HomeMy WebLinkAboutC-3358 - West Newport Sound Wall Transparent Panel ReplacementMay 22, 2002
AY OF NEWI'ORTi3EACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
A & M Construction
9693 Hazard Avenue
Garden Grove, CA 92844
Subject: West Newport Sound Wall Transparent Panel Replacement
(C -3358)
To Whom It May Concern:
On May 22, 2001, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on June 28, 2001. The Surety for the
contract is Gulf Insurance Company, and the bond number is AE0658242.
Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
enclosure
3300 Newport Boulevard, Newport Beach
FINAL CONTRACT PRICE
CITY OF NEWPOR1 BEACH
PUBLIC: WORKS DEPARTMENT
0,
ond If AE0658242
Premium: $3,169.00
PA"il t8
WEST NEWPORT SOUND WALL _TRANSPAFENT P/WEL, I:EP ,ACEME fJT
CONTRACT NO. 3358
BOND NC). AE0658242
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 3,169. 00 _
being at the rate of S.—. 25.00 thousand of the Contract price
WHEREAS, the City Council of the City of Newport Beach. State of California, by motrnn
adopted, awarded to Name of Contractor, hereinafter designated as the "Principal', a conlydct
for construction of WEST NFWPORT SOUND WALL TRANSPARENT PANFI_ REPLACEMENT,
Contract No. 3358 in the City of Newport Beach, in strict conformity with the plans, drawings.
specifications, and other Contract Document: maintained in the Publir, Works Department of the
City of Newport Beach, all of which are incorporated hei ein by this reference.
WHEREAS, Principal has e eicuted or IS abort t) execute Contact No. 33515 and the
terms thereof require the furnishing of a Rond loi the faithful performance cf the Contract.
NOW, THEREFORE, we, the Principal, snd Gulf Insurance Gom� any__.__ „____.___.
duly authorired to tfanS;J(A business under tlmu laws of the Stale of
California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport
Beach, in the surn of one hundred twenty -six thnu .and, seven hundred sixty -eight and
001100 Dollam ($126,7613.00) lawful money of the United Strales of America, said sum br=ing
equal to 100% of the et;tirnaled aniuunt of t:,-,e Cortr;ic.t, to be paid to the City of Newport Br ?r?ch.
its successors, and assigns; for which payment well ::it !I truly to be made, we bind our solves, out
heirs, executors and administrators, suc:ces: ors, or assigns, jointly and severally, firmly by Ihese
present.
THE CONDITION OF I HIS (')HLIGA-fION IS ;lJCt1, that if the Principal, or the Principal's
heir:, c:xemitors, administrators, succes ;ors, or assigns, tail to abide by, and well and truly keep
and perform any or all the work, covenants, conditicns, and agreenments in the Contract
Documents and any alteration thereof mace ;r s therz ire provided on its part, 16 be kopt and
performed at the time and Fri the manner therein specified, and in all respecLs according to it:. true
intent and meaning, or fails to indemnify, de end, and save harmless the City of Newport Beach,
its officers, employees and agents, as therain stipulated, then. Surety will faithfully perform the
same, in an amount not exa>eding the gum specified m this B(ood; oil ,;rvijse this obligation ,hall
became; null and void.
PA!. F n 7
AS a part of the obligation sE'.Ctir'ed ic; 3dddiOn tC; Info al-noun, Spe.,iTi« n
this Perfofmancza Bond. there shall be 1- iLid0d toil:; and n >_.aac ^d'ole expenses .]rvi G; :s.,
rnciud ng reasonable a'OrnC`fs ie6s, InCLrreci b thn ;; l', only In the >_vent the C ty Is reciii-; d t.]
bdr g an action in law or equity against Surely tc : ;ntort ,he obiicgaticrs of this Bond.
Surety, for value received, stipulates and a_,ro s that no charge, extension c-f 19l ?E,
atteratlons or addition's to the terms of 'he C:ontrnict cr to the n crk to be psrPon-ned thereund-e cr
to the specifications accompanying the sar ^e shad in ary way affect its obligations on this 3r;nd,
anc it does hereby waive notice of any Slush c'h ange fix' @nSlon of timo, alterations or addl5 )rt1i Gf
the Contract or to the work or to the spec:ficatio I-,.
This Faithful Performance Boric shall b:' ertendecl and maintained by the Principal in full
force and effect for one (1) year followirg the date of fr_r-rtal acceptance or tr.e Project by the '—`qty
In the event :hat the Principal execCJted ihis :::d as an individual, it is agreed th:a. the
de2th of any such Principal shali not i,xonerate tna Surety from its ohli ;Js!irns und(,,r this
IN INCrNI-SS VVIIERFGF, f,-•is: inst.urn rlt has u•.en duly executed by the Prn6pa' ,and
Surety above narned, on he 13thday cf December 2000
A & M Construction
Name of Contraci.Dr Princlpalj
Gulf Insurance Company
Name of Sore 1v
4uncDrized Sionature /Title
�rlZed �]tierl ✓:I(�r1 :.31U(F'
40 Baseline Rd., 11102, Tempe, AZ 85283 /Randy Spohn, Attorney -in -fact
Address of Sureky I�r-rrt Name and -'fie
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRA(,-T(F AND SURE Y FAUST BE ATTACHED
CALIFORNIA ALL- PURPOSA'KNOW LEDGMENT
State of CALIFORNIA
County of ORANGE
On —/ 3 C0 before me. ZARA SPOHN, NOTARY PUBLIC
personally appeared RANDY SPOHN
K personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed the same in his /her /their
ZARA .S. SPOHN authorized ca licit lies and that b his /her /their signature(s) on the
COMM. 01230889 Pt Y( )� • Y
s , Notary PubIIo- California y instrument the person(s), or the entity upon behalf of which the
w ;:�, ORANGE COUNTY =�, person(s) acted, executed the instrument
My Comm. Exp. July 31, 2003
WITNESS my hand and official seal.
Signature of Notary
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
xx ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
June 28, 2001
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
A & M Construction
9693 Hazard Avenue
Garden Grove, CA 92844
Subject: West Newport Sound Wall Transparent Panel Replacement
(C -3358)
To Whom It May Concern:
On May 22, 2001, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
May 24, 2001, Reference No. 20010334833. The Surety for the contract is Gulf
Insurance Company, and the bond number is AE0658242. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lb
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
encls.
3300 Newport Boulevard, Newport Beach
r �
nF'nM • : \ F ii: T 1 -1T . 77 F 1 Dec. 13 2000 llr.'_::,R1 P?
• and ll AE0658242
Premium: Included in
Performance Bond
PAGE: 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3356
BOND NO.._AE06,58242
LABOR AND MAT ERIALS_PA,YMENT BOND
WHEREAS, the City Council of the City of Ne✓:port Beach. State of California, by mrdion
adopted, has awarded to Name of Contractor, heseinatter designated as the "Principvi." a
contract for construction of WEST NEWPORT SOUND WALL. TRANSPARENT PANEL
REPLACEMENT, Contract No. 3358 in the City of Newport Beath, in strict cord'onnity with the
plans, drawings, specifications and other' Contia-_-t Lwcun)ents in the cffire of the Public Wotks
Deparimenl of the City of Newport Beach, all of which are. incorporated hereiri by this referen;.!.
WHEREAS, Principal has executed or is about to execute Contract No. 3358 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or ether supplies used in, upon,
for, or about the performance, of the work. agreed to ba dome, or for any wort: or labor done
thereon of any kind, the Surety on this bong will pay the same to the ,extent hereinafter set forth:
NOW, THE- REFOR.E, We :tit" undersigned Principal, and,
Gulf Insurance Company._......__._.__ d�iy' 3UthOriZed to i!anS -ICt
business under the Laws of the State of California. as Surety, (referred to herein as "Sure ly -) ;;re
held firmly bound unto the City of Newport LE:ach, in the SUM of one hundred twenty -six
thousand, seven hundred sixty -eight and 00;100 Dollars ($126,768.00) lawful money of the
United Suites of America, said Burn 0einq equal t', liK, `;b of the estimated amount payat }I,z by ih?
City of Newport Beach under the terms of the (. ontracr, for which paymeril well and 1 -uly ic, be
made, we bind ourselves, our heirs, executors ;arid acrmnlstt afors, successors, or assigns, :ointly
and severally, fimly by these present.
THE CONDI710N Or TI IIS OBLIGATION IS SUCH, that if the Principal or the Princ:ipal's
subcontractors. fail to pay for any materials, urcn; sons, or other supplies. implements Or
machinery used in, upon, for, or about the performance of the work axdiacted to be done, or for
any other work or labor thereon of any kind, or far amounts due under the Uneniploy -nrnt
Insura-lce Code with respect to such work or Izibor, or for any amounts required to he deda,
withheld and paid over to the Emp oyment Deve.lo ,ment Dep�irtment from the wag,ws :J
emplevees of the Principal and subcontrartors p.irsuant to Section 13020 of the Unempioy'rlent
Insi.irance Code with respect to such work and Ic1,01, then the Surety will pay for the se me, .n a1
amOint not exceeding the sum specified in :his E'ond, ae j also, in cr,e. Suit is brought 10 e: fcrc
the obligations ct this Bond, a reasonaole attor x -y's. fc -e, to be'+ixeyci by the Covet as ntrquir;�d by
the provisions of Section :3250 of the Civil Code o' th , State of Cafifor nia.
FROM FR;: !10. 71 _.'.b Dec. 1. ,7Cj =1C 11: 1Fit41 P
The Bond shall inure to the benefit of ary and oil person=_, companies, and corporations
entitled to file claims under Section 3181 of the Califonia Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Hond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereoy stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the .work to be perforn-ed
thereunder or the specifications accompanying the sarne shall in any wise affect its obligations on
this Bond, and it does hereby waive nottDe of any such change, extension of time, aiteratiom s c•r
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named ewecuted this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligaticns
under this Bond.
IN WITNESS WHEREOF, this instnimert has been duly executed by the above named
Principal and Surety, on the 13th day of - .December_ ____ -_ __..., ".-L'000
.
A & M Construction
Name of Contra; ;tor i'Principaq
Gulf Insurance - Company
Narne of Surety
40 Baseline Rd., #102, Tempe, AZ 85283
Address of Surety--
:fl :. 1
Telephone
Authomed Signature!Titie -
A hi rized A er Signature
Randy Spohn, Attorney -in -fact
P-m' Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIA ALL-PURPOSE OINOWLEDGMENT •
State of CALIFORNIA
County of ORANGE
On 12 45-cz) �before me ZARA SPOHN, NOTARY PUBLIC
personally appeared RANDY SPOHN >
X personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed the same in his /her /their
ZARA S. SPOHN authorized capacity(ies), and that by his /her /their signature(s) on the
S COMM. #7230889 m instrument the person(s), or the entity upon behalf of which the
U) ( "`� Notary Public- Califomia t person(s) acted, executed the instrument
w ORANGE COUNTY
0 �.
My Comm. Exp. July 31, 2003
WITNESS my hand and official seal.
-z'
Signature of Notary
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
xx ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
GULF INSURANCE W
ST. LOUIS, MISSOUOU
POWER OF ATTORNEY
ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
pany, a corporation duty organized under the laws of the State of Missouri, having its
principal office in the city of Irving, Texas, pursuant to the following resolution,
adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the I Oth day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make. execute and deliver a Power
of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as
may be selected from time to time: and any such Attorney -in -Fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the attorney(s)-in -fact to sign, execute, acknowledge, deliver or oth-
erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company,
RESOLVED, that the signature of the President, Executive Vice President or
any Senior Vice President, and the Seal of the Company may be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile seal shall be
valid and binding upon the Company in the future with respect to ao" bond and
documents relating to .such bonds to which they are attached.'
Gulf Insurance Company does hereby make, constitute and appoint
NUMBER AE O *8242
NAME,ADDRESS
PRINCIPAL: CITY, STATE, ZIP
A & M Construction
9693 Hazard Ave.
Garden Grove, CA 92844
EFFECTIVE DATE
December 13, 2000
CONTRACT AMOUNT
$ 126,768.00
BOND AMOUNT
$ 126 768.00
- - -- Florence Perry, Randy Spohn, Zara Spohn --- --
its true and lawful attorneN(. <)-in -fact. with full poM'cr and authonty hereby conferred in its name. place and stead, to sien, execute. acknowledge and deliver in its
behalf. as surety, any and all bonds and undertakings of suretyship. and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds. under
takines and documents relating in such bonds and /or undertakings Mere signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said
attorney(,) -in -fact. pursuant t0 the authority herein given. are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million (1.000,(1001 dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed. '
�S'P.PI GE
Gp,vGggt C01. GOLF INSI. R:ANCE COMPANY
SEAL
STATE OF SEE' ) ORK Lawrence P. Miniter
SS
COUNTY OF KINGS I Executive Vice President
On the 13th day of April, 20041 A.D., before me came Lawrence P. Miniter, known to me personally who being by me duty sworn, did depose and sap;
that he resides in the County of Bergen, State of New Jersey; that he is the Executive Vice President of the Gulf Insurance Company, the corporation
described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such cor-
porate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like corder.
�pTAq�
`1 DAVID J.AFFA
9�x A�BJG Q Notary Public, State of New York
No. 02JA4958634
STATE OF NEV, ' YORK I OF N Qualified in Kings County
COUNTY OF NE \C YORK I SS Commission Expires December 311, 2001
1, the undersigned, Senior Vice President of the Gull" Insurance Company. a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POy1 "ER Of X11 ORNE]" remains in full force.
Signed and Scaled at the City of New York. llso PANO, Co
it VIII VIII VIII VIII VIII VIII III SEAL ` Dated the 13th day nr December , ,0 00
pia SGOP [ �i /f
AE0658242 *1311228*
8016 -AE 142900, George Bi:mcardi
Senior \'ice President
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 AN Boulevard
Newport Beach, CA 92663
Recorded in Official Records, County of Orange
Gary Granville, Clerk- Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE
20010334833 09.29am 05/24101
114 33 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and A &M Construction of Garden Grove,
California, as Contractor, entered into a Contract on November 14, 2000. Said Contract
set forth certain improvements, as follows:
West Newport Sound Wall Replacement,
C -3358
Work on said Contract was completed on April 19, 2001, and was found to be acceptable
on May 22, 2001, by the City Council. Title to said property is vested in the Owner, and
the Saty fo5gy--id Contract is Gulf Insurance Company. /-
LU
Q
BY ..
U
r
Pub Ic orks Director
UJ
City of Newport Beach
�
Q
v>-
�r
o"
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on at Newport Beach, California.
BY
City Clerk
,
0
TO: Mayor and Members of the City Council
FROM: Public Works Department
May 22, 2001
CITY COUNCIL AGENDA
ITEM NO. 9
SUBJECT: WEST NEWPORT SOUND WALL REPLACEMENT, CONTRACT NO
3345 — ACCEPTANCE AND COMPLETION
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion. APPRUED
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
5. Authorize a budget amendment transferring $1,690 from unappropriated Gas Tax
Fund balance to Account No. 7181- C5100563.
DISCUSSION:
On November 14, 2000, the City Council authorized the award of the West Newport
Sound Wall Transparent Panel Replacement to A &M Construction of Garden Grove,
California. The contract provided for the installation of 12,928 square feet of new
sunlight resistant acrylic panels to replace the old polycarbonate panels in the West
Newport sound wall. The contract has now been completed to the satisfaction of the
Public Works Department. A summary of the contract costs are as follows:
Original bid amount: $186,058.67
Actual amount of bid items constructed: 186,058.67
Total amount of change orders: 10,431.25
Final contract cost: $196,489.92
The contractor's original bid was for $126,768.00 to replace 8500 square feet of panels.
However, when the Council met on November 14, 2000, they authorized an increase in
the contract amount to cover the cost of replacing all 12,928 square feet of panels. The
contract amount was revised to $186,058.67. The final overall construction cost
including change orders was 5.56 percent over the revised bid amount.
SUBJECT: West Newport SoundAeplacement, Contract No. 3358 - Completion And f1ptance
May 22, 2001
Page 2
Two change orders totaling $10,431.25 were issued during the project. They were as
follows.
The first change order was for $6,000.00 and provided for the drilling of holes in the
top corners of each panel and for the installation of steel pins through the holes to
secure the new panels to the existing frames.
The second change order in the amount of $4,431.25 was for additional work
related to the adjustment and securing of the panels in place and for the installation
of 85 new post caps on the existing frames.
Funds for the project were budgeted in the following accounts:
Description
W. Coast Hghwy Sound Wall Replacement
W. Coast Hghwy Sound Wall Replacement
Total
Account No,
7181- C5100563
7023- C5100563
Amount
$156,689.42
39,800.50
$196,489.92
All work was completed on April 19, 2001, prior to the scheduled completion date of
May 23, 2001.
ResppCtfully miffed,
I., IC WORKS DEPARTMENT
Don Webb, Director
By: R,
R. Gunther, P.E.
Construction Engineer
Cry of Newport Beach
BUDGET AMENDMENT
2000 -01
EFFECT ON
BUDGETARY FUND BALANCE:
Account
Number
Division
Increase Revenue Estimates
Account
X
Division
Increase Expenditure Appropriations
.
Number
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
X
from unappropriated fund balance
FXPLANATION-
NO. BA- 049
AMOUNT: sl,sso.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the West Newport Sound Wall Replacement Project
from unappropriated Gax Tax funds.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
180 3605
REVENUE ESTIMATES (360 1)
Fund /Division Account
EXPENDITUREAPPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division Number
Account Number
Signed:
Signed:
Signed:
Administrative
Description
Fund Balance
Description
Description
7181 Gax Tax
C5100563 West Coast Highway Sound Wall Replacement
Amount
Debit Credit
$1,690.00
$1,690.00
89.:2 K-'' � �� S= ii -vi
al: Administrativ-, Director Date
-< .
ipro I: City Manager Z Date
City Council Approval: City Clerk
Date
Y
Oy of Newport Beach
BUDGET AMENDMENT
2000 -01
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Pq Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
NO. BA- 049
AMOUNT: St,s9o.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
MAY 22
"PLANAIIUN:
Number
1 r '
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the West Newport Sound Wall Replacement Project
from unappropriated Gax Tax funds.
Number
Account
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
180 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division Number
Account Number
Division Number
Account Number
Signed:
Signed:
Signed:
Description
Fund Balance
Description
Description
7181 Gax Tax
C5100563 West Coast Highway Sound Wall Replacement
na cial pproval: Administrativ n
Administrative Appro I: City Manager
City Council Approval: City Clerk
Amount
Debit Credit
$1,690.00
$1,690.00
Automaf/c
_ S / / —Q
Director Date
D�
Date
Date
t . CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 31st day of October 2000,
at which time such bids shall be opened and read for
WEST NEWPORT SOUND WALL TRANSPARENT PANEL
REPLACEMENT
Title of Project
Contract No. 3358 (rev)
$ 100,000
Engineer's Estimate
2C! FOR��
cz
ved -&
Don Webb
Public Works Director
Prospective bidders may examine existing sound wall plans and a typical
post and sill section, and obtain one set of bid documents at no cost at the
office of the Public Works Department, 3300 Newport Boulevard, P. O. Box
1768, Newport Beach, CA 92658 -8915.
Required Contractor License Classification(s) required for this project:
A. B or C -17
For further information, call Lloyd Dalton Project Manager at (949) 644- 3328.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
TABLE OF CONTENTS
NOTICEINVITING BIDS .......................................................... ...............................
Cover
INSTRUCTIONSTO BIDDERS ........................................................ ..............................1
BIDDER'S BOND ............................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5
NON - COLLUSION AFFI DAVIT .......................................................... ..............................6
NOTICETO SUCCESSFUL BIDDER ............................................... ..............................7
CONTRACT...................................................................................... ..............................8
LABORAND MATERIALS BOND .................................................... .............................14
FAITHFUL PERFORMANCE BOND ................................................ .............................16
PROPOSAL................................................................................ ...............................
PR -1
SPECIALPROVISIONS ............................. ...............................................................
SP -1
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. 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.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive
any minor irregularity or informality in such bids. Pursuant to Public Contract Code
Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure performance under
the contract. The securities shall be deposited in a state or federal chartered bank
in California, as the escrow agent.
0
0
PAGE 2
8. 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).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
10. 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.
The signature below represents that the above has been reviewed.
-A57 o-�, � -A � %
Contractor's License No. & Classification
,�,- t, r, I C-Grsb��\,kc<ka,
Bidder
Authorized Signature/Title
Date
t1C t`V6�Q- i i :cram r rvm-
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
iii CONTRACT NO. 3358
BIDDER'S DOND
•
PAGE 3
Bid Bond ll AE0658165
Bid Date 10/31/00
We, the undersigned Principal ana Surety, our successors and assigns, executors, heirs
and administrators, agree to ne jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL BID AMOUNT
Dollars ($ 10E of bid amt). Io be paid and forfeited to Ina City
of Newport Beach if the bid proposed of.Nte unuersigneo Principal for the construction of WEST
NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT, Contract No. 3358 in
the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and
the proposed contract is awarded to the Principal, and the Principal faits to duly enter into and
execute the Contract Documents for the construction of the project in Ina form required within
ten days (10) (not including Saturday. Sunday, and federal holidays) after the date of the
mailing of Notice of Award; otherwise this obligation snail become null and void.
If the undersigned Principal executing this Bono is executing this Bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the Surely from its
obligations under this Bona.
Witness our hands this 27th any of
A & M CONSTRUCTION
Name of Contractor (Principal)
Gulf Insurance Company
Name of Surety
40 Baseline Road, Suite 102
Tempe, AZ 85283
Address of Surety
480- 897 -8600
Telephone '
October .2000.
Aulnonxed SignaturerTdle
Aulhorize" end Signature --
Randy Spohn, Attorney -in -fact,
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
GULF INSURANCE CONY
ST. LOUIS, MISSOU
POWER OF ATTORNEY
ORIGINALS OF THIS POWER OF ATTORNEY .ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPI- ICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN B}' THFSP. PRF.SF.NTS: Thal the Gult Insurance ('om-
pany. a corporation dud+ organized under Ihe lain of the Sent of Mi„uuri. ha, utg i6
pl'ineipal office in the cif, ul In'ing. "Texas, pur,uant nt Ihe f011Uwin_° re,olution,
adapted h, the Finance \ Eccuthe Cnmmnlec of the Board A Director, of the ,aid
Compact, un the Illth d:rs of AIIGUI,t, 19931. to N1 it
..RhSUI \'FD, that the President F,eanive Vice Prclidem ur an, Senior lice
PIVIidall of the Conp,n, ,hall h,nc mnhoril) to make, eutute and deliver a Power
of Auorne, con,multn', :n Antoine\ in -Fact Inch person.,. [inns, or corporation, u.
ne , he ,elected Irmt time to tints: and any such Atturnev -in -Fun mev, he removed
:zed the authunty Grunted limn revoked h, the Pre,ldenl. or rmv Ewcutne Viet:
Pre,ident, or aav Senuir Vice Pre,ident, or h, the Board of Direchn'I nr by the
Finance and E\ccuti,c Conlnunec of (lie Board ut Director,.
RFSOLVED. that nothine in this Po„er of Atorney ,hail hr con,lrucd u, a grant
A f authorip' to the atloolc t,l- in -faol to ,ign, c.,eeute. :rcknu,yledge, deliver nl uth-
erv,'i,c i„uc a pohc, or politic, o1' in,ur nee on hehalt ul Gull Inurance Compam.
RESOLVED. that the wn ature of the Pre.,tdenL E,000ti,e Vice Prelldl'nt or
on Senior Vice pre,tdent. and toe Seal III tile Compam mac he allied to aav,uch
Power ul' Atmrncv or ant; ccrubclle relating thereto h, h6c,im ile. and am Inch
putter, ,I evcancd and certified by firc,imlle ,kr alurc and hic,imile seal had he
Valid and hinding upon tilt I- ompuny in the liuure wish re,peet to any bond and
document, tel:amg to Inch hond, to xvhich Ihe} are attached:"
Gull' h- wranee Compam duel hcrch, make. conIonne and appoint
BOND
NUMBER AE 0 6* 16 5
NAME,ADDRESS
PRINCIPAL: CITY, STATE, ZIP
A & M Construction
9693 Hazard Ave.
Garden Grove, CA 92844
EFFECTIVE DATE
October 31, 2000
CONTRACT AMOUNT
$ 100,000.00 (estimated)
BOND AMOUNT
$ 10% of bid amount
- - -- Florence Perry, Randy Spohn, Zara Spohn - - --
it, one and Ian +tul a nmtecl,l -in -fact with full pm,er and authurilp h. rch, cunierreJ m it, nm'Ic, place and ,(Cad. to sign. execute acknowledge and deiver in ih
,,hall. a, and III hood, and undertaking, of ,utrtvInif. and to hind Gulf In,ur,mce Crmpany d,erehv a, fully and to the ,a me extent as if any hood,, undeI-
laking, and document, relating to such hoed, and /or undertakin_, were Iigned h, the July authori/ed uiticer nt (he Gult Inwrance Company and all the acts of Iaid
aunrnC�l,lon -lust. pur,unnt to the authorip herein given, :re helehy ratified and confirmed.
I lie ohligullon nl Ihe Company ,hall not e\ceeol one million i I a100.000i Jnllarl.
IN WITNESS N% HEREOF, the Gulf Insurance Cumpanv has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed.
PnNCF
C
11o",` caaonyr � ;q Gf11.F IVSf RANCE CO }IPAN }.
� O F ➢
SEAL � C7
STATE OF NE \\ YORK I Lawrence P. }finiter
I SS
I ?
('Ol' :N' "f}' OF KINGS 1 xeculive Vice President
On the 13th day of April, '_Illlll A.D., before me came Lawrence P, lfiniter, known to me personally who being by me duly sworn, did depose and say;
that he resides in the (:until of Bergen, Slate of New Jersey; that he is the Executive Vice President of the Gulf Insurance Compam', the corporation
described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such cor-
porate seal; that it was sr, affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order.
1
�OTA,9� `r /" L
SOY
y��x AOBCSG -C � DAVID t
Nature Public, State of
New w Vork
No. 02JA4958634
STATE OF NFW }pRR
Qualified in Kings County
COUNTY OF NEW YORK I SS Commission Expires December 311, 2001
1, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY :hat me foregoing and
attached POVr ER OF A`I'T011 remains in full force.
Sig VPANCE C
Signed and Scaled at the ('ity of New York. N5 0
II VIII VIII VIII VIII VIII VIII III SEAL y d ` Uale the 27th day of October 10 00
MIS S�JP` /67
AE0658165 *1311151*
8016 -AE 14 /211001 George Biancardi
Senior Vice President
CALIFORNIA ALL — PURPOSE ANOWLEDGMENT
State of CALIFORNIA
County of ORANGE
0
On /0-,2 -7 " w before me, ZARA SPOHN, NOTARY PUBLIC
personally appeared RANDY SPOHN
X personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is /are subscribed to the within instrument and
acknowledged to me that lie/she/they executed the same in his /her /their
ZARA 9, 9POHN t authorized capacity(ies), and that by his /her /their signature(s) on the
,.r; COMM. #1230889 m instrument the person(s), or the entity upon behalf of which the
w 3 m Notary Public-California c•california N person(s) acted, executed the instrument
ORANGE COUNTY
c My Comm. Exp. July 31, 2003
WITNESS my hand and official seal.
l',t. Z h S _e�174A_ �
Signature of Notary
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
xx ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
10 0
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and 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.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
Subcontract Worl s W I''4'� Subcontractor Address
1. 9U4PUi w1kR[,L. �Aau�.r�.J��QS C� �`Ov tAth_ck � 2.
3.
4.
5.
6.
7.
8.
9.
10.
S
Bidder
OwkkA--_9—
41 •
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
Completed Name /Agency To Contact Number
¢05 R�15 N tack
oG C4e.o 1 / Gov
\ 99 9 r�� u aTi v,l ^L L
O t= 6tAtor--.L (�4 -0-E5-
Bidder 6N
Authorized
7.
ut Ic 5 M v1AA
_ -ttos s
�tk— — cat -�3g(o
warZ-
0 0
PAGE 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of )
M Ukpjg o being first duly sworn, deposes and says that he or she is
of the parry making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
Bidder A- t p'\ ,64;rit LV 6k; Authorized ignature/Title
Subscribed and sworn to before me this JL day of cc;'/ - 2000
1 / [SEAL]
Notary Public TMACV T. V� O
ccr^.
�.
ORAL- C. :C::TV
V Comm. Exp. A- -,.28.2--
� l
My Commission Expires: AL - 2 g U O(�
0
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
NOTICE TO SUCCESSFUL BIDDER
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 receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Engineer within ten (10) days (not
including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award
to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance 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.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
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 VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PAGE 8
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
CONTRACT
THIS AGREEMENT, entered into this 14th day of November, 2000, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and A & M Construction, hereinafter "Contractor,"
is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
Project Description
3358
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3358, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
0 0
PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of one hundred twenty-six thousand,
seven hundred sixty-eight and 00/100 Dollars ($126,768.00).
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 loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Lloyd Dalton
(949) 644 -3328
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
A & M Construction
9693 Hazard Avenue
Garden Grove, CA 92844
Attention: Ahmad S. Mukdad
(714) 915 -1223
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
0
Ll
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
0 0
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
0 0
PAGE 12
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
0
0
PAGE 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and Year first written above.
CITY CLERK
APP V AS TO FORM:
CITY ATTORNEY
CITY OF NEWPORT BEACH
A Municipal Corporation
B-_`�
Mayor
A & M Construction
By: \Y aWac2_
Authorized S gnature and Title
Dec -13 -00 11:14A
i 1
Am
P -02
ACMD CERTIF A7E:OF iIABILITY:IN$URA CE DATE(MMIDD/YY)
-'
-:.... ..:
.. DEC 13 00
PRDOUCER C
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
SIGERSETH INSURANCE ASSOCIATES I CCN
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
2710 GATEWAY OAKS DR. #115 SOUTH
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
SACRAMENTO CA 95833
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PHONE: 80055 -3400
FAX: 8D0 ,3114144
COMPANIES AFFORDING COVERAGE
I COMPANY
Agency Lic #: 0839077
A CALIBER ONE INDEMNITY CO.
COMPANY
A B M CONSTRUCTION
IL- B
9693 HAZARD AVENUE
_ - - -- - -_ - -- - — --
GARDEN GROVE CA 92840
COMPANY
C
1-COMPANY
D
COVERAGES - - -
- -
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM
OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO
ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
i *a TYPE OF INSURANCE POLICY NUMBER
AOMCr EFDE ) PDATE AMMD UN I LIMITS
oATCIAmxECIINi 1 OAT[MMmeml
LGEN ERAL LIABILITY CGO 0000017 - 01.1957 CO MAR 1 00 MAR 1 01 GENERAL AGGREGATE
2,000,000
X COMMERCIAL GENERAL LIABBJTY f
PRODUCTS- COMP IOP AGG.
$ 2,000,000
CLAIMS MADE rX OCCUR
I �
I I PERSONAL 8 ADV INJURY
3 1,000,000
A'I OWNER'S B CONTRACTORS PROT 1
IrEACH OCCURRENCE
$ 1,000,000
_
FIRE DAMAGE (Any One Fire)
— 50,000
Lsi
F,P(A One PerAnn(
1,OD0
UTOMOBILE LIABILITY
AUTOMOBILE
�—
COMBINED SINGLE LIMIT 1
ANY AUTO
�
AL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
I
P. P..q S
HIRED AUTOS
BODILY INJURY
(Per acoaen0 •S
NON OWNED AUTOS
1 - —
L- -- - --
I PROPERTYDAMAGE �S
4
GARAGE LIABILITY
JAUTO ONLY - EA ACCIDENT S
ANYAUTO
OTHERTHAN AUTO ONLY:
EACH ACCIDENT S
..— _— .__. ._
— _.. -- AGGREGATE i_5._.
EXCESS LIABILITY
EACHOCCURRENCE S
1I UMBRELLA FORM
AGGREGATE E
OTHER THAN UMBRELLA FORM
f
WORKERS COMPENSATION AND
We STATU OTe -
IBA
EMPLOYERS'LIABILITY
_ -- Todd LIMITS
I
EACH ACCIDENT S
THE ! INCL
DISEASE -POL_. LIMIT S
PARTNERS/ EXECUTIVE
NERSI XECU
(OFFICERS ARE EXGL
`DISEASE -EACH EMPLOYEE �S
1OTHER:
DESCRIPTION OF OPE RAT) 0NSILOCATIONSNEHI CLES /SPECIAL ITEMS
SEE SUPPLEMENTAL CERTIFICATE INFORMATION
CERTIFICATE HOLDER;
CANCELLATION.:
5110UL0 ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION GATE THEREOF, THE ISSUING COMPANY WILL MAIL 3O' DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
PO BOX 1768
AUTHORIZED REPRESENTATIVE
NEWPORT BEACH CA 92658 -8915
e,
Attention:
ACORD 25S (1195) -- CerUBcate i! � 14197-------
'.T-
'- :' -' -'� �W+F2LE J- .-SIGERSETH --- - - ^ - --
Dec -13 -00 11:15A
P -03
SUPPLEMENT TOLERTIFICATE OF LIABILI1TINS #14191 DEC 1300
DESCRIPTION OF OPERATIONSILOCATIONS IVEHICLESlSPECIAL ITEMS
RE: WEST NEWPORT SOUND WALL TRANSPARANT PANEL REPLACEMENT. PROJECT MANAGER_ LLOYD DALTON.
CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS ARE NAMED ADDITIONAL INSURED
WITH RESPECT TO WORK PERFORMED PURSUANT TO OR INCIDENTAL TO THIS CONTRACT PERFORM CG2010 10/93. PRIMARY
WORDING APPLIES TO THIS POLICY PER FORM CG2010 10193. CALIBER ONE INDEMNITY COMPANY IS GUARENTEED BY PMA
REINSURANCE CORPORATION RATED A -IX BY AM BEST, PER ENDORSEMENT #2 (ATTAHCED). `10 DAYS NOTICE FOR NON - PAYMENT, 30
DAYS ALL OTHER
14191
CONTINUE FROM PREVIOUS PAGE 001
NT #2
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
This endorsement, effective 411100 at 12:01 A.M. Standard time, forms a part of Policy Number
CGO 0000017.02 issued to California Contractors Network by Caliber One Indemnity Company.
This endorsement modifies insurance provided for under the following:
Commercial General Liability Coverage Form (Occurrence)
PARENTAL GUARANTY ENDORSEMENT
It is agreed that PMA Reinsurance Corporation guarantees the performance of Caliber One Indemnity Company's
obligations under this policy.
PMA Reinsurance Corporation
1735 Market Street, Suite 2800
Dec -13 -00 11:15A
•
ran
POLICY NUMBER: CGO 0000017 -01 -1957 CO COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED- OWNERS, LESSEES OR
CONTRACTORS (Form B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY
SCHEDULE
Name of Person or Organization; CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS,
EMPLOYEES, AND VOLUNTEERS
3300 NEWPORT BLVD.
PO BOX 1768
NEWPORT BEACH CA 92658 -8915
(If no entry appears above. information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of your ongoing operations per-
formed for that insured.
RE: WEST NEWPORT SOUND WALL TRANSPARANT PANEL REPLACEMENT. PROJECT MANAGER:
LLOYD DALTON
PRIMARY INSURANCE:
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE
MAINTAINED BY THE ADDITIONAL INSUREDS SHALL BE EXCESS ONLY AND NOT CONTRIBUTING
WITH THIS INSURANCE.
CG 20 10 1093 Copyright. Insurance Services Office, Inc., 1992
Certificate # 14191
AICNI:II. CERTIFICAT01F INSURANCE 0 DATE 100
PRO
FARMERS
THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Dalatis Insurance Agency
License #0768138
(71,j) 956 -2222 Fa>: ('Lt) 956243-1
eim. CA 92804
791 S. BrookhursL • Anaheim.
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE ._
OM PANY
A FARMERS
INSURED A 3 M CONSTRUCTION
COMPANY
B
AHMAD MUKDAD
9693 HAZARD AVE
COMPANY
GARDEN GROVE, CA 92844
COMPANY
D
COVERAGES,
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
DO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECT NE PEIIPIRATK)M LIMITS
LTR DATE (WAIDDIYYI DATE MONDDIYY)
GENERAL LIABILITY
❑ COMMERCIAL GENERALUABILRY
LAIMS MADE � OCCUR.
GENERAL AGGREGATE
S -
S -
—
PRODUCTS- COMP /OP AGG
PERSONAL 8 ADV. INJURY
$_
g ,
OWNER'S 8 CONTRACTOR'S PROT.
EACH OCCURRENCE
❑
FIRE DAMAGE (Anyone Fire)
MED EXP (Any one person)
$
"
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
§ 1000,000.00
A
ANY AUTO
1505 43 43
10126100
10/26101
_
ALL OWN ED AUTOS
BODILY INJURY
$
❑
SCHEDULED AUTOS
(Per person)
❑
HIRED AUTOS
BODILY INJURY
(Per accident)
$
NON -OWNED AUTOS
PROPERTY DAMAGE
$
❑
..._
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
❑ ANY AUTO
OTHER THAN AUTO ONLY. _
❑
EACH ACCIDENT _ §
—
AGGREGATE $
EACH OCCURRENCE
$
EXCESS UABKRY
UMBRELLA FORM
AGGREGATE
$
OTHER THAN UMBRELLA FORM
STATUTORY LIMITS
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
EACH ACCIDENT
$
DISEASE - POLICY LIMIT
§
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE' EXCL
LLLL11
DISEASE -EACH EMPLOYEE
§
OTHER
DESCRIPTION OF OPERATK )NSMOCATIONSIVEHK:LESISPECULL ITEMS
ADDITONAL INSUREDS: CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES,
AND VOLUNTEERS.
CERTIFICATE HOLM CANCELLATION
CITY OF NEWPORT BEACH SHOULD ANY OF TNG ABOVE WSCRHIEO POLICIES RE CANCIDLEO BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WN1)p�ftrx1'R MAIL
PO BOX 1766 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
NEWPORT BEACH, CA 92658 II
AUTHOROMDA RR�ES1AEN/T�A�TNE
AY ft O 0 »NM\
FPON : )00000000000000000 PHONE NO. : 000000000000400000 DEC. 21 2000 04:10PN P2
ENDORSEMENT
This endorsement is pact of the attached policies. It is effective from the start of this policy term
unless stated below.
(Completed below when added after policy issuance)
Effectivedatell/21 /00 policy No. 1505 ea 43 Endorsement No. 10003
Effective Date OL policy No. Endorsement No.
Named of Insured A k M (.(IATCTRTTrT -rnTT
Additional Premium Included
Effective Daml4 1,;1 6 /g0 Auto Policy No c 505 aZ 4 Endorsement No. 10003
Surety/Insurance Company
Countersigned By
(Authorized Representative)
CONTRACTORS LIABILITY POLICY
ADDITIONAL INSURED
(OWNERS OR CONTRACTORS)
Name of Additional insured: CITY OF NEWPORT BEACH
PRIMARY AND CONTRIBUT.ORY
We agree with YOU that the person of organization shown herein is insured for work performed
by or for YOU for this person or organization. We will also insure the acts or omissions of this
person or organization for general supervision of this work.
The city of Newport Beach, its officers, agents, employees, representatives and volunteers
Should this policy be cancelled prior to expiration,
the issuing company will mail 30 day notice to the
additional insured named above.
ENDORSE/0013Y
ENDORSEMENT
0
This endorsement is part of the attached policies. It is effective from the start of this policy term
unless stated below.
(Completed below when added after policy issuance)
Effectivedate 12/21/01 policy No. 15054343 Endorsement No. 10003
Effective Date GL policy No. Endorsement No.
Namedoflnsured A & M CONSTRUCTION
Additional Premium Included
Effective Date t /� Auto Policy NotFn5A3d Endorsement No. 10003
Surety/Insurance Company
Countersigned By
(Authorized Representative)
CONTRACTORS LIABILITY POLICY
ADDITIONAL INSURED
(OWNERS OR CONTRACTORS)
Name of Additional insured:
We agree with YOU that the person of organization shown herein is insured for work performed
by or for YOU for this person or organization. We will also insure the acts or omissions of this
person or organization for general supervision of this work.
The city of Newport Beach, its officers, agents, employees, representatives and volunteers
Should this policy be cancelled prior to expiration,
the issuing company will mail 30 day notice to the
additional insured named above.
ENDORSE /0013Y
STATE
P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
INSURANCE
FUND
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
DECEMBER 21,
2000 POLICY NUMBER:
CERTIFICATE EXPIRES:
CITY OF NEWPORT BEACH
ATTN: MR. LLOYD DALTON, PROJECT MGR.
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663 JOB: WEST NEWPORT SOUND WALL
TRANSPARENT PANEL
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
AUTHORIZED REPRESENTATIVE
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 81,000,000 PER OCCURRENCE.
MUKDAD, AHMAD
DBA: A 8 M CONSTRUCTION
9693 HAZARD AVENUE
GARDEN GROVE, CA 92844
DEC -26 -00 TUE 09:13 AM FAX N0. P. 14/27
E
S�CAL-SURANC
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: /2 2I 0 DEPARTMENT /CONTACT RECEIVED FROM: Swdy" mlb-'
DATE COMPLETED:_ 44 SENT TO: SHitU�tlH BY:��
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: AAM T UC'- -r101j
GENERAL LIABILITY:
A. INSURANCE COMPANY: IM418fR OME /IJDEM.0 /Tr
B. AM BEST RATING (A VII or greater): jo., vl
C. ADhITMD COMPANY: ( Must be California Admitted) Is company 3 dautted in California? Yes_ No
D. LIMITS: (Must be S 1.000,000 ar greater) What is limit provided? /
—
E. PRODUCTS AN-D COMPLETED OPERATIONS: (Must Include) Is it included'? Yes_ No
F. ADDITIONAL INSL'RDED WORD IN TO INCLUDE: ( The City its officers, agents. officials. employees and
volunteers). L it included'' Yes t/ No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes -No_
H. CAUTION! (Conrum that loss or liability of the Named insured is not limited solely by their negligent.)
Does endorsement include "solely by negligence" wording? Yes No r/
1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b,
certified maiL per Lauren Farley the City, will accept the endeavor wording.
IT. AUTOMOBILE LIABILITY: y
A. INSURANCE COMPkNY: P199Mr9 LCR/UI.'F
B. A'vl BEST RATING (A VII or greater): jit X
C. ADMITTED COMPANY- ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Ycs ✓ No
D. LMv TS: (Must: be S 1.000.000 minitnum BI & PD and $500,000 UM) What is limits provided?
E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers .agents, officials, emplovees and
volunteers). Is it included? Yes ✓ No
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes_ No ✓
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires not iicadon of cancellation b%
certified mail: per Lauren Farlcv the City will accept the endeavor wording.
M. WORKERS COMPENSATION:
A. INSURANCE COMPANY: AjLM
B. AM BEST RATING (A VII or greater)__
C. LIMITS: Statutory
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes_ No_
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No ✓
IF NO, WT-UCH ITEMS NEED TO BE CONIl�LETED? / ND�✓ORlt £1QS' �oAIPENSATIDAJ
CITY OF NEWPftT BEACH • O��EWPOR
CONTRACT CHANGE ORDER
u s
a
c1ciaoaN`�
CONTRACT NO. 3358
PROJECT TITLE: West Newport Sound Wall Transparent Panel Replacement CHANGE ORDER: 1
CONTRACTOR: A &M Construction PAGE: 1 OF 1
ENCUMBRANCE NO .t xxx CCO SUMMARY COST: 60,829.26
ORIGINAL CONTRACT: $126,768.00 CCO TOTAL IN % 47.98%
COMPLETION DATE: 60 consecutive working days
CHANGE REQUESTED BY: City of Newport Beach CO. TYPE: unit price
DESCRIPTION: additional panel replacement
are
and
Add panel replacement such that all 404 polycarbonate panels are replaced.
Use bid unit price of $13.737412 per sq. ft. for additional panel replacement.
This change order was authorized by the City Council on Nov. 14, 2000.
I INCREASE (DECREASE t
60,829.26
IN CONTRACT TIME 0 WORKING DAYS NET CHANGE $ 60,829.26
contractor, have given careful consideration to the change proposed and nereoy agree,
is approved, that we will provide all equipment, furnish all material, except as may otherwise be noted above, and
perform all services necessary for the above specified work, including field and home office expense and will accept
as full payment therefore the prices shown above.
ACCEPTED, DATE: l)� L, �( GG'U CONTRACTOR: A &M Construction
\ r
BY: Lv y � 7 TITLE: L Lti N X12 --
APPROVAL RECOMMENDED: DATE : A lgLt/
PRO ,J& MANAGER
APPROVED: DATE : ! X o ✓ ✓O L�^��
C WORKS DIRECTOR
CITY OF NEWPORT BEACH P0
CONTRACT CHANGE ORDER o4 10
U � Z
C"aC /F00.HP
CONTRACT NO. 3358
PROJECT TITLE: West Newport Sound Wall Transparent Panel Replacement CHANGE ORDER: 1
CONTRACTOR: A &M Construction PAGE: 1 OF 1
ENCUMBRANCE NO.: xxx CCO SUMMARY COST: 60,829.26
ORIGINAL CONTRACT: $126,768.00 CCO TOTAL IN O/o 47.98%
COMPLETION DATE: 60 consecutive working days
CHANGE REQUESTED BY: City of Newport Beach CO. TYPE: unit price
DESCRIPTION: additional panel replacement
are
INCREASE (DECREASE I
Add panel replacement such that all 404 polycarbonate panels are replaced. I 60,829.26
ft
Use bid unit price of $13.737412 per sq. . for additional panel replacement.
This change order was authorized by the City Council on Nov. 14, 2000.
IN CONTRACT TIME 0 WORKING DAYS NET CHANGE $ 60,829.26
contractor, have given careful consideration to the change proposed and hereby agree, it this
is approved, that we will provide all equipment, furnish all material, except as may otherwise be noted above, and
perform all services necessary for the above specified work, including field and home office expense and will accept
as full payment therefore the prices shown above.
ACCEPTED, DATE:
BY:
APPROVAL RECOMMENDED:
APPROVED:
CONTRACTOR: A &M Construction
TITLE:
a DIRECTOR
DATE: ! x o ✓ X50 L,0 %v
•
•
PR1of1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The 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 Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 3358 in accordance with the Special Provisions,
and will take in full payment therefore the following unit prices for the work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT l OI AL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilize
@ \01O0Q — Dollars
and
Cents
Per Lump Sum
2. 8500 S.F. Remove and replace transparent
panels in sound wall
@ Dollars
and
Cents
Per Square Foot
3. Lump Sum Provide ten -year warranty
@ _Dollars
and
Cents
Per Lump Sum
0 0
PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
TOTAL PRICE IN WRITTEN WORDS
O0a
and _Cents
()G�0�w,;a 5\ , Q-000
Date —tom S
- 1�4- 9tS- I�Lt,3/� • -1 \q-
Bidder's Telephone and Fax Numbers
- ls^(aa� A b
Bidder's License No(s).
and Classification(s)
ki b&x,)D" bollars
�X-T�C �ltyHT
$ M(-0, -:A �6 --
Total Price (Figures)
C-0 r� 6�4- kcq -k 6
- �r -�MA-O � • c�t�n�r�
,-, Bidder
Bidder's Authonzed Signature and Title
9Lq5 V�-A (J-AY�4D A f a� hE5�
Bidder's Address Pik 7254,{-
f: \usem\pbw\shared\contracts \fy 00 -01 \west newport sound wall glass replacement c- 3358 \lproposal c- 3358.doc
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2 SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE
SECTION 3 CHANGES IN WORK
3 -3 EXTRA WORK
3 -2.2 Payment
3 -3.2.3 Markup
SECTION 4 CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing
SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7 TIME OF COMPLETION
6 -7.1 General
6 -7.2 Working Days
6 -7.4 Working Hours
SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access
1
1
1
1
1
1
2
2
2
2
2
2
3
3
3
3
3
3
3
3
3
3
0 0
7 -10.2
Storage of Equipment and Materials in Public Streets
3
7 -10.4
Public Safety
4
7- 10.4.1
Safety Orders
4
7 -10.5
"No Parking" Signs
4
7 -15
CONTRACTOR LICENSES
4
SECTION 9
MEASUREMENT AND PAYMENT
4
9 -3
PAYMENT
4
9 -3.1
General
4
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 215 -1
SOUNDS WALL PANELS
5
215 -1
GENERAL
5
215 -1.1
Transparent Panels
5
215 -1.2
Gaskets
5
215 -1.3
Warranty
5
PART 3 - -- CONSTRUCTION METHODS
SECTION 300 EARTHWORK
5
300 -1
CLEARING AND GRUBBING
5
300 -1.5
Solid Waste Diversion
5
SECTION 313
SOUND WALL PANELS
6
313.1
Removals
6
313.2
Cutting to Size
6
313.3
Handling
6
313.4
Glazing
6
313.5
Cleaning
6
0 9
SP 1 OF 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
WEST NEWPORT SOUND WALL TRANSPARENT PANEL REPLACEMENT
CONTRACT NO. 3358 (rev)
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans (none); (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction, (1994 edition)
including Supplements;. and (4) Standard Specifications for Public Works Construction
(1997 edition), including supplements. Copies of the Standard Special Provisions and
Standard Drawings may be purchased at the Public Works Department. Copies of the
Standard Specifications may be purchased from Building News, Inc., 3055 Overland
Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of removing and replacing transparent panels from sound walls
adjacent to Pacific Coast Highway. The work shall commence at 58`" Street Park and
proceed westerly as directed by the Engineer to terminate when project funds are
exhausted."
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
SP20F6
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material 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 Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 6 - -- PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section,
"No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has
been issued by the Engineer.
The term "work' as used herein shall include removals, adjustments and replacement of
the transparent panels."
SP3OF6
6 -7 TIME OF COMPLETION.
6 -7.1 General. Add to this section, "The Contractor shall complete all work under
the Contract within 60 consecutive working days from the date of the "Notice to
Proceed ". It will be the Contractor's responsibility to ensure the availability of all
material prior to the start of work. Unavailability of material will not be sufficient reason
to grant the Contractor an extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st,
the third Monday in February (President's Day), the last Monday in May (Memorial Day),
July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day),
the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If
January 1st, July 4th, November 11th or December 25th falls on a Sunday, the
following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m.
Monday through Thursday and 7:00 a.m. to 3:30 p.m. on Fridays.
Should the Contractor elect to work later than 4:30 p.m. on weekdays (3:30 p.m. on
Fridays) or between 8:00 a.m. and 6:00 p.m. on Saturdays, he must first obtain special
permission from the Engineer. A request for working during any of these hours must be
made at least 72 hours in advance of the desired time period. A separate request must
be made for each work shift. The Engineer reserves the right to deny any or all such
requests. Additionally, the Contractor shall pay for supplemental inspection costs of
$50.00 per hour when such time periods are approved.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7-8 PROJECT SITE MAINTENANCE.
7-8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor
elects to use the City's water, he shall arrange for a meter and tender a $750 meter
deposit with the City. Upon return of the meter to the City, the deposit will be returned
to the Contractor, less a quantity charge for water usage and repair charges for damage
to the meter."
7 -10 PUBLIC CONVENIENCE AND SAFETY.
7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide for
traffic control and access in accordance with Section 7 -10 of the Standard
Specifications and the Work Area Traffic Control Handbook (WATCH), also published
by Building News, Inc."
,
SP4OF6
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials shall not be stored in streets,
or sidewalk areas. Portions of the public parking lots located along Seashore Drive
may be used for such purposes, subject to the Engineer's prior written approval."
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during 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.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least forty -eight hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least
forty -eight hours in advance of the need for enforcement. The signs shall (1) be made
of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches
high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign
Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Engineering Contractor A License,
General Building Contractor B License, or a Specialty Glazing Contractor C -17 License.
At the start of work and until completion of work, the Contractor shall possess a
Business License issued by the City of Newport Beach.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the work in place and no other compensation will be allowed thereafter. Payment for
0
SP5OF6
incidental items of work not separately listed shall be included in the prices shown for
the other related items of work."
PART 2
CONSTRUCTION MATERIALS
SECTION 215 -- -SOUND WALL PANELS
215 -1 GENERAL
215 -1.1 Transparent Panels. Transparent sound wall panels shall be fabricated
from 1/2-inch nominal thickness polycarbonate or acrylic sheet.
Polycarbonate sheet shall be Lexan MR10 with Margard II coating as manufactured by
General Electric Company or another manufacturer's polycarbonate sheet having
equivalent or better impact resistance, loss of light transmission, coating failure,
yellowing, tensile strength, flexural strength, modulus of elasticity, and abrasion
characteristics than Lexan MR10 with Margard II coating.
Acrylic sheet shall be Acrylite 237 as manufactured by CYRO Industries or another
manufacturer's acrylic sheet having equivalent or better impact resistance, loss of light
transmission, yellowing, tensile strength, flexural strength, modulus of elasticity, and
abrasion characteristics than Acrylite 237.
If the Contractor desires to use another manufacturer's sheet, he shall submit each of
the manufacturer's specifications concerning equivalent or better sheet characteristics
to the Engineer for the Engineer's approval prior to ordering the sheet. The Engineer
shall be the sole judge as to whether the other manufacturer's sheet complies with what
has been specified herein.
215 -1.2 Gaskets and sealants. Gasket and sealant materials shall be compatible
for use with the Contractor's sheet material. The Contractor shall submit the sheet
manufacturer's written specifications concerning gasket and sealant materials to the
Engineer for approval prior to ordering the materials.
215 -1.3 Warranty. Panels shall be warranted in writing by their manufacturer
against coating failure (when polycarbonate sheet is used), haze, yellowing and loss of
more than seven percent light transmission for at least ten years subsequent to the
Engineer's acceptance of the installation. Said warranty shall provide for complete
replacement of failed panels without cost to the City for materials and shall bear an
original signature of the panel manufacturer's authorized representative. The warranty
shall be submitted to the Engineer prior to payment being made for the project.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
SP6O1`6
300 -1 Clearing and Grubbing.
300 -1.5 Solid Waste Diversion. Existing polycarbonate panels generated from the
job site shall be disposed of at a facility that crushes such materials for reuse.
The Contractor shall maintain a record of solid wastes disposed of at a sanitary landfill.
The Contractor shall report said tonnage monthly to the Engineer on a form provided by
the Engineer.
SECTION 313 -- -SOUND WALL PANELS
313 -1 Removals. The Contractor shall remove existing polycarbonate panels gaskets,
sealant, dirt, smog and foreign matter from posts and sills prior to installing new panels.
313 -2 Cutting to Size. The Contractor shall cut new panels to fit field dimensions of the
existing sound wall, allowing adequate space for thermal expansion of the panels per the
manufacture's written specifications.
313 -3 Handling. The Contractor shall handle sheet materials in a manner that will not
mar or damage the panels in any manner. Damaged panels shall be replaced at the
Contractor's sole expense prior to acceptance of the project.
313-4 Glazing. The Contractor shall glaze panels to posts and sills with gaskets and
sealants that are properly sized to secure the panels to their post and sill frames. The
Contractor shall provide all intended fasteners needed to properly reinstall post caps.
313 -5 Cleaning. Upon completion of installation, the Contractor shall clean both sides
of the panels per the panel manufacturers written instructions.
4ty of Newport Beach
BUDGET AMENDMENT
2000 -01
NO. BA- 013
AMOUNT: Eso,000.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
�X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No e.fect.on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
from additional estimated revenues NOV J Q
from unappropriated fund balance
EXPLANATION: APPROVE)
This budget amendment is requested to provide for the following:
To appropriate $80,000 from the Gas Tax Fund.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
180 3605
REVENUE ESTIMATES (360 1)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
General Fund Balance
Description
0
Signed:
Director
Signed: •
V�
inistrative Appro : City anager
Signed: 1+�
ley Council Ap� irk_ V
Debit Credit
$80,000.00 '
Automut/c
$80,000.00
// - -ao- oc)
Date
11120 OD
D
\— ?Jo
Date
Description
Division
Number
7181 Gas Tax
Account
Number
C5100563 West Newport Sound Wall Replacement
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
0
Signed:
Director
Signed: •
V�
inistrative Appro : City anager
Signed: 1+�
ley Council Ap� irk_ V
Debit Credit
$80,000.00 '
Automut/c
$80,000.00
// - -ao- oc)
Date
11120 OD
D
\— ?Jo
Date
•
Sl'f OMUArl- LA r14VS
TO: Mayor and Members of the City Council
FROM: Public Works Department
November 14, 2000
CITY COUNCIL AGENDA
ITEM NO. 14
SUBJECT: WEST NEWPORT SOUND WALL TRANSPARENT PANEL
REPLACEMENT —AWARD OF CONTRACT NO. 3358
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize a $35,000.00 appropriation from the Gas Tax Fund to Account No.
7181- C5100563.
3. Award Contract No. 3358 to A & M Construction for the Total Bid Price of
$126,768.00, and authorize the Mayor and the City Clerk to execute the
contract.
4. Establish an amount of $8,232.00 to cover the cost of unforeseen work.
DISCUSSION:
Due to ultraviolet degradation, the 11 -year old polycarbonate panels in the west
Newport sound wall have become opaque. (See attached exhibit for location.)
This project provides for replacing approximately two- thirds of the panels. The new
panels will be made of an acrylic that is much more resistant to sunlight and is
formulated specifically for use in sound walls. The panels will be guaranteed by their
manufacturer against noticeable ultraviolet degradation for at least 10 years.
At 11 A.M on October 31, 2000, the City Clerk opened and read the following bids for
this project:
BIDDER
Low A & M Construction
2 Hare Enterprises, Inc.
3 Metro Builders
TOTAL BID AMOUNT
$126,768.00
$155,454.28'
$165,295.00
"Corrected Total Bid Amount is $200,454.28
E
E
Subject: West Newport Sound Wall Transparent Panel Replacement — Award of Contract No. 3356
November 14, 2000
Page: 2
The low total bid amount is approximately 27 percent above the Engineer's Estimate
of $100,000. Staff recommends that $35,000 be appropriated from the Gas Tax
Fund to provide for award of contract and for unforeseen work.
A & M Construction has not performed previous contract work for the City; however, a
check with references and the Contractors State License Board indicates that A & M
has successfully completed wall projects for other Southern California public
agencies and has no pending actions detrimental to their contractor's license.
The specifications were prepared Public Works Staff. The contract provides that all
work must be completed within 60 consecutive working days after the notice to proceed
is issued.
Sufficient funds to award the contract are available in the following accounts:
Account Description Account Number Amount
West Coast Highway Sound Wall Replacement 7023- C5100563 $40,000.00
West Coast Highway Sound Wall Replacement 7181- C5100563 $95,000.00
Funds for replacing the remaining opaque polycarbonate panels will be requested in
a future budget year.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
. , ,'b .
Design Engineer
Attachment: Project Location Exhibit
Bid Summary
F-
z
w
w
O
Q
2
MENIS
1S�
Ilya„
D O,yL
�y
15�
i
1531
15 �7
C
O
1s
O,y2
9
1s
{�3
1S I
� 1S
15
�sS
15 4Z O9
OS
15 /
17�
V
r . ;
; V�"
P
0
J
O
a
OV
F
rZ
U W
W �
ma
f-
a
z
a� LLI
H
W Y
Z
O
W 3:
O U
V m
a
qw
o �
0 oQ
Y
O
C? Y
s V
N
? W
U � 2
� V
U
Z w
OQ
Q
U
O
J
0
m
m
3
� w
O H
N Q
L � W
O ..
3 Q
Z Z W Q
U w H
mw w
w Z Z
= O Z o
r-Uw a
N
O
a
H
n
3
c
0
E
Q
9
O
F-
d
V
a
u
s
0
*V of Newport Beach
BUDGET AMENDMENT
2000 -01
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
• NO. BA- 013
AMOUNT: S3s,000.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To aoorooriate $35.000 from the Gas Tax Fund.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
180 3605
REVENUE ESTIMATES (360 1)
Fund /Division Account
EXPENDITUREAPPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division Number
Account Number
Division Number
Account Number
Signed:
Signed:
Administrative
Description
General Fund Balance
Description
Description
7181 Gas Tax
C5100563 West Newport Sound Wall Replacement
Administrative
City Manager
Signed:
City Council Approval: City Clerk
Amount
Debit Credit
$35,000.00
$35,000.00
Aulom tfc
Director Date
O
to
Date
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
December 6, 2000
Hare Enterprises, Inc.
2910 Seaboard Lane
Long Beach, CA 90805
Gentlemen:
Thank you for your courtesy in submitting a bid for the West Newport Sound Wall
Transparent Panel Replacement (Contract No. 3358) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely, }�
Leilani I. Brown
Deputy City Clerk
3300 Newport Boulevard, Newport Beach
,
9 0
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 3360
• . • �
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond Is $ 7346.00 .
being at the rate of $ 20.00 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to A.D. General Engineering Construction, Inc., hereinafter designated as
the 'Principal, a contract for construction of JAMBOREE ROAD ZONE III WATER MAIN
REPLACEMENT PROJECT, CAMELBACK STREET TO UNIVERSITY DRIVE, Contract No.
3360 In the City of Newport Beach, In strict conformity with the plans, drawings, specifications,
and other Contract Documents maintained in the Public Works Department of the City of Newport
Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute Contract No. 3360 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and injamity Qmrg rf CIA' ifrmiia
, duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport
Beach, in the sum of two hundred sixty -seven thousand, three hundred eleven and 001100
Dollars (:267,311.00), lawful money of the United Stales of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Pdnclpal, or the Principal's
heirs, executors, administrators, successors, or assigns, fall to abide by, and well and truly keep
and perform any or all the work, Covenants, Conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on Its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified In this Bond; otherwise this obligation shall
become null and vold,
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
December 6, 2000
Metro Builders & Engineers Group Ltd.
2610 Avon Street, Suite A
Newport Beach, CA 92663
Gentlemen:
Thank you for your courtesy in submitting a bid for the West Newport Sound Wall
Transparent Panel Replacement (Contract No. 3358) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
Leilani I. Brown
Deputy City Clerk
3300 Newport Boulevard, Newport Beach