Loading...
HomeMy WebLinkAboutC-2879(A) - Demolition and Rough Grading for Utilities Yard Expansion, Phase IJune 18, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 MJS Construction, Inc. 4067 Hardwick St., Suite 406 Lakewood, CA 90712 Subject: Surety: Merchants Bonding Company Bond: 130939 Contract No.: C- 2879 -A Project: Demolition and Rough Grading for Utilities Yard Expansion, Phase I The City Council of Newport Beach on May 26, 1992 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on June 1, 1992, Reference No. 92- 366877. Sincerely, Wanda E. RagC� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerki� !�t" Cityy of New Beach 3300 Newport Boulevard Newport Beach, CA 92663 A° RECEIVED JUN 11 1992 CITY CLERK CITf OF NEWPORT BEACH 92= 366877 OFOgpNGEiCOUN Y!aC6ALFORNia P.M JUN 11992 Q• `&taodRecorder "Exempt from recording fees purs to Government Code Section 6103" Titles i aaa. $ P9@$ Lien Nt $ cis Other $ Total sec. Fees D.T.T. $ PCOR $ Is RDE -19 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and MJS Construction, Inc., 4067 Hardwick St., Suite 406, Lakewood, CA 90712 as Contractor, entered into a Contract on February 7, 1992 Said Contract set forth certain improvements, as follows: Demolition and Rough Grading for Utilities Yard Expansion, Phase I (C- 2879 -A) Work on said Contract was completed on April 27, 1992 and was found to be acceptable on May 26, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Merchants Bonding Co., 2425 E.Camelback Road, Suite 800, Phoenix, AZ BY Public or s Director VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, CaliffbrTf�a. br iLy cter , at BY i HE CITY MAY 2 61992 FROM: Utilities Department 0 May 25, 1992 CITY COUNCIL AGENDA ITEM NO. F- SUBJECT: ACCEPTANCE OF GRADING & DEMOLITION WORK NEWPORT BEACH UTILITIES YARD EXPANSION, PHASE I CONTRACT C- 2879 -A 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 accord with the California Civil Code. DISCUSSION: The contract for work to provide demolition & rough grading at the Utilities Yard facility as a part of the City's Phase I, Utilities Yard Expansion Project has been completed to the satisfaction of the Utilities Department. The work was performed by MJS Construction, Inc. of Lakewood, California. One change order was issued to extend the contract time of completion by 58 calendar days because of delays beyond the control of the contractor. Liquidated damages were assessed for 3 days of delay to the City. A summary of the project costs are listed as follows: Contract Installations $ 79, 400.00 Material damage deductions $ - 450.00 Liquidated damage deductions $ - 3.000.00 Total Project Costs $ 75,950.00 Funds for the project were expended from the Water Enterprise Fund under the account for the "16th Street Reservoir Site Improvements" (Acct. No. 7503 - 5000018). The contract completion date was April 27th, 1992. JEFF- - 'rANEAa'r• Jeff Staneart, P.E. (Acting) Utilities Director Js: 5di C -2-f79 STOP NOTICE NOTICE TO WITHHOLD TO HOLDER Of FUNDS REC 81 Vfp ' 'Valzpry 19,V 0E21' r_ E4(ii City of Newport Beach (Name of owner, construction lender or public officer) 3300 Newport Blvd., Newport Beach, CA 92659 HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, American Concrete Cutting, Inc., 620 Poinsettia, Santa Ana, CA 92701 (Name and address) has furnished or has agreed to furnish concrete cutting services (labor, services, equipment, materials) of the following kind labor, f1atsaw, bobcat /ooI hyran, stamper, 973 loader, excavator, trucking, and (general description of labor, services, equipment or materials) dump fees. MJS Construction to or far ,for the work improvement, located at, or known as: (name of person to or for whom furnished) Newport Beach Utility Yard, Newport Blvd. & 16th, Newport Beach (address, legal description, description of site or project identification) The amount in value of the whale agreed to be done or furnished by claimant is $ 59,352.80 The amount in value of that already done or furnished by claimant is $ 5 9 , 3 5 2 , 8 0 Claimant has been paid the sum of $ 24 , 038. 00 , and there remains due and unpaid the sum of $ 35,31/4 .80 plus interest thereon at the rate of 7Y° per cent per annum from 5/1 19 92 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. May 28, 1992 STATE OF CALIFORNIA COUNTY OF Or g e American Concrete Cutting, Inc. Name of Claimant 620 Poinsettia, Santa Ana, CA 92701 Address of Claimant..,..,,. env ra John M. Moore ,being duly sworn, deposes and says: That _he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof to be true of h? awn knowledge, except as to any matters or things that may therein be stated on h? s information and belief and as to those matters and things —he believes them to be true. OFFICIAL SFAL REBECCA S. STRAIT , / I om NOTARY PUBLIC•CALIFORNIA, 'N j ORANGE COUNTY FL My Comm. Exp. Sep. 10,1994: Subscribed and sworn to before me _ OFFICIy� -g AL thi 28th May s day of y 19 92. 97RE �A 3ttArvwtii: :.r. Notary Public a in and for said Slate Ocmnr. .p. Sep• This anvdard foam woven mast venal Vrablew fa We field lodkaeed, Were Toa alp, nad N, fill he all blanks, STOP NOTICE acid make chmil" Aoyer to lour tranuctlov. Cmn,lt ala"er ff you doubt dw forma amen for •our Paravas. WOt OTTS FORM 419 —Ray. 2.73 lance;IaSS71 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: February 10, 1992 (714) 644 -3005 . v SUBJECT: Contract No. C- 2879(A) Description of Contract Demolition and Rough Grading for Utilities Yard Expansion, Phase I Effective date of Contract February 7. 1992 Authorized by Minute Action, approved on January 13, 1992 Contract with MJS Construction, Inc. Address 4067 Hardwick St.. Suite 406 Lakewood, CA 90712 Amount of Contract $79,400.00 G(JWe2�e' C.. Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach f 11 13 AL2 �Y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DEMOLITION AND ROUGH GRADING FOR UTILITY YARD EXPANSION PHASE 1 ` CONTRACT NO. 9- 2879'B' IPROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -3884 Fifty Four Thousand Dollars and No Cents $ 54.000.00 $ 54,000.00 per Lump Sum I Gentlemen: rThe undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special materials except that Provisions, and hereby proposes to furnish all material supplied by the City and shall perform all work required to complete Contract No. C -2879 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM UNIT NO. OUANT. UNIT DESCRIPTION PRICE TOTAL 1. Lump sum Remove existing abandoned concrete reservoir and founda- ation including removal and disposal of concrete, steel, + wood, piping, and all appurte- nances. All existing utilities servicing the reservoir shall be removed, cut and plugged (brick & mortar). Backfill and recompact in accord with the soils report and soils ' engineer recommendation for the lump sum price of Fifty Four Thousand Dollars and No Cents $ 54.000.00 $ 54,000.00 per Lump Sum I ITEM UNIT CIO. OUANT. UNIT DESCRIPTION PRICE TOTAL Lump sum Remove existing concrete arch -frame shop and found- ations including building removal and disposal of concrete, steel, wood and any appurtenances. All existing utilities servicing the shop shall be removed, cut and plugged (brick & mortar). Backfill and recompact in accord with the soils report and soils engineer recommend- ation for the lump sum price of Ten Thousand Dollars N and No Cents $10.000.00 $ 10,000.00 per Lump Sum 3. Lump Sum Remove existing wood frame Radio Station and concrete foundation including removal and disposal of concrete, masonry block, steel, wood and any appurtenances. All existing utilities servicing the building shall be removed, cut and plugged (brick & mortar). Backfill and recompact in accord with the soils report and soils engineer recommen- dation for the lump sum price of Six Thousand Dollars and No Cents $ 6,000.00 $6,000.00 per Lump Sum S I I I I t ITEM UNIT NO. OUANT. UNIT DESCRIPTION PRICE TOTAL I A 4. 16,600 S.F. Sawcut and remove existing 3" Asphaltic Concrete over 4" Aggregate Base, backfill and recompact in accord with the soils report and soils engineer recommen- dation for the unit price of No Dollars and 50 8,300.00 Fifty Cents $ . $ per square foot 5. Lump Sum Install temporary erosion control sand bags for the lump sum price of One Thousand One Hundred No per Lump Sum PROPOSAL TOTAL PRICE IN WRITTEN WORDS Seventy Nine Thousand Four Hundred Dollars and No _ Cents Contractor's License No. 496013 Date 12 -12 -91 ollars and ents ,ino.no $1.100.00 79,400.00 V MJS Construction, Inc. (Bidder's Name) Bidder's AddreVs 4067 Hardwick St., Suite 406 iBidder's Telephone Number (310) 422 -0598 TOTAL PRICE (Authorized Signature /Title) Georald T. Sullivan, Secretary INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. ` L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6, TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 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. 496013 -A MJS Construction, Inc. Contr's Lic. No. & Classification Bidder 12 -12 -91 Date Authorized Signature /Title Gerald T. Sullivan, Secretary Page 3 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1 Concrete Removal American Concrete Cutting Santa Ana VA 10 M11 12 MJS Construction, Inc. Bidder Authorized Signature /Title Gerald T. Sullivan, Secretary A ' BIDDER"; BOND I I 1 LJ 1 I t 1 I I M1 P:NOW AL), NIEN BY THESE FRESLNTS, Thatme, MJS CONSTRUCTION, INC. _ as bidder, a n(1 MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held and firmly bound unto the City of Newport- Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID----------- - - - - -- Dollars (ti 10%_,OF BID - -), lawful money of the United States for the payment of which SLIM well and truly to be made, we bind ourselves, jointly and severally, firinly by these presents. THG CONDITION OF TI3E FOREGOL\G, OBLIGATION IS SUCIf, That if the proposal of the above bounden bidder for the construction of DEMOLITION AND ROUGH GRADING _ C-2879-1 ' Title of Project Contract No. in the City of Newport Beads, is accepted by the City Council of said City, and if (tie 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) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said Cite 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 5TH day of DECEMBER (Attach acknowledgement of Attoniey- in •Fact) Notary Public - Convaission Expires - MJS CONSTRUCTION, INC. _ Bidder -� Authorized. Signature /ride `RPORATE AC KNOWLEDGMF_NT l_� /J 5 Sta ;e of California Los Angeles 1SS, III County of OFFICIAL }- 'TARY 'TA P M YA.S1:17P:cH iS �_� rLaasxo; MY ccrm exp :res i,i 2.:, ii 15 _l . before me. Mona. M,. Yasmineh - -'rotary Public, personally appeared ---- _ —_ - -- Gerald T. Sullivan o:.n to me on the basis of satisfactory evidence __ the [e•se-•si'::ho executed the within instrument as Secretary or on behalf of the corporation therein -a a acknowledged to me that the corporation executed it. .. �,: h_ -' and'official seal. State of CALIFORNIA On DECEMBER 5, 1991 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of ORANGE known to'me or proved to. me on the basis of satisfactory evidence, MICHAEL A. QUIGLEY 'known to the to be the Attorney -in -Fact of . a � MMCHARTS BONDING CMWANY (ZHIrUAL) OFFICIAL SEAt JENNIFER HARJUNG the Corporation that executed the within instrument, and known to me to NOTARY PUBLIC - CALIFORNL be the person who executed the said instrument on behalf of the Corporation '"WCiPAL OFFICE IN therein named, and acknowled to me that such Corporation executed s;o cou;aTV rp My Com.ibsi.n Expiry OMber 22, 1993 the Same. 11 Il r� 1, r� 1 1 r r j I Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this day 'of 19`� My Commission Expires: Bidder Authorized Signature /Title OFFICIAL MONA M YA;SrA!,N a f!O''ARY PUBLIC] - -Z��IA AIAMEDA """.1Y My Comm. expires APR 24, 1992 Notary Public i 8565 6/27/91 STOAIi 6L84`�S SEBV I6C y ,} � L ? V Mer*an s �� : =�g C ZZ i a# t < <,� ioOPOWER OF ATTOR s , Know A!Imu n By These Presen/9)I tlf@MAERCHAN7S &JNDINO COMPANY ,I' ,hc , . ! v; a. and having its �9rn9 offttce rn the City of Des Moines County * rtSIR (ed'and .~ .:CU5 fy these p esents make 60 _ `.Ule and appon? >>>fQamm A. QuImErit mam JOIHi51w<< - >>X<< ' »X« IRVINE CA . t. ,.,:!edge : „Gel er :n its ben »JONE MILLION <� } .DOLT,ARS($1,000,000.00)« j brlL [tie fJt f '.ail) iliie acts US'n At .. ..:t: hereby 41pil.and, cor. ,.t!. l 11. rnade avid exe tod pu ;,w Ic-a-2 by au `.oily of the follo red bythe Board t.. VINO G. MPANY (Mutual Tl:e Chaicr,. Inc F: ,. ;r ale. nn! or any Vice President or Secretary shalt ham; oa dunderlakingv . g c n ': f indemnity and other, writings obligatory Ythen ".! ' oB The signature , any a -.. c ed olfc l a tddhe Seet of the Company rnay. affixed ,+ .� .� - r CertftcatKmi there:. a the z , . t e e,ec !:on.arid delnery of any;bond, undertaking .. ons of the Compar, ,:Id Sur” ' 'na!u,r a: - sea; iyhen soused shall have the sww force, i t ... .. & 1. DI "w A... '. Used Ingef presents W Uc s yn' : ,,, ] j ±* day'of Octo:>tar p 'MERCHANTS By I aV of .:ho !':ware %­i- ?res, N6ocf ,f Dr.. zel m" :.. A (IJ � IRVINE t 5TH DECEKBEB 91 CONTINUOUS r 11 1 1 1 • • 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. 1991 County of Los Angeles Joe Camarillo (213) 738-2201 1990 County of Orange Tom Walsh (714) 551-6352 1988 -1991 City of Newport Beach Mark Puglisi (714) 644-3311 MJS Construction, Inc. Bidder Authorized Signature /Title Gerald T. Sullivan, Secretary • Page 7 NOTICE 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 & 4) 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 1 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, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 11 I a 11 BOND /Ct"0939 PREMIUM WMUDED ON PERFORMANCE BOND. PAYMENT BOND Page 8 4' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, 1 ' by motion adopted January 13, 1992 has awarded to MJS Construction, Inc. hereinafter designated as the "Principal ", a contract for Demolition and Rough Grading for Utilities Yard Expansion Phase 1, (C- 2879) -F} 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 Nis coNSTRucTION. INC. as Principal, and MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ' Seventy Nine Thousand Four Hundred & 00 /100 Dollars ($ 79.400.00 1 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above ' bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due ' under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 1 0 Page 9 The bond shall inure to the benefit of any and all persons, companies, and !.' corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of I 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 4TH day of FEBRUARY 19 92 ' Kl, Construction. Inc. (Seal) Name of Contractor (Principal) r J t 1. 1 . ;1, kuth6Azed Signature and Title Gerald T. Sullivan, Secretary Authorized Signature and Title MERCHANTS BONDING COMPANY (MUTUAL) (Seal) Name of Surety 2425 E. CAMELBACK -ROAD. SUITE 800 of MICHAEL 'A. Q IGLEY RNEY —IN —FACT 16253 LAGUNA CANYON ROAD, SUITE 130, IRVINE, CA 92718 Address of Agent 714- 753 -9263 Telephone Number of Agent } ( S � � \ )} E) /± =3{ ` /£::f /» \ §$ to0o � y - m m � M M ( «]® ) \R],§ Ru [ { \Q (2p ® ; )E] ) / ri \ \ )kk aa§ §} \ �0 \�& �c� / ,} gE fjA )2k 0 ]«% ®K Ka§ _# )\ ) \§ j}\ � � \ )} E) /± =3{ ` /£::f /» \ §$ to0o � y - m m � M M § ) f C) < } \ « _ � / f G. z z z k2 \ !$/w3■. jm!«e a; ) }{ \\ \\ ,8)$/ |8; =; 3/± ] f±2± § ) f C) < } \ « _ � / f G. z z z k2 \ !$/w3■. jm!«e a; / f G. • >Kl=M B. QUIGLEY"JENNIFER JONNSTON«< »X« »>«< IRVINE CA 8565 >>>ONE MILLION DOLLARS($1,000,000.00)<<< 4TH FEBRUARY CONTINUOUS 92 61W IRVINE STOM- QUIGLEY INS SERV INC I 1, �1 I li f� �i 1 Page 10 FAITHFUL PERFORMANCE BOND BOND #CA 130939 PRE41UN: $1,985.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 13, 1992 has awarded to MJS Construction, Inc. hereinafter designated as the "Principal ", a contract for Demolition and Rough Grading for Utilities Yard Expansion Phase 1, (C- 2879)-(( 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, Nis coxsTRucTlox, INC. as Principal_ MERCHANTS BONDING COMPANY (MMAL) as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Seventy Nine Thousand Four Hundred & NO /100 Dollars ($79,400.00 ). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. ' In the event that 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 4TH day of FEBRUARY 1992. i - f MERCHANTS BONDING COMPANY (MUTUAL) .(Seal) Name of Surety - 2425 E. CAMELBACK ROAD, SUITE 800- 16253 LAGUNA CANYON ROAD, SUITE 130, IRVINE, CA 92718 Address of Agent 714- 753 -9263 Telephone Number of Agent MJS Construction, INc. (Seal) ' Name of Contractor (Principal) Authorized Signature and Title ' Gerald T. Sullivan, Secretary Authorized Signature and Title i - f MERCHANTS BONDING COMPANY (MUTUAL) .(Seal) Name of Surety - 2425 E. CAMELBACK ROAD, SUITE 800- 16253 LAGUNA CANYON ROAD, SUITE 130, IRVINE, CA 92718 Address of Agent 714- 753 -9263 Telephone Number of Agent CORPORATE ACKNOWLEDGEMENT Stateof California Countyof Los Angeles , SS. On the `lam' day of F E a 1992-- , before me personally came Gerald T. Sullivan , who being by me duly sworn, did depose and say that he is the Secretary of MJS Construction Inc. the corporation described in and which executed the annexed document; that he knows the seal of said corporation; that the seal affixed is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his/her name thereto by like order in my presence. X79 e+^—� "��fi "'�'� OFFICIAL 74L 1;40NAM YA "'Jt`EH j • O� C_ Mona M. Yasmineh L<t} ,FY GUELI `�ti1Q 1 % Notary Public AIED. c^ r:Y \\ AM My Comm, ap r s A.c, qq� lggy My Commission Expires: State of CALIFORNIA On FEBRUARY 4, 1992 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of ORANGE known to 'me or proved to me on the basis of satisfactory evidence, MICHAEL A. QUIGLEY known to me to be the Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation OFFICIAL SEAI �o JENNIFER HARJUNG therein named, and acknowledged a that such Corporation executed -` - NOTARY PURIC- CP., FORMA the same. 51,,N DFA! OFFICE COUNTY $AN O;iGO COUNTY IN My Commis; ion Eapires W081 22. 1993 . r i • >>>KIQWL A. QOIGLEY* *JENNIFER JOH MT0N<<< »X« »X« IRVINE CA 8565 6 91 STONG- QOIGLEY INS SERY INC >>>ONE MILLION DOLLARS($1,000,000.00) <<< 4TH FEBRUARY 92 IRVINE ftyLMA — NEWMAN 6 ADAMOON INSURANCE AGENCY, INC. 285 IMPERIAL HWY., SUITE 104 FULLERTON, CA 92835 • (714) 773.4084 (213) 994.2247 FncBosed Cehtijicate(s) of In6unance .c6 being sent at the neque6t ob oun .insun.ed. Ptease contact u6 di ced .ib you Aequixe changes in thie Cent iticate(s) . Pat G.iijad 1 SERVING ALL YOUR INSURANCE NEEDS I CEI J Smit1285 RODUC FA -4084 •-• h, Newnan 5'Adamson Insurance Agency, Inc. Imperial Hwy., Suite 104 Fullerton, CA 92635 SlAEO. — ...�. —_... ... ■NJS CONSTRUCTION, INC. ICATE OF INSURANCE Ak COMPANIES ORDING COVERAGE COMPANY A LETTER CNA Insurance Company COMPANY B LITTIR 6300 Indiana Avenue COMPANY C Long Beach, CA 90805 LETTER COVERAGES _..._.__..._..- • -. —•- _ 1)c5 11 10 CFnnFY THAT POUCIES OF INSV4ANCE USTEO BELOW wWE BEEN tSSUED TO THE INSURED NAMCO ADOVC fOR TIC POLICY P17,4I00 INDICATED NO*A1nIST,VIryN6 ANY RCOUIREMENT. TTRM OR CONOfnON OF A,41' C(;frRACT M OT)ICA DOCUMENT WITH nESPECT TO V111CU TINS "T6K:ATE MAY nC P.::VCO OR MAV Pf,�aIN n +E wgunANCF U'rORnCO BY n +E FvUG+Eb DfSCRISfO HEREIN IS fUSJECf 70 AL! h+C TCRUS CLV"41, A110 CONOn•1ONS OF SUCH POLK'tEs AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CCRTIFICATE TYPE OF INSVMNCF. POEICY NUMBEn., EFFECTIVE E DATE ON ALL. UMfT6 IN THOUSANDS OENCRAL W.-wY GENERAL AOOREOATE i IOCCVWWCE BASIS ONLY) ^_ 1,000 000 COMMCRCV•L 01049465 COOMwr,IY`�H tFNSNF. I Pno+r & COMNACTOHS ❑ CONTMCIVA, fOR SPCCIf IC CONRIACT n PRODUCTSICOMPL OPER ^U XCU wVAROS l-J BROAD FORM PROP. DAMAGE: SEYHMBIUTY OF INTEREST CI CLAUSE PERSONA. INJURY WITH EMPLOYEE WLVSION RCMOYCU AVTOMODILE: UAOIUTY COMPACKNSWC 01049466 WWI) E —4,W IUADIuTi VMBTIELLA FORM OTI(CR THAN UMAGFLLA FORM WORKERS' COMPENSATION 01049468 AND CMPLOYERS' UABIUTY ONOSHOTIEMEN'S ANO HARDCRl WORNEnS' COMPENSATION 09/19/91 109119/921 OPERATIONS ACOnEGATE PERSONAL INJURY EACH OCCUMNCE FIRE DAMAGE (ANY ONE FIRE) MEDICAL EXPENSES (ANY ONE PERSON) $ BTATVIOHY SYATVYOnY f f 1 1 1,000,000 F f 1,000,000 - f 50,000 S —x^5-000 000,000 I _ RCN AOORFGAIF, RRCNC! s ACCIDENT - DLSEASE � POLICY LIMIT DISEASE - EACH EMPLOYEE ffyy��f'kn :PTF)N 01 GI'E ItA" C, N+; A r.+eATIONGWFHICLES;nF.STnICTInN '+ PEDAL (ICAIs ALL OPEMT�0NS PCPCOPIACD Fml I)IF CITY OI CH BY On Orr SCINLF Of TILE NAa!I:0 iNSVMU) IN COI(Nf.CIION WITH THE FOLLOWING CONTINCT C- 2879 -R• Dynl0i1ion _ &_Rouah Grddina for Utilities Yard Expansion, Phase 1 PROJECT TITLE ANO CONTMCT NUMBER - CERTIFICATE HOLDER lOF NEWPORT PFACH P.O. Box 1768 NEWPORT BLVD. PORT BEACH, CA, 92658.8915 1 CANCELLATION SHOULD A Y Of THE ABC+E DESCRIBED POLICIES BE NON AfNEWFO. CANCCLL.CD On COVERAGE REDUCED BEFORE THE E)rPIRATION DATE THE COMPAIW AFFOROINO COVERAGE ILHALL PROYIOE 30 DAYS MIN, AOYANCE NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL, ATTENTION: 1 i.�- �I:^IN� 02/05/92 `• AV H SCNTA - ESVE DATE ' Q..T1' CAF NLWl'QE%T BEACH 7T -t`t -) I ? I'I, I,�'t,JF ONCE ENDORSE; ' Il is agnl.d that: 1. With respect to such insurance as Is afforded by the policy for Automobile Liability, the City of t Newport Beach, Its officers and employees'are additional insureds, but only with respect to liability for damages arising out of the ownersNp, mainicnance or use of automobiles (or autos) used by or on behalf of the named insured in connection with Ure contract designated below. The insurance extended by this endorsement to said additional insured dons not apply to bodily injury or property damage ' arising out of automobiles (1) owiied by or rc— gistcred in Ure narne 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 tNs policy, 2. the policy includes the following provision: ' "The insurance afforded by the policy applies separately to cacti 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 plow for either Multiple Limits or Single Limit: ' ( i Multiple Limits Bodily Injury Liability S per person ' Bodily Injury Liability S _- per accident ' Property Damage Liability $ ( Xl Combined Single Limit ' Bodily Injury [.(ability $ 1,000,000 _ and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all daniages as die result of any one accident or occurrence in excess 'of the hinlls 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 dale thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Ueach by registered ' mail, nncnlion: Public Works Ekparu'nenl, 5. ihwigrutOC'ontrac(: 00110litipil & Rough Grading for Utilities Yard Expansion, Phase 1 (Project Tide and Contract No.) tT'Ns endorsement is effective (V /M ,at 12:01 A.M. and forms part of ' Policy No. 01049466 —of .._.. 121A Insurance Company _ ..._._ (eompiny MTordrne Coveraee) Insurntd ills 0111snaCTIM, nc• _ Endorsement No._ ' Issuing Company,_ !X=[7H NEWM & ADNSOIi BV 1d- (nurhoriud Representative) 1 'qmn, OF NEWPORT ):'age 14 WPORT BEACIi S,ENE&&L LIABILITY fNSLRANCE LNDOR$F,—MENT ' 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, 12, The policy includes the following provision! t 'The Insurance afforded by the policy applies separately to each insured against whom claim Is made or suit is brought, except with respeci to the limits of the 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 indenuJficalion or hold hrrn�ess provision contained in the written contract, designated below, between the named insured and die City of Newport Beach. 1. 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 insureds) named in paragraph I of this endorsement shall be the limits indicated below wrinen on an "Occurrence" basis: 1 I I (XI Commercial ( ) Comprehensive General Liability S 1.000 -000 each occurrence $ each occurrence The applicable h JI of the Contractual Liability (or the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insurcd(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 lirrits,of liability stated in the Policy as applicable to General Liability Insurance. Should the policy be nomrenewvd, 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, Altehtion: Public Works Department emolition and Rough Grading DesignalcdContract:_D (Project Tide and Contract No.) C -209 4 for Utilities Yard Expansion, Phaso 1 This endorsement is eff(K-tive„ O2 /05/92 _ at 12:01 A.M. and forms a part 1f Policy No. 01049465 —of — — M Inmaance Caryarry Y (Company Arrordlna cevorz8.) r -- Endorsement No. ) Ptoduocr 3II11f. 1�Y12i 5 11aM6TT1 •_gy, ' (AWho(iZCd Rcpresenuilve) Midills GP'���Icr,t4 IEOUb a4 natter of 100,miot4n only end oonford n rlynt9 YDOn Tne ' 04rf•Ifloa+e holder, Thla Cer`4@16 does not om4nd, extend or elt** oorereoo U lorded by the popsies noted belov, PL £NTAL SCHED LE IF 7ri Of ly NS AMCE the iohedulo bolos Is 4n erten/lon of the Urtlf)oote of Insurenoe Issueo tos ' CITY OF NENPCRT BF" on behalf of mis OMISMW1YCN, Dc. end dated 02/05/92 . (nerve of cart Itr"Ti'holder) named of Inouredl date 'This Is to certify the+ p011clos of Ins.uran0e Ilsted below have won Isived to the Insured nemed above for the pottcy period lndlaoted, n0twlth3t4n4ln9 any reQulremsnt, Como or condition Of SAY oontryot er otner doauaant With MOW to vhl0h this certlfleete may 00 )loved or ay ' pertala, the Ineur4nce atfomoo by the pollelw 4es4rlw hereln, lq pubject to 411 the toms, 10<e(uelona, 4,nd 4vn41fl"S.Of saoh pallelaa, Limits of liability shown may have been :educed ' ^. NC, CA ME/KIND o LTR INSMANC£ Pf]LICY NUNBEA rV6I V EFF, CATE My 10 W. LIMITS OF LIM ILITY IN THOUSANDS 00) CoMnerelal Eaeh A G4neryl Llablllfy 01049465 09/19/91 09 /19/92 OecvrM14wo S 1,000,000 ' • LX41vsIon to the 04nerlI bash form +o be A99rryate S noted bolor. ' ' �_ , predurts »Completed Oporetlona Aggregate S ' AutomOblle 046111ty Can JInW A Any Auto 01049466 09/19/91 09/19/92 C40 i L17i1_ ' 9od Iy IAjvey All Owned Avtos - Each person S - Eesh Accldent$ ' . Scheduled Avtos Property " Oem4ye ,x Mired Autos Each AdcIdent$ �„- Non -Owned 4voe y txce3a 61401•IITy Ea Cn .� Mrs, lla Pore Oeeurironeo t Other Than AQproyata S Umbrella Pore anaetlOn I I 1 IS`tatuterr ' A and 01049468 09/19/91 09 /19/92 Each Accident $ SW,000 FuaplOyers Lleblll,ty, Diaeeee 500,000 Po110Y Walt S 0leeae - ' Eath Employee $ - ,..__. I PRIM 1 1 1 ..... ......_ ........... . .._.....,...................... . 6804A......._......... 0 ISSUE DATE (MM /DD /YY) 02/05/92 °====`s- -----'--- _- " " - - - -- c ° ° ° °== aaavvs = = = =a• acv== �== avavv°====s ceve °== °= caSO°=== O ° °vzvv= = = = =se acv= vc = = =O == "===see== ===____ PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, SMITH, NEWMAN S ADAMSON AGENCY EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 285 IMPERIAL HWY. SUITE 104 ------------------------------------------------------------ ----------- FULLERTON, CA 92635 COMPANIES AFFORDING COVERAGE __________________________________________ _______________ _______ ________ (714) 773 -4084 COMPANY CHA INSURANCE COMPANY --------------------------- ----- ----------- -------------- LETTER A INSURED COPA MJS CONSTRUCTION, INC. 6300 INDIANA AVENUE LONG BEACH, CA 90805 LETTER E v COVERAGES _ = = = =a. aeeeveeea aaeecee =_ caeeeevee =_ aseeaeeeeeacaveeeeeeeeacavveeveeea =_ aaceeeaeee =_ a ceeeeaeaeeeaaaaa_ —aaae THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTACT 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 POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ................................................................................................... ............................... POLICY LTRI TYPE OF INSURANCE I POLICY NUMBER IEFFECTIVE IEXPIDRAEIONI LIMITS .__-________________________________ a--________...______... a.....____. a.......___ a__._......___----------------------------------- GENERAL LIABILITY GENERAL AGGREGATE A [XI COMMERCIAL GENERAL LIABILITY 01049465 09/19/91 09/19/92 PREP ODUCTS -91P /OPT [ I CLAIMS MADE [XI OCCUR. EACH OCCURRENCE [XI OWNER'S 8 CONTRACTOR'S PROT. FIRE DAMAGE (Any one [ I MEDICAL EXPENSE(Any ------------------------------------------------- ---------------------------------------------- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT [ I ANY AUTO ------ ------ --------- A [ I ALL OWNED AUTOS 01049466 09/19/91 09/19/92 BODILY INJURY [XI SCHEDULED AUTOS (Per person) [XI HIRED AUTOS ---°---------------- [XI NON -OWNED AUTOS BODILY INJURY I I GARAGE LIABILITY (Per accident) [ I - -------------- - ----- PROPERTY DAMAGE ... ............... .................+.._____......_____....+.._.___... y. _--- _____f_-------- _- _.-- I[EICUmbre((aBFormY I I AGGREGA ERENCE [ ]Other Then Umbrella Form ...} ................................}__......______......__}___...._._}_ ____----- y- _____- _---- .-- ______ A IEMPLOYERS' AND IABILIOU I 01049468 1 09/19/91 1 09/19/92 I DISEASEC ------------------------------ OTHER ---------------------------------------------------------------------- DESCRIPTION OF OPERATIONS /LDCATIONS /VEHICLES /SPECIAL ITEMS PROJECT: DEMOLITION 8 ROUGH GRADING FOR UTILITIES YARD EXPANSION, PHASE 1. CITY OF NEWPORT BEACH, ITS OFFICERS 8 EMPLOYEES INCLUDED AS ADDIL INSURED AS RESPECTS WORK DONE BY OR ON BEHALF OF NAMED INSURED. CERTIFICATE HOLDER CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 -0915 Is 1 000,000 Is -- - - - - - - - - - - - - - - - - - - - - - - - - Is ................ . = CANCELLATION =— caeeeeevaaacccaaaesvvveaaavac_ aavvvvvaec= e= eeeaaaacca SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY NZXKXXHNBHRMHRXXIB MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BNIXRRIKNRHXIBXKXIKXXINKMXXKBIISHXINIKKXIMRBSHXMBXBBKIBIIIBNXBR KIRBIKIIKXBRXINKXKIMBXNRNNXINHXSBMRANKYXIISXIBHNISXBRXRHRRHSHNIIIIKHIK ------------------------------------------------------------------------ AUTHORIZED REPRESENTATIVE _ / Page 15 CONTRACT c7 THIS AGREEMENT, entered into this day of 19 !� , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and MJS Construction, Inc. hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Demolition and Rough Grading for Utilities Yard Expansion, Phase 1 C -2879 Tide of Projea Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and 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: Demolition and Rough Grading for Utilities Yard Expansion, Phase 1 C- 2879 —rq Tide of Projea Contma 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 Nine Thousand four Hundred Dollars and 00 /100 (g 79,400.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the ' performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any toss 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. 1 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 Endorsements(s) I I I 1 i L E (f) Plans and Special Provisions for Demolition and Rough Grading for Utilities Yard Expansion, Phase 1 C- 2879 -pr Title of Project (g) This Contract. Contract No. Page 16 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 a municipal corporation : B Y Mayor ATTEST: APPROVED AS TO FORM: City Xttorney CONTRACTOR: MJS Construction, Inc. Name of Contractor (Principal) AuthbAzed Signature and Title Gerald T. Sullivan, Secretary Authorized Signature and Title TA S L E 0V CONTENT S S P E C I A L PROVISIONS SECTION 1 - DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2 -1 Scope of Work 2 -2 Completion Schedule 2 -3 Payment 2 -4 Liquidated Damages 2 -5 Permits and Inspection 2 -6 Pre -Bid Conference & Job Walk 2 -7 Pre- Grading Conference 2 -8 Conferences 2 -9 Inspection of Plans and Specifications by the Contractor 2 -10 Local - Conditions 2 -11 Contractor's Records 2 -12 Safety 2 -13 Protection of Utilities 2 -14 Construction Survey Staking 2 -15 Water and Power 2 -16 Contractor's Work Area 2 -17 Testing 2 -18 Dust /Noise Control 2 -19 Sanitary Facilities 2 -20 Haul Route 2 -21 Erosion Control 2 -22 Supplemental Information 2 -23 Utilities Yard Operation 2 -24 Protection of Existing Buildings 2-25 Protection of Existing Radio Tower SECTION 300 - EARTHWORK 300 -1 Removals 300 -2 Unclassified Excavation 300 -3 Not a Part of the Special Provisions 300 -4 Unclassified Fill SECTION 1 - DEFINITIONS See City of Newport Beach Public Works Department Standard Special Provisions. SP -1 0 0 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2 -1 Scope of Work The work to be done under this Contract consists of sawcutting, removal, demolition and disposal of an existing above grade reservoir, shop building, radio station, and all related appurtenances. This also includes import of fill to grade the site. The Contract requires completion of all work in accord with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawings No. M- 5299 -S); the Standard Drawings for Public Works Construction, Latest Edition; and the Standards Specifications for Public Works Construction (SSPWC), latest edition; copies of which are available for purchase at the Public Works Department, City Hall Complex at 3300 Newport Blvd., Newport Beach 92663 or at Building News, Inc. 3055 Overland Ave., Los Angeles 90034, (213) 202 -7775. In addition, all work shall conform to chapter 15 of the Newport Beach Municipal Code (NBMC), the project soils report and special requirements of the permit. 2 -2 Completion Schedule /Working Hours The Contractor shall complete all work under the Contract within 45 calendar days from the date of award of the contract by the City. Council. Working hours are limited from 7:00 am to 6:30 pm Monday through Friday; 8:00 am to 6:00 pm Saturdays per section 10 -28 of the NBMC. 2-3 Payment The prices shown on the proposal shall be considered full compensation for all labor, equipment, materials, etc. necessary to complete the work in place and no additional allowance will be made therefore. Payment for incidental items of work not separately listed shall be included in the price shown for other related items of work. 2 -4 Liquidated Damages Failure of the Contractor to complete the work within the time specified will result in significant damages being sustained by the City. SP -2 2 -5 2 -6 2 -7 All work specified under this contract shall be completed within the time specified for completion or the Contractor shall pay the City as liquidated damages, the sum of one thousand dollars ($1,000.00) per calendar day for each and every calendar day's delay in completing the work in excess of the specified time, plus any authorized time extensions. Permits and Inspection The Contractor will obtain all necessary permits. The City will pay for the demolition and grading permit fees. The Contractor will be required to adhere to the conditions of the permit. The City will perform the necessary inspections. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely notice of the Contractor's readiness for inspection. All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. The Contractor shall also obtain a business license at the City of Newport Beach. The Contractor shall work in accord with all CalOSHA requirements. Pre-Bid Conference and Job Walk A pre -bid conference and job walk will be held at 10:00 am on Tuesday, December 10, 1991. The conference will begin at the Office of the City of Newport Beach Utilities Department located at 949 W 16th Street in the City of Newport Beach. Pre - Grading Conference A pre - grading meeting shall be scheduled 48 hours prior to start of grading with the following people present: Newport Beach Utilities Department, Demolition and Grading Contractor, Design Civil Engineer, Soils Engineer, Geologist, City Grading Engineer or their representatives. Required field inspections will be outlined at the meeting. SP -3 2 -8 2 -9 2 -10 0 0 Conferences At any time during the progress of the work, the City shall have authority to require the Contractor to attend a conference with any or all of the subcontractors engaged in the work, and any notice of such conferences shall be duly observed and complied with by the Contractor. Inspection of the Plans and Specifications by the Contractor The Contractor shall familiarize himself with the plans and specifications. Should he discover any discrepancies or omissions in them, he shall at once report his discovery in writing to the City for a decision on its correction, revision or clarification and the decision of the City shall be final. Local - Conditions Bidders shall read each and every clause of the specifications, examine the drawings, and shall satisfy themselves by personal investigation on the site as to local conditions affecting the work. Information on existing conditions including the locations of utilities and other structures derived from maps, plans, specifications, or drawings, or from the engineer or his assistants should be regarded as approximate only. Each bidder or his representative shall visit the site of the work and familiarize himself with local conditions, and shall investigate the material and take his own boring as deemed necessary. The material to be removed within the limits indicated on the Contract plans may contain debris, rubbish, and any other material. The presence of and any required removal and disposal of any material or object so encountered shall be considered in the price of the bid for removal. The bidder shall determine the actual conditions and requirements of the work, the character and amount of all class of labor and materials that may be required, and all circumstances and conditions that may affect the cost of the work. They shall include in their unit prices any and all expense or cost that may be necessary to complete the project in accord with the requirements of the Contract. SP -4 2 -11 2 -12 Contractor's Records /As -Built Drawings The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the City or to its authorized designated representative. Suitable facilities are to be provided for access, inspection, and copying of this material. The stamped set of approved plans and specifications shall be on the job site at all times and in addition the contractor shall maintain "as- built" drawings of all work and subcontracts, continuously as the job progresses. A separate set of prints for this purpose only; shall be kept at the job site at all times. It shall be required that these drawings be up -to -date and so certified by the City's Inspector at the time each progress bill is submitted. When the project drawings are not of sufficient size and detail, Contractor shall furnish his own drawings for incorporation of details and dimensions. The final set of "as- built" drawings shall be signed and dated by the City's Inspector and the Contractor and delivered to the Engineer prior to acceptance of the project or final payment therefor. A soils grading report prepared by the City's soils engineer, including locations and elevation of field density tests, summaries of field and laboratory results and other substantiated data and comments on any changes made during grading and their effect on the recommendations made in the soils engineering investigation report will be completed by the City's soils engineer. He shall provide written approval as to the adequacy of the site for the intended use and completion of work in accord with the NBMC. Safety In accord with the generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all other persons and property during any performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. SP -5 • • 2 -13 Protection of Utilities The approximate location of utilities in the project area have been shown on these plans. Prior to excavating in the vicinity of these utilities, the Contractor shall notify Underground Service Alert and ascertain the exact location of all utilities. The Contractor shall protect all existing utilities from damage, whether they are shown or not. The Contractor shall maintain service of the existing utilities which are to remain in place and protect against damage during demolition operations. The Contractor will not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. The Contractor shall provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. Utilities that require to be turned off or shut down for any period of time must be coordinated with the City of Newport Beach Utilities Department. Ample notice is to be given to allow movement of equipment or personnel who may be effected by the shut down. The Contractor may not be able to turn off or shut down at his convenience. No additional cost will be acceptable if a delay in work is caused by this inconvenience. I SP -6 The Contractor shall pothole the depth and location of any existing utility within the limits of work that may conflict with the removal or construction shown on the plans. If any discrepancies arise the Contractor is to notify the City of Newport Beach Utilities Department. The Contractor shall hand dig around any existing utility currently in use to prevent damage or failure of the existing facility. 2 -14 Construction Survey Staking The City will provide one (1) set of field stakes for the delineation of sawcut and removals and the grading (filling) of the site. I SP -6 2 -15 2 -16 2 -17 2 -18 2 -19 0 7 Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that line and grade stakes are needed. water and Power The Contractor will be responsible for obtaining and paying for any water and power required for his operations. Contractor's Work Area It shall be the responsibility of the Contractor to coordinate with the City the area or areas that can be used for construction parking and material storage. The Contractor shall be responsible for securing the site to protect his property from vandalism and loss and to protect the public from possible injury. The site may not be used for employee parking. Contractor will have complete access to the project area within the "limits of construction ". Access to other areas of the site is restricted and limited to only necessary purposes. Contractor shall coordinate access to others parts of the site with the City of Newport Beach Utilities Department. Testing The City shall select the soil testing laboratory and pay for all testing as specified in the various sections of the Specifications. When, it is the opinion of the City, additional tests or inspections are required because of the manner in which the Contractor executed his work, such tests and inspections will be paid for by,the Contractor. Dust Control Dust shall be controlled by watering and /or dust palliative. Noise, excavation, delivery and removal shall be controlled per Section 10 -28 of the NBMC. Sanitary Facilities Sanitary facilities shall be maintained on the site during the construction period. SP -7 0 0 2 -20 Haul Routes Haul routes for import or export of materials shall be submitted in writing and approved by the City prior to start of work. 2 -21 Erosion Control Erosion control devices shall be available on -site in accord with the approved plans between October 15 and May 15. These services shall be in place at the end of each working day whenever the five -day probability of rain exceeds 30 percent. 2 -22 Supplementary Information A preliminary geotechnical study and corresponding report was prepared on October 8, 1975. Also, an updated report dated August 13, 1991 was prepared by: Soils International 1630 S. Sunkist Suite $ C Anaheim, Ca. 92806 It shall be the Contractor's responsibility to thoroughly familiarize himself with the above reports. There is no warranty or guarantee, either expressed or implied, that the conditions indicated by such investigations or records thereof are representative of those existing throughout such areas. I I 1 SP -8 The update soils reports states that the sides and bottom of the reservoir can remain in place. This is incorrect and the removal of the sides and bottom of the reservoir will be required. 2 -23 Utilities Yard Operation The Utilities Yard will remain in operation throughout the construction of the Expansion Project. Security must be maintained by the contractor. Doors, driveways and building areas must be maintained clear of obstructions that may impede their use. I I 1 SP -8 2 -24 2 -25 0 0 Protection of Existing Buildings Existing buildings, site, equipment, systems and furnishings shall be protected from damage during this project. Contractor shall provide and construct necessary barriers, dust control, and fences to ensure protection of construction area and non - construction areas. Protection of Existing Radio Tower The radio transmitting tower, guy wires and hold down posts are to be protected from damage during construction. The temporary trailer will remain on site out of the limits of work or until completion of this project. �L • 6 i SECTION 300 - EARTHWORK 300 -1 Removals ' All materials removed by the Contractor shall be disposed of off -site. The Utilities Yard shall be left with a neat and finished appearance. Materials shall be removed from the project site at the end of each work day. Removals by hardblow pavement brakers and stompers will not be allowed. 1 Any existing irrigation lines and cisterns shall be removed, or crushed in -place (if specially approved by the engineer) and backfilled as approved by the soils engineer. All trench backfill shall be compacted throughout to a minimum of 90 percent relative compaction. 300 -1.1 Demolition and Removal of Reservoir ' Shall include removal and disposal of the concrete walls, floor and foundation, including steel reinforcement, wood roof structure, and all other 1 300 -1.3 Demolition and Removal of the Radio Station Shall include removal and disposal of the concrete wood -frame structure, concrete floor and foundation, including steel reinforcement and all other appurtenances. All existing utilities that service the building shall be removed, cut and plugged (brick & mortar). The limits of removal shall be in accord with the plans. I SP -10 appurtenances that are a part of the reservoir. The existing utilities that service the reservoir shall be removed, cut and plugged (brick & mortar). The limits of removal shall be in accord with the plans. ' Backfill and recompaction shall be in accord with the soils report and soils engineer's recommendation. ' 300 -1.2 Demolition and Removal of Shoo Building ' Shall include removal and disposal of the concrete arch -frame walls, roof, floor and foundation, including steel reinforcement and all other appurtenances. All existing utilities that service the building shall be removed, cut and plugged ' (brick & mortar). The limits of removal shall be in accord with the plans. The existing panels on the exterior of the building will be removed by the City prior to commencement of this project. 1 300 -1.3 Demolition and Removal of the Radio Station Shall include removal and disposal of the concrete wood -frame structure, concrete floor and foundation, including steel reinforcement and all other appurtenances. All existing utilities that service the building shall be removed, cut and plugged (brick & mortar). The limits of removal shall be in accord with the plans. I SP -10 I - - • 6 300 -1.4 Removal of existing 3" Asphaltic Concrete over 4" Aggregate Base Shall include excavating, removing, hauling and disposal of the existing 3" Asphaltic Concrete over 4" Aggregate Base. Excavation shall be done in accord with Section 300 -2 of the Standard Specifications. ■ 300-1.5 Removal of Existing Utilities (Shall include the following): Shall include the following: ' (a) Removal and disposal of an existing 18" concrete pipe. The limits of removal shall extend from the reservoir to the block wall. The pipe shall be cut and plugged (brick & mortar) at the face of block wall along the north property line. ' (b) Removal and disposal of an existing 12" cast iron pipe and gate valve. The limits of removal shall extend from the reservoir to the block wall. The pipe shall be cut and plugged (brick & mortar) at the face of block wall along the north property line. (c) Removal and disposal of an existing 24" reinforced concrete steel cylinder pipe and cast iron pipe. The limits of removal shall extend from the reservoir to the limits of removal at the edge of the existing concrete gutter. The pipe shall be cut and plugged ' (brick & mortar) at the edge of the existing concrete gutter. (d) Removal of an existing 3/4" water service, ' meter and meter box. The Contractor shall dispose of the 3/4" water service and return the meter and meter box to the City. ' (e) Removal and disposal of an existing 2" chlorine feed. 300 -2 Unclassified Excavation Shall include excavating, removing, hauling and disposal of all material to perform the work indicated on the plans. Unclassified excavation shall be done in accord with Section 300-2 of the ' Standard Specifications. Payment for any excavation shall be included in the price of related work for demolition and removal. SP -11 9 0 300 -2.1 Excavation /Shoring In areas where "side sloped" trenching is not used. Excavations shall be braced or shored so as to provide conditions under which workmen may work safely and effectively at all times. The latest revision of the rules, orders, and regulations of the Division of Industrial Safety of the State of California shall be complied with. Contractor shall provide structural calculations for all shoring (if required) which shall be signed by a California licensed Civil Engineer. 300 -3 NOT A PART OF THE SPECIAL PROVISIONS 300 -4 Unclassified Fill All fills shall conform to Section 300 -4 of the ' Standard Specifications. The fills shall be compacted throughout to a minimum of 90 percent relative compaction as determined by ASTM Test Method 1557. Compaction test shall be performed approximately every six inches in vertical height. 1 Areas to receive fill shall be cleared of all debris, scarified to a depth of six inches, watered and treated. 300 -4.1 Import Any soil imported from off -site shall not include rocks, broken concrete or other soiled materials ' which are larger than 3" inches in the greatest dimension. In addition, the soil shall be non- , expansive and conform to the updated soils report. The Contractor shall obtain the approval of the City prior to importing. 11 II ' SP -12 Z �= Q U, O v WI 2 FS(7 J N —OZ ~ W OTC zoc F F WS2 }, 0.50 D Z z1 � N _ \ , oS a �o �o SAV "- via6 6 !Q f Soo$ o °a = m3 S Nl m�<tl .m5 ^` W <LL $= W = im ?S< 0 Z On ¢Y <x > .&a °W .m °a< °: YY .: 8 0� ��♦ ♦� E" W �O z z oZ �n - n m ♦ ♦ U� �nX w 00 OPaA �Q�-.� o " s♦ ♦�♦ 1 2 i . A I ��Q >-V) cn ! Q LJ a o r— U O J cl� W oD z H I— = O U a J O �- aa aO _ \ , oS a �o �o SAV "- via6 6 !Q f Soo$ o °a = m3 S Nl m�<tl .m5 ^` W <LL $= W = im ?S< 0 Z On ¢Y <x > .&a °W .m °a< °: YY .: 8 0� ��♦ ♦� i Voeniy i � . �� - n m ♦ ♦ o " s♦ ♦�♦ 1 2 i . A I o < W o.... ♦/ i'1 °I� O W p < Y J >> Y @ W W o a = W Wo uo r N W IlllrOrl Q J m y� W W= j J W m J 2a V O J N W ] W 0 ;o V u F- 1 r oJO NJY39 NVl`JNII1NIH AlIJ > Yo wg :o. ash �w €s� �ircz SLLgS w /1S H V � j., 4CO �2ry0 ZD SEF- W€og. = °Ca o� c �Fg°g YW °S�o 0 m w� W n _ m vl n _ 00 Ab a i �m.e�9 z =VYf V`N64Y Y {y W V< N 2 _ < O U 2 W O N ry' =mFO w a i4 E�'a N�S �LL II II I r I Q�W N IoO � Y e d ~ 56 U I II I II .4J R'1Q MOO, p/_ON 'gale -X3 A� I S�ayy m _ sc �I I hl I I( w "i�'� pyy yy 10 g, PP 4 Jr kl. 1S 11 I ll Loaj-! � b go ca fl LL Q I U Q JII W I m I; / y�1 � I I. � II I .. Y I Ij I� .cca I W O v W w 1t 4 v 3 u ,.`LL LL u F I W�O kR ,�Q I l A � w w w0 cc ww 1j CD fA 006 .4J R'1Q MOO, p/_ON 'gale -X3 A� I S�ayy m _ sc �I I hl I I( w "i�'� pyy yy 10 g, PP 4 Jr kl. 1S 11 I ll Loaj-! � b go ca fl LL Q °1 v pp i I I U Q JII W I m I; zF W O v W w p,g% 3 `wz ow W LL O I F I W�O kR 1 w w w0 w0 ww 1j 006 <w w� 5;OOw0 w wLLUUO e() fi i g a.. 1113 � I °t °1 v pp i I U II �I I U Q JII W I m I; zF I O v IL 2' 3 `wz ow W LL O I F I W�O U II �I 8W jll I n / ru rc o � cw w m w $ u a E 6A ° wao w � iww I a ¢�S Q / zF o p " 2' S `wz ow I 8W jll I n / ru rc o � cw w m w $ u a E 6A ° wao w � iww o m J Im Gi z WI I�;>tdi I I �0 J m 7t W Lo e N N Fo s It s� e> s� V� Z� �a r° J 1 d 1 Q ag 11 ° W � 6� a 1 s �3ppppaa �r 0 yJ V P I a ¢�S Q / zF o p 2' I Lu W�O kR 1 w w w0 w0 ww w � 006 <w w� 5;OOw0 w wLLUUO e() fi i g o m J Im Gi z WI I�;>tdi I I �0 J m 7t W Lo e N N Fo s It s� e> s� V� Z� �a r° J 1 d 1 Q ag 11 ° W � 6� a 1 s �3ppppaa �r 0 yJ V P I a Q / zF p 2' I Lu W�O kR 1 o m J Im Gi z WI I�;>tdi I I �0 J m 7t W Lo e N N Fo s It s� e> s� V� Z� �a r° J 1 d 1 Q ag 11 ° W � 6� a 1 s �3ppppaa �r 0 yJ V P • 0 BY THE CITY January 13, 1992 JAN j CITY COUNCIL AGENDA ITEM NO. F- .31a�°� TO: CITY COUNCIL FROM: Utilities Department SUBJECT: CONTRACT FOR DEMOLITION & ROUGH GRADING NEWPORT BEACH UTILITIES YARD EXPANSION, PHASE I (CONTRACT NO. 2879 -A) RECOMMENDATIONS: 1. Find that the lowest bidder, MJS Construction, Inc., can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2879 -A to MJS Construction, Inc. in the amount of $79,400. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 4:00 p.m. on December 12th, 1991, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price low MJS Construction, Inc. $ 79,400 2 Pole Construction, Inc. $ 81,400 3 Penhall Company $ 83,919 4 Wakeham Baker $ 91,919 5 So. Cal. Grading Co. $ 92,527 6 Wm. Murray Gen. Engr. Cont., Inc. $ 108,283 7 Construction Engineers $ 128,670 8 Ryco Construction, Inc. $ 146,380 $81,000. The low bid was 2.0% below the Engineer's Estimate of Page 2 January 13th, 1992 Agenda Item No. The low bidder, MJS Construction, Inc. is a qualified pipeline and general contractor licensed to do business in California. This company has successfully completed similar construction projects for other reputable agencies in southern California. This company has also satisfactorily performed work on projects of a lesser nature for the City of Newport Beach. This project provides for demolition and removal of the existing 3.0 million gallon reinforced concrete reservoir constructed in 1929; for demolition and removal of the reinforced concrete building frame of the old aeration and pump building; for removal of a wooden structure previously leased to KOCM radio station; and for miscellaneous pavement removal and utility abandonments. The project is part of the first phase of a three - phased project to expand the Utilities Yard. The project was approved by the Utilities Committee in July 1988. The Phase I work was approved by the Council in May 1990 as a part of the 1990 -91 fiscal year capital project program. The project will permit the eventual installation of a new booster pump station and reservoir in the third phase to allow storage of well water from the City's Groundwater Development Project. This is in accord with the City's Water Masterplan which provides for projects to obtain a supplemental water supply from the groundwater basin. Immediately following completion of this phase of work, the City will commence on a contract for the relocation of various underground utilities on and around the site. Phase I, building construction is also under final design at this time. Bids will be solicited in February. It is estimated that building construction can begin in April 1992, with a probable completion for all of the Phase I work around September 1992. Funds for the work are available from the City's water capital project account under the item, "16th Street Reservoir Site Improvements ". The estimated time of completion for the demolition contract is 45 calendar days. The expected completion date for this contract is March 1st, 1992. Respectful) Submitted, Robert J. Dixon Utilities Director Attachments: Exhibit "A ": "Bid Summary" J5: sdi H = Z U W w H [O � Q H n d' W 00 a 3 to W Y Z C) W 3 0 �J m U � d 3 Q E f N 0 N A a %d O ltJ Z U E O � J w w � E H [O F M 07 P cc 1 o H w v co w Q ¢ o z SSSSz vi � w �- ¢ W U J H (-•'J � CD o z � w 0 of H W i� 5 C .o F-xHisrr A I OP I. O M C-,i T V 0 � O Q r 3 m p � o M 0 V F- all go Q J Q O ..Q .. Q O Fz C7 in o g p OD N b K �J pN p' z o0 N tp J el z cu pO p O c J 2 ¢ h 8 �p to z N O S N op J � QQ ol H O L E Q � N W � O z d f £ z o E 3 3 3 3 CD, � O � a n o W i N o LI: �l H R I I rl I w 0 of H W i� 5 C .o F-xHisrr A I OP I. = z > V w ¢E � w � m � Q � a � C w O O � d 3 vi W Y Z � v O w 3 O V o yJ r m U � m d N c � 0 2 � F C) v� J W W o f r m r o m J N O • w ¢ � o z ¢ wc� ~ Z U O O Z � O I F- w w x 6xwtsir A Z Q N H Z Q d :D lJ Q J ? 4 A LA O N Q UUd3 Q O 3 v w m N CD V) � 1 o Qo 4 {n Q ZVl O O V ¢ � y � w z n. F £ f o F d " z CD d W r tU U 4X d N O _SSi r O I F- w w x 6xwtsir A 0 TO: CITY COUNCIL FROM: Utilities Department SUBJECT: CONTRACT FOR DEMOLITION NEWPORT BEACH UTILITIES (CONTRACT NO. 2879 -A) RECOMMENDATIONS: 0 November 25, 1991 CITY COUNCIL AGENDA ITEM NO. —.I=- -/3 & ROUGH GRADING YARD EXPANSION, PHASE 1. Approve the Project Plans & Specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project t*4ae,.QpQPca Thursday, the afternoon. DISCUSSION: The Newport Beach Water Master Plan provides for projects to obtain a supplemental water supply from the groundwater basin. Orange County Water District has recently approved sites for water wells. The overall project provides for a new reservoir and operation of a pump station to take well water into the City's water system at the Utilities Yard. As a part of the project to pump water from the groundwater basin, the City must reconstruct the 3.0 million gallon reservoir and booster pumping station at the Utilities Yard at 949 West 16th Street. The City Council's Utilities Committee reviewed and approved a conceptual design for the Utilities Yard expansion in July 1988. That design called for a three- phased construction project. The Phase I work was approved by the Council in May 1990 as a part of the 1990 -91 fiscal year budget under the capital project program. The demolition and rough grading project under consideration is the first of several small projects associated with Phase I of the Utilities Yard Expansion. The old concrete reservoir, radio transmitter shack and the old shop area will be demolished. The site will then be rough graded for construction of a parking area and some new garage structures. 3 • Page 2 - Utilities Yard Demolition & Rough Grading November 25, 1991 The Engineers' Estimate of costs for Funds for the work are included in the approved projects under the item, "16th Street Reservoir The estimated time of completion is 45 calendar the Project is $81,000. 1990 -91 water capital Site Improvements ". days. Immediately following the completion of this work, the City will commence with a contract for the relocation of underground utilities on and around the site. An separate item has been prepared for Council consideration for that work. Following completion of this demolition & grading and the underground utilities relocations, the Phase I, building construction can commence. Phase I, building construction is final design at this time. Bids will be solicited in early January. estimated that building construction can begin in March 1992, probable completion for all of the Phase I work around August Robert J. Dixon Utilities Director JS: sdi Attachment: Exhibit showing work limits contract under It is with a 1992. 5 Dea" e t o t�.n m au � t fwtlan h neaa r.afda &4wiorwutafQagr,CaukY. r�,�ro.aszll. S9pWthW29.1991. andA -MJ ,wr tt, t 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 NEWPORT BEACH — COSTA. MESA 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 on the following dates: December 5, 10, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 10, ,199 1 at Costa Mes C a� Signature Of i daY of PROOF OF PUBLICATION