HomeMy WebLinkAboutC-2372 - Buffalo Hills Park RefurbishmentCITY OF NEWPORT BEACH
P.U. BOX 1768, NEWPORT BEACH, CA 92663 3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
PARKS, BEACHES AND RECREATION DEPT. /JACK BROOKS
i
FROM: CITY CLERK
DATE: March 22, 1983
SUBJECT: Contract No. C -2372
Description of Contract Buffalo Hills Park Athletic Field
Effective date of Contract March 21, 1983
Authorized by Minute Action, approved on February 28, 1983
Contract with Ian -Co
Address 12814 Foothill Blvd.
Etiwanda, CA 91739
Amount of Contract $25,943.00
kw.t� C •
Wanda E. Andersen
City Clerk
WEA:lr
attach.
3300 Newport Boulevard, Newport Beach
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663, until 10:30
a.m. on the _8th _ day of 1983 at which time such
Ms— shall b_e opened and readfor
BUFFALO HILLS PARK
ATHLETIC FIELD RENOVATION
Title of Project
9379
Contract No.
_�g-nnn r____i___
. upe rintendent s Estimate
141
t
hZl— / FOR
I=
Approved by the 'City Council
this day of
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Parks, Beaches and Recreation Department, 3300
Newport Boulevard, Newport Beach, CA 92663.
For further information, call Jack Brooks at 640 -2275.
Park Superinten ent
PR la
• CITY OF NEWPORT BEACH •
PARKS, BEACHES AND RECREATION DEPARTMENT
PROPOSAL
2372
Contract No.
To the Honorable City Council
City of Newport Beach
3300 Newport Blvd.
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work,
has read the Instruction to Bidders, has examined the Plans and Special Provisions,
and hereby proposes to furnish all materials and do all the work required to
complete this Contract No. 2372 in accordance with the Plans and Special Provisions,
and will take in full payment therefor the following unit prices for the work,
complete in place, to wit:
IIEM QUANT11Y ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Clearing and grubbing
@ One Thousand Dollars
and
No Cents $ 1,000.00 $ 1,000.00
2. Lump Sum Excavation and site
rough grading
Five thousand six
@ Hundred forty three Dollars
and
No Cents $5,643.00 $ 5,643.00
3. Lump Sum Install Drainage
Lines
Six thousand three
@ hundred Dollars
and
No Cents $6,300.00 $6,300.00
0
PR lb
IIEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Place, amend and finish grade
topping sand (sand furnished
by others) per plan
@ Thirteen thousand Dollars
No
and
cents $ 13,000.00 $13,000.00
TOTAL PRICE WRITTEN IN WORDS:
Twenty five thousand nine hundred forty three Dollars
and
No Cents $25,943.00
Contractor's License No. 357442 Ian -Co.
(Bidder's Name)
Date 2/8/83
(Authorized Signature /Title)
Bidder's Address 12814 Foothill Blvd., Etiwanda, CA. 91739
Bidder's Telephone No. (714) 899 2477
CITY OF NEWPORT BEACH
DEPT. OF PARKS, BEACHES & RECREATIONS
SPECIAL PROVISIONS
BUFFALO HILLS PARK
ATHLETIC FIELD RENOVATION
C -2372
I. SCOPE OF WORK
SP 1 of 1
The work to be done under this contract involves renovation of an existing
athletic field facility in Buffalo Hills Park. Items of work include clearing
and grubbing, excavation and rough grading, installation of drainage lines,
placement and amendment of topping sand and finish grading.
This contract requires the completion of work in accordance with these Special
Provisions; the Plans (P- 5108 -S); the Standard Special Provisions and Standard
Drawings for Public Works Construction, 198Z Edition; and the Standard-
an ar
peci lcations for Public ors onstruction, 19Y2 Edition herein —T a er referr-
ed to as the Standard Specifications. Copies of the Standard Specifications
may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
CA 90034. Copies of the City's Standard Special Provisions and Standard
Drawings my be purchased for $5 from the Public Works Department.
II. BASIS OF AWARD
The bidder's attention is directed to the provisions of Section 2 -1 of the
Standard Special Provisions for requirements and conditions concerning award
and execution of the contract.
III. COMPLETION OF WORK
The work to be done under this contract shall be completed within 50 calendar
days from the date the City awards the contract.
IV. PAYMENT
The unit or lump sum price for items of work shown in the proposal shall be
full compensation for labor, equipment, materials and all other things
necessary to complete the work. Incidental items of work not separately
described in the proposal shall be included in the unit price bid for the
various items of work.
V. WATER
Water for this work shall be provided free of charge by the City. The Contrac-
tor shall make his own provisions for water supply and application, and shall
contact the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221
to arrange for water service connections.
INSTRUCTIONS TO BIDDERS
Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy 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 or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. 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 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
Contr's Lic. No. 8 Classification Biddder (� j
AGM AK_
Date Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
12.
Bidder
J&k 'f 11K-lttic'iAcI. Ctad ^rf
Authorized Signature /Title
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
rayC v
That we, Ian -Co. , as bidder,
and Covenant Mutual Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the total amount of the bid in---- - - - - -- Dollars ($ 10% ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Athletic Field Renovation - Buffalo Hills Park 2372
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
FeIN WITNESS WHEREOF, we hereunto set our hands and seals this 8th day
Of hruary , 19 83
Ian- Co.
(Attach acknowledgement of
Attor ey -in -Fact)
Authorized Signature /Title
Notary Public
t Mutdal`Insurance
1 Commission expires 4/27/84 Sure
n
Title Attorney gn -Fact
m
/q In Ort G V
m� `L 5 t o
OM N `
T XA 0 A mOC� V O
%A ry Xq ; •'� Z
r J
N 'U ' XA
p wp XL w XA
m • Y
m 1y Xf mr �A
O G G m
wm Xq GO
9 J G O 'A
19A ` o o
j O
r s'A
s
\ „ 7m E7 wp ®96
\ T q Xf s
G
A�
Dy As ;' f
0 o 0
o i
wo
A p p wq 3
o do qA •13
Ov
Fi O J l n S
TUq
c
m o0
+ CA of X
A
o o c y t
m .
V. U o o
i
O A
mJq
�q E mss
U o o
X
WO
O
i Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent -the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the, facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this yti day of
19-d3.
My commission expires:
OFFICIAL SEAL
CCN'a!E L. JOHNSON
.
.;C CALIFORNIA
' %aEO M
8X; J...: ": A,;, CO COUNTY
My Ccmmissicn E.Pucs August 16. 1965
Bidder
40"k f� A 6 '1%1-'f bb- F`cQ, ti�-C '_
Authorized Signature /Title
c'
E1"1.1 (.• ,-- /�i/�t -.2 C"L_
f✓40 t ry Public
Page b
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
ti• -I`e.
Bidder
Authorized Signature /Title
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1982 City of Newport Beach Lloyd Dalton
1982 Cal -Trans George Chale (213) 331 6467
1983 Southern Pacific Ed Levine (415) 541 1114
uiaaer
Authorized Signature /Title
CO)NANT &IUTUAL' INSURANCE COMRNY
cut
Hartford, Connecti
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereoy
make, constitute and appoint Arthur J. Clement, Jr.
its true and lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds- undertakings, recog.
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizance$, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions Of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or •without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent: and any such bond, undertaking, recognizance,
consentof surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written ohligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
f'
Attest: it �
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
ev 0_�Q2 "
Vice Presidp,•dt d
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the rat affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority.
IfX ?: oTA y, - tN.cw{_ w�T2C
Nw." o'ic
`• `�: d } : ^ ; (, I My commission expires March 31, 1973
CERTIFICATION
1, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above- quoted provir,ons of Section 12 of me by -laws and :he resolutions of :he
Board of Directors of March 12, 1973 have not been abridged or revoked anC are now in full force and eitect.
Sianed and sealed at Hartford. Connecticut, this 8th day of February 19 83
tiJSiS[1!1i Secrer3%Y�
i • -Page 9
PAYMENT BOND Bond No: 015703
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to Ian -Co
hereinafter designated as the "Principal ", a contract for Athletic Field Renovation -
Ruffalo Nillc Park Contract Nn: 2,172
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Ian -Co
as Principal, and Covenant Mutual Insurance Company
_r /n Sniith Coact Surety General Agency Inc. 141 S. Lake Ave. #110, Pasadena, Ca 91101
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Twelve thousand nine hundred seventy one & 50/100 - - - - -- Dollars ($ 12,971.50
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
• • Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
-extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 17j+ day of March 19-83_.
Approved as to form:
ty Attorney
(Seal)
ame 45T Contractor Principal
Authorized Signature and Title
Authorized Signature and Title
(Seal)
ame of Surety
c/o South Coast Surety General Agency Inc.
141 S lake Ave -:� gl]n DAQA[Iana U 913M
Arthur J. Client Jr. At*hey In -Fact
5 OT Aaen
1'31*1 702
e hone o. of Agent
d
E
s
T
c
N
d
a
E
d
O
M
P
r
V
s
m
T
-q0
w �
a
q O�
•� c
0
U�
w O
0
� J
'0 O
vi U
c
Al
�0
G � w
a o s
m
w
C L w y
i M 3 c
d
+ s
V m •� q
LL q +
- d q
T C C
d O
O
oo Q m
o o o
Qo a
L O
•t J y m
A d +y O
w L C
u•
q
U C O m
O O y
v,n m 3
c m u
N c
w
0-0
2 + ou
+ + u
d o + C
E o• c '-
T O o E
T
a o °
.d a�
D T O d
s qU
3 E
o
3 U
T
c m O O
E N •7
q
- _ ,f..,
a
d
0
2
v
6�
- tV
� a
" W
ll -.
\ F
6
r • Page 11
FAITHFUL PERFORMANCE BOND Bond No: 015703
Prue. Aiat: $311.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for Athletic Field
Renovation - Buffalo Hills Park Contract No: 2372
in the City of Newport Beach, in strict conformity with the.Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
as Principal, and Covenant Mutual Insurance Company
c(o South Coast Surety General Agency Inc. 141 S. Lake Ave. #110, Pasadena, CA 91101
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Twenty five thousand nine hundred forty three b no /100 - - -- Dollars ($25,943.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect.its obligations on this bond, and it does hereby waive notice
s
` ! Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 17th day of MvCh 19 83
Appro ed as to form:
City Attorney
Ian-Cc (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
Covenant Mutual insurance Cwag (Seal}
Name of Surety
c/o South Coast Surety General Agency Inc.
141 S. Lake Ave. /110
Same As Above
Address of Agent
_ (213 )793 -7124
Telephone No. of Agent
(
|
GI
ol
k
#
)77(
>
$$ }7
\) \/
CCL
+0 0-
}/\\
2 §0
0.
\ }/\
%X
\ \k
}ƒ1ƒ
±o0
§0
CL
pro
;o0
} \ }�
!
�
: . ®!
- \\|
rl
}/
ƒ
)}
6
k0
k
#
)77(
>
$$ }7
\) \/
CCL
+0 0-
}/\\
2 §0
0.
\ }/\
%X
\ \k
}ƒ1ƒ
±o0
§0
CL
pro
;o0
} \ }�
!
�
: . ®!
- \\|
Cf.R1 it 1CA fE OF ;n'SU r. %„CE Page 13
�.., +., •ten �� ... .. T—
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
ietttery A SELECT INSURANCE COMPANY
ry B AMERICAN EXCESS
ry C ALLIANZ INSURANCE COMPANY
ny D
r
ny E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the exp' ation date thereof, the Insurance Company affording coverage
all rov d days' advance notice to the City of Newport Beach by
,r� Agis1Wattention: Public Works Department.
By: f Agency: BUTLER, CHRISTIAN & DUNN, IN
Authorize Representative $3��
BUFFALO HILLS PARK - ATHLETIC FIELD RENOVATION ate Issued —
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
CONTRACT NO. 2372
J(P roject Title and Contract Number(
NOTICE: This certificate or verification of insurance is not an insurance policy and not
arend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requi reir.ent, tenn, or condition of any contract or other docu-ent with
respect to which this certificate or verification of insurance :nay be issued or r.ay
pertain, the insurance afforded by the policies described .erein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsarents,
FF
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
g. ro ucts/
LETTER
COVERAGE REQUIRED
No.
Date
Each Completed
Occurrence Operations
A
GENERAL LIABILITY
X Comprehensive Form
x Premises - Operations
x Explosion & Collapse Hazard
GA 50
9916
2/19/
Bodily Injury
4
Property Damage
$
$
$ V
$
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
z Contractual Insurance
Damage Combined
$ 500
$ 500
x Broad Form Property Damage
x Independent Contractors
Personal Injury
$ 500
x Personal Injury
Marine
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
GA 50
2/19
Bodily Injury
84Each Person
$
A
Q Owned
9916
$
bodily injury
Each Occurrence
Hired
Pro ert Oar.aae
S
Non -owned
o i y Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
® Umbrella Form
ULP
2/191
48odily Injury
B
❑ Other than Umbrella Form
5893
and Property
Damage Combined
$1,000
51,000
C
WORKERS' COMPENSATION
and
— EMPLOYER'S LIABILITY
4CP30
831
2/13/
Sta into ry
1
2 ,000
ac
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the exp' ation date thereof, the Insurance Company affording coverage
all rov d days' advance notice to the City of Newport Beach by
,r� Agis1Wattention: Public Works Department.
By: f Agency: BUTLER, CHRISTIAN & DUNN, IN
Authorize Representative $3��
BUFFALO HILLS PARK - ATHLETIC FIELD RENOVATION ate Issued —
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
CONTRACT NO. 2372
J(P roject Title and Contract Number(
NOTICE: This certificate or verification of insurance is not an insurance policy and not
arend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requi reir.ent, tenn, or condition of any contract or other docu-ent with
respect to which this certificate or verification of insurance :nay be issued or r.ay
pertain, the insurance afforded by the policies described .erein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsarents,
FF
I
0
It is agreed that:
•
CITY Of NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
Page 14
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( )0 Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
ch occurrence
s ;nn,non each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: f I P R�ATH_LETIC FIELD RENOVATION - CONTRACT #2372
Prg7ect Tit e al nd Contract o.
This endorsement is effective 3/18/83 at 12:01 A.M. an orms a part of
Policy No.GA 509 99 16 /Y /1 I r /
Named Insured
DBA: IAN -CO
Name of Insurance Company
_SELECT CU LEI , CHRISTIAN & DUNN, INC
By�_
Authorized Representative
i Page 16
CONTRACT
THIS AGREEMENT, entered into this 21 day of March , 19 83
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
, hereinafter "Contractor," is made with
reference to the following facts: .
(a) City has heretofore advertised for bids for the following
described public work:
Renovation - Buffalo Hill's Park 2372
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Renovation - Buffalo Hills Park 2372.
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of
Twenty five thousand nine hundred forty three and no /100 cents 25.943.00 }.
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 obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Page 17
Iv
(f) Plans and Special Provisions for
Renovation - Buffalo Hills Park 2372
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
City Clerk
APPROVED AS TO FORM:
444
My Attorney
CITY OF NEWPORT BEACH
By
or
Contractor
By A&tI- t tt nT�
Its —l;,Lt4k
By
Its
CITY
CONTRACTOR
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663, until 10:30
a _ on the �8th day of . F , 1983 at which time such
bids shall be opened and read tor
BUFFALO HILLS PARK
ATHLETIC FIELD RENOVATION
Title of Project
2372
Contract No.
uperintendent s Estimate
0
00 1V
irw
c �.P
�c►1:0
Approved by the ity Council
thhiiiss %r day of 4,, s. 1987.
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Parks, Beaches and Recreation Department, 3300
Newport Boulevard, Newport Beach, CA 92663.
For further information, call Jack Brooks at 640 -2275.
Park uperinten ent
0
CITY OF NEWPORT BEACH
0
PARKS, BEACHES AND RECREATION DEPARTMENT
PROPOSAL
2372
Contract No.
To the Honorable City Council
City of Newport Beach
3300 Newport Blvd.
Newport Beach, California 92663
Gentlemen:
PR la
The undersigned declares that he has carefully examined the location of the work,
has read the Instruction to Bidders, has examined the Plans and Special Provisions,
and hereby proposes to furnish all materials and do all the work required to
complete this Contract No. 2372 in accordance with the Plans and Special Provisions,
and will take in full payment therefor the following unit prices for the work,
complete in place, to wit:
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Clearing and grubbing
@F. Gic�,•�t, Dollars
and
Cents
2. Lump Sum Excavation and site
rough grading
@ F�:.FS Yttiaasy o lars
and
t•,, Cents
3. Lump Sum Install Drainage
Lines
Dollars
and
w Cents
$ ' cc, $ U�a xc�
PR lb
ITEM QUANTITY ITEM DESCRIPTION UNIT —110717-
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum
Place, amend and finish grade
topping sand (sand furnished
by others) per plan
Dollars
and
cents
TOTAL PRICE WRITTEN IN WORDS:
�, >r 4ioF 4ac r.: wA ►�auf l v �.�1� tckx�� C.�esr Do lars
and
Cents
$ cfe .tc, $ L� cc,
$ 25,41l3eOr,
Contractor's License No. -rl Q Cc,-
(Bidder's Name)l�
Date 2 "� ` �%u�.l�R C o Q �
(Authorized Signature /Title)
Bidder's
Address
Bidder's
Telephone
No. 14)
0
INSTRUCTIONS TO BIDDERS
0 Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy 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 or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. 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 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
Contr's Lic. No. & Classification Bidder
Date ��� � Authorized Signature/Title C ��
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies
subcontractor(s) in making
will be used for the work
Engineer and in accordance
No change of subcontractor
Engineer.and as provided b,
Item of Work
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Page 3
that he has used bid(s) of the following listed
up his bid,and that the subcontractor(s) listed
for which they bid, subject to the approval of the
with the applicable provisions of the Specifications.
may be made except with the prior approval of the
Y State law.
Subcontractor
Address
Bidder
Authorized Signature /Title
• i
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, Ian -Co. , as bidder,
and Covenant Mutual Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the total amount of the bid in---- - - - - -- Dollars ($ 10% )
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Athletic Field Renovation - Buffalo Hills Park 2372
e
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 8th day
Of _February , 19 83
Ian- Co.
Bidder
(Attach acknowledgement of
Attor ey -in -Fact) ,R
ems- Authorized Signature /Title
Notary Public
Covenant Mut (al'Insurance
Commission expires 4/27/84 Surety
MV6F1U1 V. `V 1GI IIG 11
Title Attorney n -Fact
NON- COLLUSION AFFIDAVIT
0 Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
_/�A/ -C C'
Bidder
Authorized Signature /Title
Subscribed and sworn to before me
this nth day of ,
19 R -21'.
My commission expires: l
Pot Public
Or91CIAL SEAL
L JOHNSON
(.',! 17ORNVA
i.ED IN
tA:; .O COUNTY
My Commission Expires August 15. 1985
0 Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Bidder
Authorized Signature /Title
•
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
GA. Vii 2A t - I:.l i'"'1
-
EC,
Bidder
4N"\ C\t.oti��
Authorized Signature /Title
z" 1
CITY OF NEWPORT BEACH
Parks, Beaches & Recreation Department
February 28, 1983
CITY COUNCIL AGENDA
ITEM NO. F 3 (b)
TO: Mayor and City Council t 1L
FROM: Parks, Beaches and Recreation Director Jul)
SUBJECT: Buffalo Hills Park Athletic Field renovation (C- 2372-
Recommendation:
Award Contract No. 2372 to Ian -Co. and authorize the Mayor and City Clerk
to execute the contract.
Discussion:
At 10:30 A.M. on February 8, 1983, the City Clerk opened three bids for
the subject contract.
Bidders Bid
Industrial Turf $29,303
Nobest, Inc. $26,571
Ian -Co. $25,943
The low bid is 7% below the Park Superintendent's estimate for the project.
Ian -Co. is a well qualified contractor that has successfully completed recent
contracts for the City.
This contract provides for the demolition, grubbing and clearing of existing
turf, rough grading with installation of drainage system, ground preparation
and finish grading, and fertilization for athletic field stolonization process.
Funding for the project is proposed from the recently approved budget amend-
ment identified in the following account:
Description Account No. Amount
Buffalo Hills Park Athletic 10- 7797 -054 $28,000
Field Renovation
Bid documents were prepared by Design Construct of Huntington Beach. All work
should be completed by June 30, 1983.
RAW:df
I
• • � - a37a
CITY OF NEWPORT BEACH
Parks, Beaches & Recreation Department
January 10, 1983
CITY COUNCIL AGENDA
Item No. F JJ
TO: Mayor and City Council
FROM: Parks, Beaches & Recreation Director
SUBJECT: Buffalo Hills Park Turf Refurbishment
(Contract No. 2372) 1983
Recommendation: ; ?Y' O:' ART �6ACN
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 10 :30 a.m. on February 8, 1983.
Discussion:
A recent 1982 -83 budget amendment appropriated funds to refurbish the
athletic field area within Buffalo Hills Park. The project will provide
for the removal of the existing turf and cross - ripping the existing soil
to a depth of 6 ", trenching and installing a 4" perforated pipe drainage
system at 20' intervals, importing and placing a uniformly graded topping
sand to a depth of 6 ", amending the sand with 3" of organic amendment,
readjusting and replacing existing irrigation and replanting with a
variety of durable athletic turf.
The plans have been approved by the Parks, Beaches and Recreation Department,
plus reviewed with appropriate homeowners associations and youth athletic
groups.
Funding for the project is City funds: Park & Recreation Fund - $65,000.
The refurbishment project has been designed by Design- Construct Landscape
Architects of Huntington Beach under a $6,500 design services contract
authorized December 2, 1982.
The estimated date of completion is June 1, 1983. A complete set of plans
will be on display in the City Council conference room.
Rona d . Whitley
I
c
C-
Z
°
a
o•
n
\r
t S J O
m c
a
d m 0
N n 3
0
b °
y
CL .0 f
J m S
J °
d O G O-
�'O t W
O ° ry J
d a
J
J T O d
°O rt O •<
S J
aM
°- F
J m fD o
S X
d O_
d o d
m O J O
d
d O_ S_
j T
C X ••
w 3 d
b d C T
J rt d
t ip rt
d N
° T D
o
b o
° 0 ' o
o 3
OJ 'm J
to
d � t
— C d
rt rt m �
S
m 3 0
d
rt n
T °
�• E rt N
m „
N J
b
X � �
b O_• d
n
Z
c+
S
C
Z
CD
El
m
h
Z
A
J
N
co
Ci
S
d
O_
T
Q
s=
i
R
O
2
3
d
d
0
a
D
3
b
AL
O m
a rt
J b
K O
C)
0
N O
> >
La b b
N
�Y'
c
/a
-
jF
FD
L
l� O
I
c
C-
Z
°
a
o•
n
\r
t S J O
m c
a
d m 0
N n 3
0
b °
y
CL .0 f
J m S
J °
d O G O-
�'O t W
O ° ry J
d a
J
J T O d
°O rt O •<
S J
aM
°- F
J m fD o
S X
d O_
d o d
m O J O
d
d O_ S_
j T
C X ••
w 3 d
b d C T
J rt d
t ip rt
d N
° T D
o
b o
° 0 ' o
o 3
OJ 'm J
to
d � t
— C d
rt rt m �
S
m 3 0
d
rt n
T °
�• E rt N
m „
N J
b
X � �
b O_• d
n
Z
c+
S
C
Z
CD
El
m
h
Z
A
J
N
co
Ci
S
d
O_
T
Q
s=
i
R
O
2
3
d
d
0
a
D
3
b
AL
O m
a rt
J b
K O
C)
0
N O
> >
La b b
N
�Y'
CO•NANT MUTUAL INSURANCE COMPA Y
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint Arthur I Clement, Jr,
its true and lawful Attorneys) -in -Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(sl -in Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consentof surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
Attest: jf : �,
,�,�!'Ef'+m4
Assistant Secretary
STATE OF CONNECTICUT )
ss:
COUNTY CF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By 1
Vice Pr-esidiAt
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Wilkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation:
that the seat affixed to said instrument is such caroorate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority.
0 TA Ar .s % Not." P..Oc
L'
� �•� : n ' +ty commission expires March 31, 1973
co •.......•'yl ;'
CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above- quoted provis ;ons of Section 12 of the by-laws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect.
Sioned and sealed at Hartford, Connecticut, this Sth day of February 19 B3
Assistant Secreraf,v