page 7
N O T C
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal
holidays) after the date of mailing Notice of Award to the successful bidder:
PAYMENT BOND (Pages 8 & 9)
FAITHFUL PERFORMANCE BOND (Pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (Pages 12, 13, 14)
CONTRACT (Pages 15 & 16)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with
bonding, insuring and legal agents prior to submission of bid.
Payment and faithful performance bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, and (2) listed
as an acceptable surety in the latest revision of the Federal Register
Circular 570.
Insurance companies affording coverage shall be (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State
of California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the latest
edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works
Construction, except as modified by the Special Provisions.
The following Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of Insurance
for workers' compensation prior to City's execution of the Contract:
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"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 accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of
the work of this contract."
Date
C -2806
Contract Number
Title of Project
Michael Woods, President
m
Page 8
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
11, 1991
has awarded to Hondo Company, Inc.
hereinafter designated as the "Principal ", a contract for Balboa Peninsula Alley
Reconstruction. C -2806
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 Hondo Company, Inc.
as Principal, and Great American Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Seventy Four Thousand Six Hundred Ninety Four and 50/100 Dollars ($74,694.50 ),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
°1
,
1
• 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 14th day of February , 19 91
Hond Seal)
Name of Contractor Principal
Great American Insurance Company (Seal)
Name of Surety
200 S. Manchester Orange, CA 92668
dUsSu r t y,
Attorne -In -Fact
Signature an Title utiorized gent
4000 Barranca Parkwa X1250 Irvine CA 92714
ress o gent
714 262 -3299
e ephon2 No, of Agent
O I 0
>. m O
11 0 R N
ro 'b N w w •d
+1 w :+ O E A
0 > w 4� ro
z00P,a j A
rowav vro
4j >,
bwo +1 +J
N 4P 4J
wa�w vw
rnmwAm .R�
rr O r7 N
O C,' - U N
41 i N ro
Oro
0000S LO
003RN oiw
w$AbNU �ro
.+
A+ 04 >-H °A �4.)
•� N .� v•rl ro
Gl N.r >44 W
N W
d) i+ O 4J .rl
N N N U O O +i +J 1
O Wro.vro 0 N
4410 044 040
N O a N 10,4 .N O q
..0 .0 v 0 aJ O
>r Id •rl
ro +J
N 0 4J PP, W M ca
z 0
P4ro L) arov00
v
H
P4 M N 'O N N 'U dl Q
�O NI-+A WI 4J A
V44 rnw a New 3044 0
W O i 0 .9 ro 0 3
Q ''1 �' U 'U y 4: U U W O
WF i•.+�0vroror.
CN E0 0 :1- (D.9 91 9
VIU Oa E 3 :-" roA-
IC
a
a
4J
O
z
ti
ro
U
W
W
0
0
L5� o E
,1,1 Q r E
C Z U
N . 2
M S'
1 e
S
GMU AMERICAN INSURANCE COMPANY
:.. The number of persons authorized by
this power of attorney is not more than No. 0 13194
ONE POWEROFATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and i '-
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and. appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
,r. t Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
ra RICHARD C. LLOYD IRVINE, CALIFORNIA UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
itsappropriateofftcersanditscorporate seal hereunto affixed this 13th day of July 19. 90.
` Attest / GREATAMERICANAJj� ,S`UURRAj�NCECOMPANY
. ilmi.,Iarrr .ticrrrLni Vice fi'esidenr .
STATE OF OHIO, COUNTY OF HAMILTON —ss:
On this 13th day of July, 1990 before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
:Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
5 Cummi Pu61W SWIC VI Oli1U /-
.. \ \.
My r.�+++� ++Is;trn GtUn:len.13, t7JT C y.C.c_`.F'rt-
This Power of Attorney Is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorised, from time to time, to appoint one or more Attorneys -In -Fact to execute In behalf of the Company, as surety, any and all .
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof* to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other.`.
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original .
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the some force and effect
` as though manually affixed.
CERTIFICATION
1, RONALD C. MAYES, Assistant Secretary of the Great American insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20,1979 have not been revoked and are now in full force and
effect.
Signed and sealed this
S 102SM (03/90)
%y day of r� btru✓aNf
19,10
L..id:url •~'surtax r
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 11, 1991
has awarded to Hondo Company Inc_
hereinafter designated as the "Principal ", a contract for Balboa Peninsula Alle
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, Hondo Company, Inc.
as Principal, and Great American Insurance Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Seventy Four Thousand Six Hundred Ninety Four and 50/100 Dollars ($ 74.694.50 )>
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly 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
c
_R
Faithful Performance Bond (Continued)
• Page 11
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 14th day of February , 19 91
(Seal)
Name of Contractor Principal)
Great American Insurance Company (Seal)
Name of Surety
200 S. Manchester Orange, CA 92668
Address of Surety
C' Attorney -In -Fact
Signature and Title of/Authorized Agent
4000 Barranca Parkway 11250 Irvine, CA 92714
Address of Agent
(714) ,262 -3258
Telephone No. of Agent
)
>, -0v 0 w 0
)4 O 0 N
CO rO N ►1 N •rl
+) W 11 O E A
O > 4) 4J M
Z O P. +1 R b
wwa) w m
ro
ro>a�x 41>1
d W `0' C) N
rn m m A ro A�
•.i E wN
N >r +1 43 N
O a U N
O
p O 0 U 7U 7'O
70393 -i V) W
O) W 0a N U .-� N
.4 a) •,.y' -11 0 C W 0
+� a > •,1 ro .0
? N }' N C7 U
N 7 v• 1 b
* N N U O O .N 4 .I
rt
44•64144' pN
N C CL N 'O N ai 0 0
A N •./ d N -N H
+J QE d +J 0
41 N N $4 41
1)
O U O O M
U 070 'OOIO Lf
+�•)N b VIN V ol 0E
V c 'l N O.3
WO 1 OL)410044gO3
N Y
y1 U b F' U U w 0
WE -.+,�avmro.-,
FO R :5 04 0 a 04
LO V 004 E 3 -.+ b A�
a
>a
O
m
V
WIN
V .
N
a!
N
V
U
w
w
0
� z m
°o
N
N
d
Lei
a+
3
s'
GUM AIVERICAN INSURANCE GDMPANY
.. The number of persons authorized by
this power of attorney is not more than No. 0 13194
ONE POWEROFATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
.`; all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on anysuch bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
RICHARD C. LLOYD IRVINE, CALIFORNIA UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
itsappropriate officers and itscorporate seal hereunto affixed this 13th day of July .19.90.,
Attest GREAT AMERICANA SURANCE COMPANY
+'t �Jf
�A,xi,(a a ACcl, 1;1111 Vice President
STATE OF.OHIO, COUNTY OF HAMILTON — ss:
On this ' 13th day of July, 1990 before me personally appeared WILLIAM J. MANEY, to me
known, being duly swom, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
" Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of `
his office under the By -laws of said Company, and that he signed his name thereto by like authority.
,.w. LLVIN A. II.IMM
C
.. Nn1xy ` ' St tG ut 01170 er fmnmtr;D11 L1 1m; . G G
Jail. iJ, 1Y11
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979,
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -ln -Fact to execute In behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties .
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers maybe affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20,1979 have not been revoked and are now in full force and
effect.
Signed and sealed this
S1029tu(03 /90)
day of f j bR� f '1910
:1si,Nant .Sfi ,CI:UI'
Ah
is Page 12
L _C
E "
OF iNSUR'ANCE '��V
TIFICJ47E'
*
PRODUCER,
COMPANIES AFFORDING COVERAGE
CRAIG LOSS INSURANCE SERVICES
25431 CABOT ROAD, SUITE 207
COMPANY A NATIONWIDE MUTUAL INSURANCE COMPANY
LETTER
LACUNA HILLS, CA 92653
(714) 455 -9808
COMPANY B
LETTER
INSURED
Hondo Company, Inc.
605 "All E. Alton Avenue
COMPANY C
LETTER
Santa Ana CA 92705
y.
«p
IS 70 CERi1F�' THAT POLICIES OF INSU OW fiA BEEN ISSUED TO THE INS R NAMED D ABOVE FOR THE POLICY PERIOD ,_r'--
OJV'E OR
"
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS, AND CONDITIONS OF SUCH POLICES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE
W
LIT
TYPE OF INSURANCE
POLICI NUMBER
EFFECTIVE
EXPIRATION
ALL LIMITS IN THOUSANDS
GENERAL. LIABILITY
GENERAL AGGREGATE
$ 2,000,
( OCCURENCE BASIS ONLY)
A
COMMERCIAL
73PR00
6/1/90
6/1/91
PRODUCTS /COMPLETED
5
COMPREHENSIVE
5002
5002
OPERATIONS AGGREGATE
1,000,
& CONTRACTORS
®
PROTECTIVE
INJURY
5
®PERSONAL
CONTRACTUAL FOR SPECIFIC
1,000,
CONTRACT
OX PRODUCTS /COMPL OPE0.
O XCU HAZARDS
EACH OCCURANCE
5 1,000,
® BROAD FORM PROP. DAMAGE
® SEVERABIUfY OF INTEREST
FIE DAMAGE
DIVE FIR
$ SO
CLAUSE
(ANT'
,
® PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
S
REMOVED
(ANYONE PERSON)
5,
MARINE
AUTOMOBILE LIABILITY
COMBINED
$ 1,000,
Y
A
COMPREHENSIVE
73BA007378-
6/1/90
6/1/91
SINGLE LIMIT
$
t
OMJED
0001
(�E PERSON)
5
BODILY INJURY
$
HIRED
(PER ACCIDENT)
{
PROPERTY
DAMAGE
$
NON-OWNED
-
EXCESS LIABBJTY
'- '"
EACH
AGGREGATE
UMBRELLA FORM
OCCURRENCE
5
OTHER THAN UMBRELLA FORM
^+` ''
=
STATUTO RY
,. =??:s'3is=�€r
WORKERS COMPENSATION
$1,000,
EACH ACCIDENT
A
AND
73WC007378-
6/1/90
6/1/91
$1,000,
DISEASE -POUCY LIMIT
EMPLOYERS' LIABILITY
0003
$1,000,
DISEASE -EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
4 a'.66%
WORKERS' COMPENSATION
STATUTORY
,,�
r.
DESCRIPTION OF OPOAT*M/L- OCATIONWMPC ES/RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
Balboa Peninsula Alley Reconstruction C -2806
PROJECT TITLE AND CONTRACT NUMBER
,€
"CERTIFICATE HOLDER £"
CANCELLATION „
.,
.. .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX �76B
COMPANY AFFOROIN OV GE SHALL PROVIDE r DAYS MIN. ADVANCE
3.'i00 NEWPORT BLVD.
NOTICE To THE c R f BEACH a STEREO MAIL
NEWPORT BEACH, CA 92659 -1768
ATTENTION:
REPTIENTATIVE UE
LIA
0
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit:
( ) Multiple limits
Bodily Injury Liability
Bodily Injury Liability
Property Damage Liability
CA Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability
$ per person
$ 1,000,000
accident
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Balboa Peninsula Alley Reconstruction C -2806
(Project Title and Contract No.
This endorsement is effective 2/13/91 at 12:01 A.M. and forms a part of
Policy No.73sAOO7378 -0001 of
Company A or ing overage OMPANY
Insured HONDO COMPANY, INC. Endorse
Producer CRAIG FOSS INSURANCE SERVICES By
_
CITY OF NEWPORT BEACH Page 14
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1. of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
OW Commercial ( ) Comprehensive
General Liability
$ 1,000,000 each occurrence
$ 2.000.000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability.Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: Balboa Peninsula Alley Reconstruction C -2806
Project Title and Contract No.
This endorsement is effective 2/13/91 at 12:01 A.M. and forms a part of
Policy No. 73PROO7378 -5002 Of NATIONWIDE T AL INSU
Company A or ing overage
Insured HONDO COMPANY, INC. Endors "
Producer CRAIG FOSS INSURANCE SERVICES By
• • Page 15
CONTRACT
THIS AGREEMENT, entered into this 11 day of Febrrar 19 .91 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
Hondo Com an , hereinafter "Contractor, " is made with
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
Balboa P nin 1 on C -2806
Tit a of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Balboa Peninsula Alle Reconstruction C -2806
t e of roject 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 Seventy
(e nature o
his compensation inclu es any oss or mage 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
Ralhna Pen,4s. A] V Reroncztri-Ctj0n f -?Rnfi
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
By
Mayor
ATTEST:
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA PENINSULA ALLEY RECONSTRUCTION
CONTRACT NO. 2806
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
. . 1
II.
CONTRACTOR'S LICENSES . . . . . . . . . . . . . .
. . 1
III.
HOURS OF WORK . . . . . . . . . . . . . . . . . .
. . 1
IV.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK
2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. . 3
VI.
LIQUIDATED DAMAGES . . . . . . . . . . . . . . .
. . 3
VII.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . .
. . 3
A. Notice to Residents . . . . . . . . . .
. . 3
B. "NO PARKING -TOW AWAY" Signs . . . . . . . . .
. . 4
C. Street Sweeping Signs . . . . . . . . . . . .
. . 4
VIII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . 4
IX.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . 4
X.
STEEL PLATES . . . . . . . . . . . . . . . . . .
. . 4
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . .
. . 5
A. Street and Alley Construction. . . . . . . .
. . .5
I.
II.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BALBOA PENINSULA ALLEY RECONSTRUCTION
CONTRACT NO. 2806
SCOPE OF WORK
S$ l "of -6
h
The work to be done under this contract consists of
removing and replacing existing alley improvements;
adjusting existing City -owned utility frames and covers
to finished grade; and other incidental items of work.
All work necessary for the completion of this contract
shall be done in accordance with (1) these Special
Provisions, (2) the Plans (Drawing No. A- 5126 -5), (3) the
City's Standard Special Provisions and Standard Drawings
, (1988 Edit
(4
the Standard Specifications for Public Works
Construction, (1988 Edition), including Supplements.
Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Department
for Five Dollars ($5.00). Copies of the Standard
Specifications may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034,
telephone (213) 202 -7775.
CONTRACTOR'S LICENSES
At the time of the award and until completion of work,
the Contractor shall possess a General Engineering
Contractor "A" License, or a Concrete Contractor 11C -8"
License. At the start of work and until completion of
work, the Contractor shall possess a Business License
issued by the City of Newport Beach.
III. HOURS OF WORK
7:00 AM - 6:30 PM weekdays
8:00 AM - 6:00 PM Saturdays
No work will be permitted on Sundays and holidays which
disturbs, or could disturb, a person of normal
sensitivity who works or resides in the vicinity.
"Holiday" shall be defined as January 1st, the third
Monday in February (President's Day), the last Monday in
May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the
fourth Thursday in November (Thanksgiving), and December
25th (Christmas). If January 1st, July 4th, November
11th or December 25th falls on a Sunday, the following
Monday is a holiday.
• • SP 2 of 6
IV. COMPLETION. SCHEDULE AND PROSECUTION OF WORK
A. The Contactor shall complete all work within one
hundred twenty (120) consecutive calendar days, but
no later than June 15, 1991. The Contractor shall
begin his construction with Alley 320 -A.
B. The Contractor shall complete all work on each alley
or street within twenty (20) consecutive calendar
days after beginning work on that alley or street.
The term "work" as used herein shall include all
removals, adjustments, and replacements;
construction of alley pavement, alley approaches,
street pavement, curb, sidewalk, adjacent PCC or AC
garage approaches and AC joins. Also included
within the specified period is curing time for new
PCC improvements.
In summary, this means that each alley or street and
every garage approach with access from that alley
must be returned to normal vehicular use within
twenty (20) consecutive calendar days from the day
it is first closed to such use. The Contractor
must employ sufficient men and equipment to meet
this schedule. If it becomes apparent during the
course of the work that Contractor will not be able
to meet this schedule, he will be prohibited from
starting additional work in additional alleys or
streets until he has exerted extra effort to meet
his original schedule and has demonstrated that he
will be able to maintain his approved schedule in
the future. Such stoppages of work shall in no way
relieve the Contractor from his overall time of
completion requirement, nor shall it be construed
as the basis for payment of extra work because
additional men and equipment were required on the
job.
The Contractor will be assessed $350.00 per day
(including Saturdays, Sundays and holidays)
liquidated damages for each day in excess of the
twenty (20) consecutive days allowed for 100%
completion of the construction work at each alley
or street. Additional liquidated damages shall be
assessed for failure to complete the project as
specified under Section VI, Liquidated Damages.
The intent of this section of the Special
Provisions is to emphasize to the Contractor the
importance of prosecuting the work in an orderly,
preplanned, continuous sequence so as to minimize
the time an alley or street is closed to vehicular
traffic.
V.
VI.
VII.
• SP 3 of 6
C. It will be the Contractor's responsibility to
ensure the availability of all material prior to
the start of work. Unavailability of materials
will not be sufficient reason to grant the
Contractor an extension of time for 100% completion
of work at each alley or street.
D. No work shall begin until a schedule of work has
been approved by the Engineer.
PAYMENT
The unit or lump sum price bid for each item of work
shown in the proposal shall be considered as full
compensation for all labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefor.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit price bid for each item of work.
Partial payments for mobilization and traffic control
shall be made in accordance with Section 10264 of the
California Public Contract Code.
LIQUIDATED DAMAGES
Commencing on June 15, 1991, the Contractor shall pay to
the City, or have withheld from monies due the
Contractor, the daily sum of $350.00 in lieu of the daily
sum of $100.00 specified in Section 6 -9 of the Standard
Specifications.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
A. Notice to Residents
Forty -eight (48) hours before restricting vehicular
access to garages or parking spaces, the Contractor
shall distribute to each affected address a written
notice stating when construction operations will
start and approximately when vehicular
accessibility will be restored. The written
notices will be prepared by the Engineer. The
Contractor shall insert the applicable dates and
time at the time he distributes the notices.
Errors in distribution, false starts, acts of God,
strikes or other alterations of the schedule will
require Contractor renotification using an
explanatory letter furnished by the Engineer.
i
• • SP 4 of 6
B. "NO PARKING -TOW AWAY" Signs
The Contractor shall furnish, install, and maintain
in place "NO PARKING -TOW AWAY" signs (even if
streets have posted "NO PARKING" signs) which he
shall post at least 40 hours in advance of the need
for enforcement. In addition, it shall be the
Contractor's responsibility to notify the City's
Police Department, Traffic Division at (714) 644-
3740, for verification of posting at least 40 hours
in advance of the need for enforcement.
The signs shall (1) be made of white card stock;
(2) have minimum dimension of 12 inches wide and 18
inches high; and (3) be similar in design and color
to sign R -38 on the Caltrans Uniform Sign Chart.
The Contractor shall print the hours and dates of
parking restrictions on the "No Parking -Tow Away"
signs in 2- inch -high letters and numbers. A sample
of the completed sign shall be approved by the
Engineer prior to posting.
C. Street Sweeping Signs
After posting "No Parking -Tow Away" signs, the
Contractor shall bag or cover street sweeping signs
on those streets adjacent to alley construction in
a manner approved by the Engineer. Immediately
after completion of alley work and upon removal of
the "NO PARKING -TOW AWAY" signs, the Contractor
shall uncover street sweeping signs on those
streets adjacent to the completed alley.
VIII. CONSTRUCTION SURVEY STAKING
Field staking control of construction will be provided by
the Engineer.
IX. WATER
If the Contractor desires to use City's water, he shall
arrange for a meter and tender a $500 meter deposit with
the City. Upon return of the meter in good condition to
City, the deposit will be returned to the Contractor,
less a quantity charge for water usage.
X. STEEL PLATES
The City can provide, free of charge, a limited quantity
of 1" thick, 5' x 30' steel plates. These plates may be
obtained from and shall be returned to the City's
Utilities Yard at 949 West 16th Street. To determine the
number of plates available and to reserve the plates, the
Contractor must call the City's Utilities Superintendent,
Mr. Peter Antista, at (714) 644 -3011.
! •SP 5 of 6
XI. CONSTRUCTION DETAILS
A. Street and Alley Construction
1. Removals and Excavation
The work shall be done in accordance with
Section 300 - 1.3.2. of the Standard
Specifications except as modified and
supplemented herein. Final removal at the
sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement
breakers or stompers will not be permitted on
the job. Final removal accomplished by other
means must be approved by the Engineer.
2. Existing Utilities
The Contractor shall adjust to finish grade
all sewer manholes, sewer cleanouts, water
meter boxes, water valve covers, and survey
monument covers prior to the placement of
pavement.
The Contractor shall be responsible for any
damages to existing utilities resulting from
his operations.
3. PCC Curb and Sidewalk
The cost of constructing curb and sidewalk
adjacent to new alley approaches to join
existing or new improvements shall be included
in the cost of constructing PCC alley
approaches.
4. Encroaching Improvements
The Contractor shall salvage any brick
encroaching in the alley in conflict with the
work, and stack it neatly on the property
adjacent to the alley.
5. Patch Back
The Contractor shall patch back AC and PCC
within private property at locations shown on
the plans in a manner that matches the
adjoining private property improvements in
structural section, texture and color.
SP 6 of 6
6. Water Meter Boxes
The Contractor shall salvage and reset
existing concrete meter boxes. The City shall
furnish to the Contractor meter boxes to
replace those boxes which the Contractor and
the Engineer determine to be substandard or
broken prior to construction.
Meter boxes provided by the City shall be
picked up by the Contractor at the City's
Utilities Yard at 949 West 16th Street. Boxes
broken during the course of construction shall
be replaced by the Contractor at his sole
expense.
•
TO:
FROM:
EY THE CITY COUNCIL
CITY OF NEWPORT BEACH
JAN 1 4 1991
AP ��
City Council
Public Works Department
January 14, 1991
CITY COUNCIL AGENDA
ITEM NO. F -14
SUBJECT: BALBOA PENINSULA ALLEY RECONSTRUCTION (C -2806)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise Bids to
19 91..
DISCUSSION:
This project provides for the replacement of 15,770
square feet of alley improvements, as shown on the attached Exhibit
"A ". The reconstruction of the alley improvements will facilitate
drainage and provide a smooth driving surface.
The Engineer's construction estimate is $129,000.
Sufficient funds to award this amount are available in the Balboa
Peninsula Alley Replacement Program account.
The plans and specifications were prepared by the Public
Works Department.
All work should be completed by June 15, 1991.
a7-44'.�4 a &U/,5,n
Benjamin B. Nolan
Public Works Director
SL: so
• Attachment
n
u
Authorized to Publish Advertisements of all kinds including
public notices by Decree of the Superior Court of Orange
County, California. Number A -6214, September 29, 1961, and
A -24831 June 11, 1963
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and �a
resident of the County aforesaid; I am over the
age of eighteen years, and not a party to or
interested in the below entitled matter. I am a
principal clerk of the ORANGE COAST DAILY
PILOT, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that
attached Notice is a true and complete copy as
was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain
Valley, Irvine, the South Coast communities and
Laguna Beach issues of said newspaper to wit
the issue(s) of:
January 17, 20, 1991
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on January 20,
at Costa Mesa, California.
Signature
1991
PROOF OF PUBLICATION
�2�l
: �"' r
TO: City Council
FROM: Public Works Department
A
ov
April 23, 1990
CITY COUNCIL AGENDA
ITEM NO. F -13
SUBJECT: CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF, SIDEWALK
CONSTRUCTION IN CORONA DEL MAR, AND ALLEY REPLACEMENT ON
BALBOA PENINSULA (C -2806)
RECOMMENDATION:
Rescind the authorization to advertise for bids.
DISCUSSION:
On April 9, 1990, this $70,000 project was approved to
advertise for bids to be opened on May 3, 1990. Approximately 65%
of the cost of the work involved replacement of pavement in four
alleys on Balboa Peninsula (see attached Exhibit "A").
Staff has since determined that the sewers underlying
these four alleys are constructed with concrete pipe, which
deteriorates over time as it reacts with sewer gases. Since staff
anticipates the need to replace this pipe in the near future, staff
requests that Contract No. 2806 be dissolved and that the proposed
alley replacement be added to the next sewer and alley replacement
project. Construction would begin during the fall or winter in
order to avoid the problems associated with construction on the
Peninsula during summer months.
The remainder of Contract No. 2806, curb access ramp
construction in Eastbluff and sidewalk construction in Corona del
Mar, will be combined with similar construction and contracted at
the earliest opportunity.
a,- - J&
Benjamin B. Nolan
Public Works Director
SL: so
V, Id
WA
W\�\
..Pit
71
jL
j
oopk�.,
rl;
op ;r
Ail�
k,44, I
1 %' 41 1 1
......... ........
v
V,
ll`j
le
44
4Uln CITY NEWPORT BEACH
C
PROJECT LOCATION `- C-2806
MAWN JA DA"M -3/30/90
CITY OF NEWPORT BEACH
PUBLIC WORKS, DEPARTMENT MMOVED
CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF;
SIDEWALK CONSTRUCTION IN CORONA DEL MAR;
ALLEY RECONSTRUCTION ON THE SALBOA PENINSULA DRAWING NO. EXHIBIT "A"
11
0
d • 4 _I
TO: City Council
FROM: Public Works
NO
April 9, 1990
CITY COUNCIL AGENDA
ITEM NO. F -13
SUBJECT: CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF, SIDEWALK
CONSTRUCTION IN CORONA DEL MAR AND ALLEY REPLACEMENT ON
BALBOA PENINSULA (C -2806)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 11:00 A.M. on May 3, 1990.
DISCUSSION:
This project provides for construction of new curb access
ramps and sidewalk, and reconstruction of alleys at locations shown
on the attached "Exhibit A".
The curb access ramp construction will provide continuous
access along Vista del Oro for handicapped persons. The sidewalk
construction will provide a back -of -curb sidewalk along 1st and
Carnation Avenues adjacent to Begonia Park and along Ocean
Boulevard between Goldenrod and Fernleaf Avenues. The alley
reconstruction will facilitate drainage and provide a smooth
concrete driving surface for existing asphalt -paved alleys which
are deteriorated beyond repair.
The Engineer's construction estimate is $70,000. Funds
are available from appropriations for sidewalk, curb and gutter
construction, for curb access ramps construction and for alley
replacement on Balboa Peninsula.
Plans and specifications were prepared by the Public
Works Department. All work should be completed by July 15, 1990.
r 4Q94
Benjamin B. Nolan
Public Works Director
SL: so
Attachment
?I
SCA -V-490p'
Dul"
*11N
ll%�� NoO
CQ
&1117
IT a ... .. . a. ell
NN
Z
j, . . . . . . . . . . . . . . .
of
it
zt 0 -; rrq oe,
k
:0,
S
........ .. ..... ..... ..
o
CITY NEWPORT BEACH
v
c
PROJECT LOCATION y
C-2806
CITY OF NEWPORT BEACH
PUBLIC WORKS. DEPARTMENT
CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFI-;
SIDEWALK CONSTRUCTION IN CORONA DEL MAR;
LLEY RECONSTRUCTION 014 THE BALBOA PENIINSULA
DRAWN JW DATE ----ALALLZ.!1
APPROVED
DRAWING NO. EXHIBIT "An