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