HomeMy WebLinkAboutC-2762 - Construction of Corporation Yard Buildings "C" and "L"CIT)SOF NEWPORT ESACH
January 3, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Steen Construction Company
1026 E. 4th Street
Santa Ana, CA 92701
Subject: Surety: Merchants Bonding Company
Bonds No.: CA113258
Contract No.: C -2762
Project: Construction of Corporation Yard
Buildings "C" and "L"
The City Council of Newport Beach on November 26, 1990 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on December
4, 1990, Reference No. 90- 636650.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
JAN 16 191 09:10 US RENTALS 7142485713
Release of Stop Notice
Citv Of MewPort Beach
Will
Mewport IIP.ncir, Ca 92659
yml Are hereby notifird lira( life nnder:siprrd clnhnant rrh•n.a•t Iiral cminin Step Nolite
dated 11 -1 -90
nRaintt City
, hr fit(- muoorrl of If
Of Newport Reach
Steen Construction
536.88
P.2
C — z 7,--
Fk
r..c
C51� ri p4K
NEWPUR�BFA�H
as owner or public body and
prime c(miractor
City Yard Buildings C � L
Ili cormerfion with the work or iot1wwrineol known ns____ _...
in (Ire City of . Newport Beach - - -_.., l lonntJ of ------ -_- Orange
State of California.
11 -14 -90
Hate
Name of (:IniurmN .
(J.S ntals, Imc
119rru Nnun7 � -,
Credit MfTRty6,fv
(t fliirkrf ("niki,Ity) —�—
V I?RI17ICATION
A etlt Credit Manaqer
f, tilt, nndersif(nrd, slntr: I am tlrr___ _- ___-- ___9.__.__ __..... _ _ _
("Anrrrl if' '.Prrshlrrrt if,— t,11'xrinrr uf" "Off rrrr (f', r9r.)
fire rlairrmnt named in do, forrkoing lldraw• I have tend tatfd Ip'If -me of Slop Nolice mol komv the cnntt•nts
thrrror, and f errtife pilaf file same is trot, of oly own kuokliedee.
I certify (or declatr) under prnnity of prrjnry ondrr lilt, (airs of f lie Slalr of (:n lif ornin f ha(ihr lore•i,nin[ti is ttnr
Rod torteel.
f'xrcolyd on —1114
State of California
ITO
C�r C��r°,ritmen
h;a;5ager
Attorney
r,.
❑ n:il;l. Dlr.
o C.-.e,iSery Die.
C7 o & R Dir.
O Pianning Dir
0 P( `Ice chm .
&P.w. Dir
0Oihef7u `
q, .97t/
nr• rnn" 9 rnov v,art
19 90_ ,rt_ -1 San Juan Capistrano
Y'
rn , NrurlrA�rur —L�
RECORDING REQUESTED BY AND 9Q- U • RECORDEDINOFFICIALRECORDS
WHEN RECORDED RETURN TO: OFORMGECOUNTY, CRLE O RNI
D
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
EXEMPT RECORDING REQUEST PER
GOVERNMENT CODE 6103
XC 4PT
NOTiCF. OF COMPLETION
PUBLIC WORKS
10:30
A.M. DEC 41990
� ��"�RECORDER
'lo All Laborers and Material Men and to Every Other Person Intere
YOU WILL PLEASE TAKE NOTICE that on 0
the Public Works project consisting of Construction of
M
ion
}4'a�6VED
Jal�,tY �'R�991
n',. nm eFtr'k
on which Steen f nn t t' n raT -3r of Rn :ta "
was the contractor, and Merchants Bonding Company _
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CI OF NEWPOR BFACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 28, 1990 at Newport Beach, California.
Pub�Works Director
VERIFICATION OF CITY CLERK
I. the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 26, 1990 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 28, 1990 at Newport Beach, California.
•
•
jul MUM
I
0133 cl
•
TO:
FROM:
SUBJECT:
•
0
City Council
Public Works Department
November 26, 1990
CITY COUNCIL AGENDA
ITEM NO. F -11
ACCEPTANCE OF CONSTRUCTION OF CORPORATION YARD BUILDINGS
"C" AND 'ILn - (C -2762)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of
Completion.
3. Authorize the City Clerk to release the bonds 35
days after the Notice of Completion has been
recorded in accordance with applicable portions of
the Civil Code.
DISCUSSION:
The contract for the construction of Buildings "C" and
"L" at the Corporation Yard has been completed to the satisfaction
of the Public Works Department.
The bid price was $334,433.00
Amount of unit price items constructed 334,433.00
Amount of change orders 56,526.76
Total contract cost $390,959.76
Nine Change Orders were issued. The first, in the amount
of $20,221.00, provided for the installation of roll -up doors
instead of chain link fencing in Building "C" and full height steel
channel guards at the door openings. The second, in the amount of
$13,324.00, provided for the removal of the existing asphalt paving
and replacement with concrete in front of Building "C". The third,
in the amount of $3,158.42, provided for a tinted waterproof stain
to match the existing buildings. The fourth, in the amount of
$513.28, provided for changes in the electrical conduit in Building
"C" as requested by the building inspector. The fifth, in the
amount of $5,820.28, provided for the addition of electric
operators for the overhead doors. The sixth, in the amount of
$1,419.00, provided for placing an electrical conduit below grade
as requested by the building inspector rather than attached to the
wall as shown on the plans. The seventh, in the amount of
l
Subject: Acceptance of Construction of Corporation Yard.
Buildings "C" and "L"
November 26, 1990
• Page 2
$1,567.62, provided for raising the block wall at the rear of
Building "L". The eighth, in the amount of $4,210.44, provided for
extending the chain link fence partitions to the roof in Building
"C". The ninth, in the amount of $6,383.00, provided for changes
to the footings and floor slab, up- grading of the door hardware and
the addition of roof drains in Building "C".
Funds for the project were budgeted in the General Fund,
Account Nos. 02- 3197 - 498/499.
The contractor is Steen Construction Company of Santa
Ana.
The contract date of completion was November 30, 1990.
The work was completed October 12, 1990.
•
Benjamin B. Nolan
Public Works Director
PD, so
•
6
K
U
Z
r�
n 10
2
INDUSTRIAL - WAY
li F I 1
a
0
1`I � 8L00.
b D o II�'_9j1
BLDG. "H"
�1 WAREHOUSE i
ADMIN. �—, -�
CLOa
II BLDG. "A"
CAR ENTER
SHO
BLDG
EXIST. 8 PROPOSED
BLDG. "C"
SIGN
NO
ZOADWAY _
�dd i
OL00. n I
LOWER
44 44 PARKS040
AREA
AUTO -
SHOP e UDGE DRYING PIT\
BLDG, y
CITY CORPORATION YARD
592 SUPERIOR AVE.
NEWPORT BEACH
LOCATION MAP
CITY OF NEWPORT BEACH DRAWN DATE 1992
PUBLIC WORKS DEPARTMENT APPROVED
PUBLIC WORKS DIRECTOR
CORPORATION YARD d R.E. NO.
-- DRAWIND B- 5132 -L
Stop Notice
CALIFORNIA CIVIL CODE SECTION 3103
NOTICE TO Citv Of Newport Beach
ATT : PAtmleep gran Lender, Public Body or I
Z 7V
C Pr'1
A
New), rt rBeach, Ca, 92659
(If Private Job —file with responsib9e o f icer or person at office or branch of construction lender administering
the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175)
(If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make
payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214)
Prime Contractor: Steen Construction
Sub Contractor (If Any) James Jameson Masonry
Owner or Public Body: City Of Newport Beach
Improvement known as City Yard Bldct C & L
(Name and address of project or work of improvement)
592 Superior
in the City of NewPort Beach County of Orange
State of California.
U.S Rentals Inc Claimant a Corporation
, -
(Claimant) (Corporation /Partnership /Sale Proprietorship)
furnished certain labor, service, equipment or materials used in the above described work of improvement.
The name of the person or company by whom claimant was employed or to whom claimant furnished labor,
service, equipment, or materials is James Jameson Masonry
(Name of Subeonimcior/Contractor /Owner - Builder)
The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was
Frok Lift Rental
Total value of labor, service, equipment, or materials agreed to be furnished......... $ 536.88
Total value of labor, service, equipment, or materials actually furnished is............ $ 536.88
Credit for materials returned if an 0
Amount paid on account, if any .................................... ............................... $
Amount due after deducting all just credits and offsets ..................................... $ 536.88
YOU ARE HEREBY NOTIFIED to withhold sufficign 6ttt%,�es held by you ou the above described project
to satisfy claimant's demand in the amount of $ and in addition thereto sums sufficient
to cover interest, court costs and reasonable costs of litigation, as provided by law.
A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop
/is /is noel
Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice
served on owner on private jobs).
Date 11 -7 -90 Name of Claimant U.S Rentals, Inc
P O BOX r amel
San Jua/Md Addrrts!ano C 92693
c
1rnaayts_wo` By 1 ��re
CreCll r Mdnd r
+-! M (,)' ^'��atmL: �� d_�� ` IQl icial Capacity/
`:.iL'O'z 1313006P11 VERIFICATION
1, the undersigned, state: I am the Agent /Credit Manager
('Agent nJ'; 'President ul'; A Partner ./ "Oryner nl° etc)
the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents
thereof, and 1 certify that the same is true of my own knowledge.
1 certify (or delcare) under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
Executed on 11-7 19 90 at Juan Cagistra
State of California
(.Six cure of Claims n nr Aur r i; gent) `f
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to
the address of the claimant shown above. This information must be provided by you under Civil Code
Sections 3159, 3161 or 3162.
Signed:
tCluimonr mull enclose sell addressed stamped envelope)
0 0
_ z
_ o
O
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: May 16, 1990
SUBJECT: Contract No. C -2762
Description of Contract
s -�6 -9c
Corporation Yard Building "C" and "L"
Effective date of Contract May 15, 1990
Authorized by Minute Action, approved on _
Contract with Steen Construction Company
Address 1026 E. 4th Street
Santa Ana, CA 92701
Amount of Contract $334,433.00
"94a6t' s 4�et
Wanda E. Raggio
City Clerk
WER :pm
Attachment
May 14, 1990
3300 Newport Boulevard, Newport Beach
r
•
is
•
TO: City Council
FROM: Public Works Department
00
May 14, 1990
CITY COUNCIL AGENDA
iTfflf —►sel. F -3(e)
MAY 11 41990
En
SUBJECT: CORPORATION YARD BUILDINGS "C" AND "L" (C -2762)
RECOMMENDATIONS:
1. Award Contract No. 2762 without Alternative No. 1
to Steen Construction Company for the total Bid
Price of $334,433, and authorize the Mayor and the
City Clerk to execute the contract.
2. Authorize staff to negotiate with Steen
Construction Company to purchase and install roll -
up doors on Building "C".
At 11:00 A.M. on May 1, 1990, the City Clerk opened and
read the following bids for this project:
Total Bid Price
* Bidder listed the deduct amount for Alt. No. 1 instead of
listing his Total Bid Price of $338,839 w /Alt. No. 1.
** Bidder listed the deducted amount for Alt. No. 1 instead
of listing his Total Bid Price of $381,995 w /Alt. No. 1.
The low total bid prices are 4% below the Architects'
Estimate of $348,000 without Alternative No. 1 and 2% below the
Architects' Estimate of $328,000 with Alternative No. 1. The Low
bidder, Steen Construction Co., has not performed previous contract
work for the City; however, a check with their experience
references and the State Contractors' License Board has shown that
Steen has successfully completed building projects for other
Southern California agencies and is a properly licensed building
contractor, respectively.
Bidder
(w /o Alt. No. 1)
(w/ Alt. No. 1)
Low
Steen Const. Co.
$334,433
$322,918
2
Kropfli Const. Co.
338,338
331,338
3
The Edwards Group
346,819
7,980*
4
Varkel Const., Inc.
353,608
343,926
5
Santa Fe Builders, Inc.
368,812
356,072
6
Beachwood Develop., Inc.
392,495
10,500 **
7
Southwest Building Club
479,000
464,000
* Bidder listed the deduct amount for Alt. No. 1 instead of
listing his Total Bid Price of $338,839 w /Alt. No. 1.
** Bidder listed the deducted amount for Alt. No. 1 instead
of listing his Total Bid Price of $381,995 w /Alt. No. 1.
The low total bid prices are 4% below the Architects'
Estimate of $348,000 without Alternative No. 1 and 2% below the
Architects' Estimate of $328,000 with Alternative No. 1. The Low
bidder, Steen Construction Co., has not performed previous contract
work for the City; however, a check with their experience
references and the State Contractors' License Board has shown that
Steen has successfully completed building projects for other
Southern California agencies and is a properly licensed building
contractor, respectively.
I •
Subject: Corporation Yard Buildings "C" and "L" (C -2762)
May 14, 1990
Page 2
• This project provides for constructing two equipment storage
buildings at Corporation Yard. Building "C" replaces a dilapidated
metal building at the location shown on the attached Location Map.
The replacement building is an open chain link gate front, masonry
building covering approximately 6400 square feet of storage for
traffic signing, building, storm drain, beach and equipment
maintenance crews.
Building "L" is a new building to house the City's 6
beach cleaning machines. It is a roll -up door, enclosed metal -and-
fiberglass clad steel frame building covering approximately 3000
square feet. The total bid prices without Alternative No. 1
include a new portland cement concrete floor slab for Building "L".
The total bid prices with Alternative No. 1 are for the
construction of Building "L" upon existing asphalt paving. Given
the relatively nominal extra cost to construct the concrete floor
slab, staff recommends that the contract be awarded to include the
concrete floor. The new slab provides structural integrity needed
for Building "L" and a uniform, well- draining and more durable
floor for Building "L".
is Staff also recommends the authorization to negotiate with
the Contractor to purchase and install roll -up doors on Building
"C" in lieu of the specified chain link gates. Roll -up doors were
not specified for Building "C" due to their additional cost;
however, because of very competitive bids, budgeted funds are
available to provide for the substitution of roll -up doors similar
to those to be installed on Building "L". Additional costs for
roll -up doors, sealed and painted, should total approximately
$30,000. (A total of approximately $500,000 is available in the
existing appropriations.)
Staff proposes that funds for award be encumbered from
the following accounts:
Account No. Description
02- 3197 -498 Corp Yard Shop Bldg. "C"
02- 3197 -499 Corp Yard Equip. Bldg.
Total
Plans and specifications for Buildings
prepared by staff and by Buchanan Architects and
• contract specifies that all work be completed
before work may commence on Building "L", and
c feted by November 30, 1990.
a g4
Benjamin B. Nolan
Public Works Department
LD:so
Attachment
Amount
$198,878
135,555
$334,433
"C" and "L" were
Associates. The
on Building "C"
that all work be
•
•
a
H
•
C
z
=
r �
� X09
ry
1�
INDUSTRIAL
II [] I
1
1
)- I
ro
0 2y —
"' eloa
.80ADWAY
WAY
BLDG.
I I BLDG. "H
WAREHOUSE r d
A 1
.J
J
I. BLDG. "A"
CAq ENTER
SHO
BLDG
..B.,
EXIST. 8 PROPOSED
BLDG. "C"
SIGN
SHO
BLDG. q
"E" LOWER
E PARKING
AREA
AUTO
SHOP UDGE DRYING PI
BLDG.
�.'
CITY CORPORATION YARD
892 SUPERIOR AVE.
NEWPORT BEACH
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORPORATION YARD
DATE 1990
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
CRAWINO B- 5132 -L
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self - insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Date
ignature ` Y
Steen Construction Company
own actor
Corporation Yard Buildings "C" and "L ", Contract No. 2762
f`roject Title aTContract Number
r
i
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Bnulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1766
until on the�i . j. -.day of , 1990,
at whic t me such bids shall be opens and read for
CORPORATION YARD BUILDINGS "C" AND "L"
Title of Project
2762
Contract No
$500,000 Excluding Alternative No. 1
$480,000 Including Alternative No. 1
Engineer's Estimate
SV
U �
04-
ART
Rppr$?d by thaNCitK Council
thta day of arc 1990.
Wanda E. Raggto
City Clerk
CITY CLERK
Pro active bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3380 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CR 92659 -1768.
For further information, call Lloyd Dalton at 644 -3311.
Project Manager
F
0 a
1*1s 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CORPORATION YARD BUILDINGS "C" AND "L"
CONTRACT NO. 2762
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete this Contract No. 2762 in accordance with
the Plans and Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item
of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Thirteen Thousand, Nine
@ Hundred ---------- - - - - -- Dollars
and
No --------------- - - - - -- Cents
Per Lump Sum
2. Lump Sum Remove and dispose of existing
corrugated metal Building "C"
@ Seven Thousand --- - - - - -- Dollars
and
No -- ------------- -- - - -- Cents
Per Lump Sum
3. Lump Sum Construct Building "C" complete,
including new electrical feed
from 'MSB' to Building "C"
One Hundred Eighty -Three Thousand,
@ Six Hundred Twelve ----- Dollars
and
No --------- ------- -- - - -- Cents
Per Lump Sum
$ 13,900.00
$ 7.000.00
$ 183,612.00
• • PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Construct Building "L" complete,
including new electrical feed
from 'MS' to Building "L" plus
Detail G on Sheet No. E -5
One Hundred Twenty -Nine Thousand,
@Nine Hundred Twenty -One - Dollars
and
No ---------------- - - - - -- Cents $ 129,921.00
Per Lump Sum
Three Hundred Thirty -Four Thousand, Four Hundred
Thirty -Three ------------------------------ - - - - -- Dollars
and
No --------------------------------------- --- - -- Cents $ 334,433.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
Alt.
No. Lump Sum Delete concrete slab in
l** Building "L" and patch back
to existing asphalt pavement
Eleven Thousand, Five
@ Hundred Fifteen ------ Dollars
and
No --------------- - - - - -- Cents $ 112515.00
Per Lump Sum
Three Hundred Twenty -Two Thousand, Nine Hundred
Eighteen ---------------------------------- - - - - -- Dollars
and
No -------------------------------------- -- - - - - -- Cents $ 322,918.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
** The City of Newport Beach reserves the right to award this
contract including or excluding Alternative No. 1
0
• PR 1,3
BI- 197878 10/31/1 Steen Construction Company
Contractor's License Expiration Date Bidder
No. & Classification
(714) 542 -7075 s /Orrison L. Steen, Owner
Bidder's Telephone No. Authorized Signature /Title
1026 E. 4th Street, Santa Ana. CA 92701
Date Bidder's Address
I declare under penalty of perjury that the representations
made herein are true and correct.*
Date • 7 Bidder •
s /Steen ConstrucVbn Company
*NOTICE TO BIDDERS: Effective January 1, 1990, Business and
Professions Code Section 7028.15 provides that
any bid not containing the above requested
information, or a bid containing information
which is subsequently proven false, shall be
considered non - responsive and shall be
rejected.
• Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the BIDDER'S BOND. The title of
the project and the words "Sealed Bid" shall be clearly marked on the outside of
the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal
agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy
between wording and figures, bid wording shall prevail over bid figures. In the
event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign
on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For
partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
B1- 197878 Steen Construction Company
Contr's Lic. No. & Classification Bidd
6_3 - 9/f r%
Date Authorized Si ature /Title
s /Orrison L. Steen, Owner
0 0
Page 3
DESIGNATION OF SUBCONTRACTOR(S
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that
subcontractors have been used in formulating the bid for
these subcontractors will be used subject to the approva
accordance with State law.
Subcontract Work
1. Electrical
Subcontractor
Elec. Svstem Service
bids from the following
the project and that
1 of the Engineer and in
Address
Yorba Linda, CA
2•
Masonry
James & Jameson
Laguna Hills, CA
3,
Structural Steel
All -Fab Specialties
Santa Ana, CA
4.
All Metal & Siding
All -Fab Specialties
Santa Ana, CA
5.
Roofing
Mr. Roofer
Westminster, CA
6.
Chain Link
Alcorn
Anaheim CA
7. Frame
8.
9.
10.
11.
12.
Hi -Tech
Anaheim. CA
Author zei i nature %Title
s /Orrison L. Steen, Owner
Pdy,'
BIUomS AD
Y.NOW ARY MEN BY 111ESE PRESENTS.
That we, sTl. ,1,N_c;uNS_r_r,Uc.rluty_conenNY -- ,— , --- -. as bidder,
and r[gQANTS BoNI�1.NG_CONPANY MirruAI, as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
INN PERCENT Of AMOUNT BID----------- ------- - - -- -- - -- Dollars ($IO %--- - - - - -- )
lawful money of the United States for the payment of which sum well and truly to
ire made, we hind 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
WPORATION YARD MUMS "C" & "L" C -2762
--- 'TjtTe 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 to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeiters to the said City.
In the event that any bidder above named executed this bond as an-indlvidual,
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 --30TH----- day
of APRIL , 1990 .
(Attach acknowledgement of
Attorney -in -Fact)
,. Notary Pubiic
Conmission Expires:
STEE.N CONSTRUCTION COMPANY
ru
t or ze S g tr / i t e
PiIC IAEL A. QUIGLEY
Title -ATwnNCY-L N_FAC T.— _
State of CALIFORNIA On APRIL 30, 1990 , before me, the undersigned, a
SS. Notary Public of said county and state, personally appeared, personally
Counry of ORANGE known to me or proved to me on the basis of satisfactory evidence,
IROFFICIAL SEAL
CARRIE L. PRICE
Notary Public- California
PRINCIPAL OFFICE IN
RIVERSIDE COUNTY
My Commission Exp. 12- 261992
MICHAEL A. QUIGLEY
known to me to be the Attorney -in -Fact of
MERCHANTS BONDING COMPANY (MUTUAL)
the Corporation that executed the within instrument, and known to me to
be the person who executed the said instrument on behalf of the Corporation
therein named, and acknowledged to me that such Corporation executed
the same. �\
I / wLtX
NOTARY PUBLIC
MERAANTS BONDING CONY
— MUTUAL —
DES MOINES, IOWA
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duty organized under the laws
of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa. hath made. constituted and
appointed, and does by these presents make. constitute and appoint
Michael A. Quigley
Page 4a
of Huntington Beach and State of California its true and lawful Attorney -in -Fad, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety:
any and all bonds and undertakings in its normal course of business,
provided no one bond or undertaking shall exceed the sum of Five
Hundred Thousand Dollars ($500,000)
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and ail the acts of said Attorney, pursuant to the
authority herein given, are hereby ratified and confirmed.
This Power -of- Attomey is made and executed pursuant to and by authority of the folbwing By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attomeys-in -Fact, and to authorize them to execute on behaff of the Company, and attach the seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligations of the Company and such signature and seal when so used shall have the same force and effect as
though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and
Executive Vice President, and its corporate seal to be hereto affixed, this day 4th of May A.D., 198 y
Attest: MERCHANTS BOF{pIJY (Mutual)
4/ 4w�_
By
Yce P. r mm •QxecAftlab Pr•ritlenr
STATE OF IOWA -
COUNTY OF POLK ss.
On this 4th day of M a 19 8 , before me appeared M.J. Long and
e
Rodney Bliss III, to me personally known. who being by m duly sworn did say that they are vice President and Executive Vie President
respectively M the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the toregoifig instrument. and that the Seal
affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of
said Corporation by authority of its Board of Directors.
In Testimony Whereot, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first
above written.
• Q v
3 : IOWA x m •;
Or'•......: ' �P
4R1 AlZ
STATE OF IOWA
COUNTY OF POLK m.
I, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do I
foregoing Is a true and coned copy of the POWER OF ATTORNEY, executed by
COMPANY (Mutual), which is still in force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company at
this 30TH day of APRIL 19, 90
my C.o.r eon
8-4-89
above and
:y tyaa O:Y:
•c
This power of attorney expires Until Revoked �'•��' • -''�'��
•
NONCOLLOSION AFFIDAVIT
State of California
SS.
County of Orange
Page 5
Orrison L. Steen , being first duly sworn, deposes and says that he or
she is Owner of Steen Construction Co. the 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, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Steen Construction Company
ed
Title
Subscribed and sworn to before me this is day of May , 19 90 .
My commission expires: September 7, 1990
EgoOFFICIAL SEAL
ROSA LEE BOVIS
NOTARY PUBLIC- CALIFORNIA
ORANGECOUNTY
M� Cwnm, F,p'vea $epr, ), 1900
NO a y Pub!-i&
! 0 Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed
For
Whom Performed (Detail)
Person to Contact
Telephone No._
1988
Long
Beach City College
Bob Reed
(213)
420 -4483
1986
U.C.I.
Gunner Jenson
(714)
646 -1403
1985
Santa
Ana College
Bill Carnahan
(714)
667 -3341
1985
City
of Santa Ana
John Asder
(714)
647 -5467
1987
City
of Fountain Valley
Bob Earl
(714)
965 -4400
Steen Construction Company
Bidder
/ ��, A _ /
u or' ed Signature /Title
s /Orrison L. Steen, Owner
0
CITY OF NEWPORT BEACH
CORPORATION YARD BUILDINGS "C" AND "L"
LICENSE NO. B1- 197878
EXPIRATION DATE 10/31
Page 6a
"THE CONTRACTORS LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN
ARE MADE UNDER PENALTY OF PERJURY"
SIGNED
`s /Orrison L. een, Owner
DATE S -�- 7 _ �,d
Page 6b
STATE OF CALIFORNIA - STATE AND CONSUMER SERVICES AGENCY
DEPARTMENT OF GENERAL SERVICES
Office of Small and Minority Business
1808 - 14th Street, Suite 100
Sacramento, CA 95814
(916) 322 -7123
April 18, 1989
STEEN CONSTRUCTION CO.
1026 E. FOURTH ST.
SANTA ANA, CA 92701
Dear Businessperson:
Your request to become prequalified for Small Business Preference under
Section 1896 et., seq., of Title 2 of the Administrative Code has been
approved effective from 03 -01 -89 to 01- 31 -91. This approval as a small
business and subsequent consideration for the 5% Small Business Preference
will only be as you are licensed by the State Contractors License Board.
If your company name is different from your DBA (Doing Business As) and
your contractor license is associated with the DBA, it is the DBA that will
be prequalified as a small business given that other criteria has been met.
This approval applies only to license classification(s): B.
IT IS NOT RELEVANT TO COMMODITIES OR SERVICES.
You must request the preference on each project bid by executing the
"Request for Small Business Preference and Certification" (Form 811) which
is attached to each bid proposal for each project you wish to bid. THIS
FORM MUST REMAIN WITH THE BID PACKAGE.
Your firm has also become eligible for the prompt payment program.
Therefore, upon being awarded a state contract, you must make a written
request, accompanied with a photocopy of the facesheet of your State
Contract for a small business stamp.
Approval of your prequalifications as a Small Business does not affect nor
replace prequalifications required by the State Contract Act on projects the
cost of which exceeds `;300,000.00. Additional information on the require-
ments and forms for filing a Contractor's Statement of Experience and
Financial Condition are available upon request from:
Office of State Architect
Prequalifications Unit
P. 0. Box 1079
Sacramento, CA 95805
(916) 322 -6561
Sincerely, (�
Mary T. ss
Construction Certification Officer
i
�7
Page 7
NOTICE
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for
these contract documents. Bidders are advised to review their content
with bonding, insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State
of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
Insurance Companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders'
Rating A (or higher) and Financial Size Category Class VIII (or larger)
in accordance with the latest edition of Best's Key Ratin Guide:
Pro ert - Casualty. Coverages shall be provided as specified in the
an ar peci ications for Public Works Construction, except as
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction, except as
ai Provisions.
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
BOND #CA113258
PREMO INCLUDED IN PERFORMAI%LB(gID
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Mav 14. 1990
has awarded to Steen Construction Company
hereinafter designated as the "Principal ", a contract for Corporation Yard Buildinqs
"C" and "L ". Contract No. 2762
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Steen Construction Company
MERCHANTS BONDING COMPANY (MUTUAL)
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Thirty -Four Thousand, Four Hundred
Thirty -Three and No /100 -------------------------- - - - - -- Dollars ($334,433.00 ),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
ri
! 0 • Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it'does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 7TH day of MAY , 19—qa—.
STEEN CONSTRUCTION COMPANY (Seal)
Name of Contractor Principal�—
Authorized JSig� n Title
—
Authorized Signature and it e
MERCHANTS BONDING COMPANY (MlYnTAT.) _( Seal)
Name of Surety
242.8. CAMELBACK ROAD. QUITE 800
MICHAEL A. QUIGLEY A� TTQR%BY -,N FACT
5200 WARNER AVENUE, 9i1 S TINGTON BEACH, CA 92649
Address of gent
(714) 840 -4760
Telephone No. of Agent
State of CALIFORNIA On MAY 7, 1990 , before me, the undersigned, a
SS. Notary Public of said county and state, personally appeared, personally
County of ORANGE known to me or proved to me on the basis of satisfactory evidence,
MICHAEL A. QUIGLEY
known to me to be the Attorney -in -Fact of
MERCHANTS BONDING COMPANY (MUTUAL)
the Corporation that executed the within instrument, and known to me to
OFFICIAL SEAL be the person who executed the said instrument on behalf of the Corporation
CARRIE L. PRICE therein named, and acknowledged to me that such Corporation executed
OMY Notary Public- California the same.
PRINCIPAL COUN IN RIVERSIDE COUNTY Commission Exp. 12-26 -1992
NOTARY PUBLIC
MERANTS BONDING CONY
-- MUTUAL --
DES MOINES, IOWA
POWER OF ATTORNEY
Know All Men By These Presents, that to MERCHANTS GOM M10 COMPANY (Mutuap. a corponaton duty organized reeler the laws
of the Slats of Iowa, and haft to prkxo office in M tly of Da MaYbs, County of Pok Side of lows, heth made, oprotianed and
appointed, and does by ttmce presents make, aorgYlMe and appohl
Michael A. Quigley
of Huntington Beach and Slab of California Ns true and lawful Attommy -in -Fact, with full power
and authority hereby conferred in is none, place and steed to sips, execute, acknowledge and deliver in its behalf as su ":
any and all bonds and undertakings in its normal course of business,
provided no one bond or undertaking shall exceed the sum of Five
Hundred Thousand Dollars ($500,000)
and a bid tie MERCHANTS BONDI14G COMPANY (Mural) thereby as fay and to the fame extsnt as t such bond or undertaking was
signed by the duly authorized officers of am MERCHANTS BONDING COMPANY (Mutual). and as the acts of said Attorney. prrsuani to to
authority herein liven. re hereby reified ant confirmed,
The Power- of- Aibmay Is meta and executed pursuant to arxf byaull" of the Wgo%*V By -Laws adopted by the Board 91 Directors of
the MERCHANTS BONDING COMPANY ( Mural).
ARTICLE 2, SECTION 614 — The Cheknu n of to Board or Presklort or any Vim President or Secretary " haw power and
authority to appoint All rnsys -in -Fat, and to sutlndaa ton to exaaM on behalf of the Comparry, and attach the teat of to
Company t ersto, bonds and undenladrgs, moogdazanws, eantrecb of Indarrvsy aid other wstkgf obligatory in Iha nature thereof.
ARTICLE 2, SECTION 68. — The signers of any autiodnd officer and to Seal of the Corp" may be elfined by ISCSIM4 to
any Power of Attorney or Cordostion Area rahorift to exam" and delivery of any bond. undertaking. recognizance. or .
.other suretyship obligations of the Company and such dgnalin and seat when so used shall have the same torte and effect as
though manually fixed..
In NMness Whereof, MERCHANTS BONDING COMPANY ft") has caused these presents to be signed by Its Vie President and
Executive Vie President, and Its corporate east to be hereto atkW, tlat day 4 It h � a May A.D•, 198 9
Attest: MERCHANTS BOfPf&00f?W (Mkfuat)
By
_a_
Vice PneCMI �•-Y�•' •f..t'Y�a►IL�
STATE OF IOWA •'., •��••.••
COUNTY OF POLK a.
On this 4th day of M a 9 +9 before me appeared M.J. Long and
Rodney Ohs 111, to me personally lugwn. who b*q by ma Aty swan did say rid III ri Via President scent Exam" Via Weaidrt
respectively of the MERCHANTS BONGING COMPANY (Mi"), tit corporation described In tit bragoing Nnetrtrrurt, and Out the Seal
affixed to the sold ketranert b ft Corporator Seal d the said Caporatah rd that 1110 SOW khrrhrrhsrt was signed and sealed In behatl of
sold Corporation by authority of No Board of Directors.
In Testimony Whereof, 1 thew hereunto set my hard end afkred try Official Seal. at the City of Des Moines, laws to day and yew teat
above wtt(en.
? O
• t ; G1 i
3 IOWA m Ir
•:
I, M.J. Lang, Vim President of the MERCHANTS BONDING COMPANY (MuWat). do'
bregoing is a his and correct copy of M POWER OF ATTORNEY, exerted by
COMPANY (M lusq, which is sO in force and ~.
STATE OF IOWA
COUNTY OF POLL( w
in Wtnsss ~ad, I have hereunto sad my And and aMxad M aw of Ihe Cartpanpt N
this 7TH hey of MAY 19.90
treklAk. Paa� owmg ea.*
Mr Cawry E.pxe.
a -4 -e9
This poww of attanhay SAO" Until Revoked b�lA•••; •••'
•..:..-
above and
< BOND #CA113258
PREMIUM $6,016.Opage 10
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 14, 1990
has awarded to Steen Construction Company
hereinafter designated as the "Principal ", a contract for Corporation Yard Buildings
"C" and "L" Contract No. 2762
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, Steen Construction Company
rrin
as Principal, and
MERCHANTS BONDING COMPANY (MUTUAL)
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Thirty -Four Thousand, Four Hundred
Thirty -Three and No /100 --------------------------- - - - - -- Dollars ($334,433.00 ),
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
Faithful Performance Bond (Continued)
0 Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 7TH day of MAY , 19 90
F
STEEN CONSTRUCTION COMPANY (Seal)
Name of Contractor
fj(PPrriincipal )
u horized Sirgnature and Title
Authorized Signature and Title
MERCHANTS BONDING COMPANY (MUTUAL) (Seal)
Name of Surety
2425 E. CAMELBACK ROAD, 41800
5200 WARNER AVENUE 11105 HUNTINGTON BEACH CA 92649
ddress of Agent
714) 840 -4760
Telephone No. of Agent -
State of CALIFORNIA
Counry of ORANGE
OFFICIAL SEAL
CARRIE L. PRICE
t Notary Public - California
PRINCIPAL OFFICE IN
RIVERSIDE COUNTY
My Commission Exp. 12- 26-1992
On MAV 7' I QQn , before me, the undersigned, a
SS. Notary Public of said county and state, personally appeared, personally
known to me or proved to me on the basis of satisfactory evidence,
MTCAAFT A- CITTTCTTTV ,
known to me to be the Attorney -in -Fact of
MERCHANTS BONDING COMPANY (MUTUAL)
the Corporation that executed the within instrument, and known to me to
be the person who executed the said instrument on behalf of the Corporation
therein named, and acknowledged to me that such Corporation executed
the same.
NOTARY PUBLIC
MERCRANTS BONDING COMANY
- MUTUAL -
DES MOINES, IOWA
POWER OF ATTORNEY
Know AN Men By These Presents. fret ft MERCHANTS BONDING COMPANY (Mutual), a corporatism duty org&ued under the laws
of the Slate of Iowa, end having its principal office In the City of Da Makin. County, of Pollrr. State Of lows. bath mods. MFWWAed and
appointed, and does by blase Presence make, consItuts and appoint
Michael A. Quigley
of Huntington Beach and State of California Ile true and lawful Albmey-in -Fad, with Ma power
and auMaey hereby conferred In its name, plea and alaad, to sign, execute, acknowledge and deliver In its behalf as surety:
any and all bonds and undertakings in its normal course of business,
provided no one bond or undertaking shall exceed the sum of Five
Hundred Thousand Dollars ($500,000)
and to bird the MERCHANTS BONDING COMPANY (MWgt) thereby all fully and bee same extent as if such bond or undertaking was
signed by to duly sulfarited omcwe of the MERCHANTS BONDING COMPANY (Mutual), and as the acts of said Ahaney. Pursuant to the
authority heroin given. are hereby raeued a.•d mrdlrnrhsd.
This Power-ot•Attornoy is made and executed Pursuant b and by ANWIly of the following By -Laws adopted by to Board 91 Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION SA. — TTe Chairman of the Bard or President or any Via President or Seaeuvy shell have Power end .
authority b appoint Atbrteys*4 Fad, and b audnrlu them b execute on behalf of the Company, and attach ore seal of tie
Company thereto bade and utdwldrkhgs, reoogrnitrloea, twnlrada of i dwmlty ad other wmi gs obligatory in the nature thered.
ARTICLE 2, SECTION BS. — The signature of al aulhatted olfbw ad de Seal of ore Company may be affixed by fatsimlle to
any Power of Attamey or Cw# abcn Owed atthaidrp the execution and d0very of any bad, undertaking, recagn4ana, OF .
other suretyship obliged" of Ole Company, ad such signattrck and seal when so used shall have the same tares and aned as
tough manually fixed..
In Witness Whereof, MERCHANTS BONDING COMPANY RALkA has caused these presents to be algned by its Vice President and
Executive Vice President, and Its corporate teal to be hsreb aittsed, this day 4 t h of May A.D., 198 9
Attest: MERCHANTS BONDII>t d4WmY (arami)
By
o-
We ft.w M �• ��, " i41tM•,O
STATE OF IOWA -•. • •,.•-
COUNTY OF POLK u.
On this 4 t h day of M8 19 B before me appeared M.J. Lag and
Rodney Bliss III, b me personally known, who beig by ma duly swan did my that may are Vfoe President and Executive Via preakiaM
respectively of the MERCHANTS BONDING COMPANY (MAW). the corporation described M the foregoing kalnr . and that the Seal
affixed to the said instrument Is the Corporate Seel old* uld Corporation end ifs the NO Insinanart was signed end sealed in behalf of
said Corporation by authority of He Board of Directors.
In Testimony Whereof, 1 have hereunto set my had and alfimd my Official Seal, at the City of Des Moues, Iowa se day and year first
above wrillen.
• f � 9 •i
IOWA'im
Or •' •......• It
Tq I AL
STATE OF IOWA
COUNTY OF POLK ..
1, M.J. Lag, Vie President of the MERCHANTS BONDING COMPANY IMuW0. do
foregoing le a true and contact copy of to POWER OF ATTORNEY, executed by
COMPANY (Mutual), which is 80 in bra old eescl.
in Wkmess Whereof, I have hereunto set my had and effaced the teal of the Co pay, at
this 7TH day d MAY 1a, 90
-- P.
wx Cpnm E•xww,
B -4-89
• ,•YY
.s
Until Revoked •'.�i'
This power d attorney expires •• A' .. � ...
_I ..l
aPage 12
CERTIFICATE ATE OF."" INSURANCE
PRODUCER
COMPANIES AFFORDING COVERAGE
DON LANG
COMPANY A
LETTER STATE FARM INSURANCE
State Farm Insurance Companies
13227 GArden Grove Blvd.
COMPANY B
LETTER
i4iaften brove, CA 9Z648
Wg� HAsNUtion Company
1026 E. 4th Street
COMPANY C
Santa Ana, CA 92701
LETTER
COVERAGES
IS� TO CE T POLICIES OF INSURAN LISTED BELOW T D ABOVE 6R
THIS RTIFY INSUR 0 NAM
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM 08 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
LTF
TYPE OF INSURANCE
POUCY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
LIMITS
ALL LS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
(OCCURANCE BASIS ONLY)
COMMERCIAL
PRODUCTSICOMPLETED
S
COMPREHENSIVE
OPERATIONS AGGREGATE
& CONTRACTORS
OOWNERS
PROTECTIVE
PERSONAL INJURY
S
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTS/COMPL OPER
XCU HAZARDS
EACH OCCURANCE
S
BROAD FORM PROP. DAMAGE
O SEVERABJUTY OF INTEREST
FIRE DAMAGE
S
CLAUSE
(ANY ONE FIRE)
PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
S
REMOVED
(ANY ONE PERSON
MARINE
AUTOMOBILE LIABILITY
COMBINED
SINGLE UMIT
COMPREHENSIVE
5
BODILY INJU
OWNED
PERSON)
(PER PEF
250,000
1383132A25
1/25/9(
M;
BOD ILYINJURY
500,000
HIRED
(PER ACCIDENT)
NON -OWNED
7/25/90
PROPERTY
s 25,000
DAMAGE
EXCESS UA131UTY
EACH
AGGREGATE
UMBRELLA FORM
OCCURRENCE
OTHER THAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
EACH ACCIDENT
AND
DISEASE - POLICY LIMIT
EMPLOYERS' LIABILITY
S
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
DESCRIPTION OF OPEMnONSILOCATIONS/VEHICLESIRESTRICTIONMPECLAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
Corporation Yard Buildings "C" and "L", Contract No. 2762
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE :HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NONAIENEWCD,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE 11,FORE THE EXPIRATION DATE THE
P.O. BOX 1768
C COVeRACREDUCED
COMPAN AFFORD S11 PROVIDE 30 DAYS MIN. ADVANCE
W ,
3300 NEWPORT BLVD.
NOTICE THE CITY OF NEWPORT #CH BY REGISTERED MAIL
NEWPORT BEACH, CA- 92659-1768
ATIEN 10
Ii I E EP SC ATIV ISSUE DATE
•
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit:
(X) Multiple limits
Bodily Injury Liability
Bodily Injury Liability
Property Damage Liability
( ) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability
$ 250.000
person
$ 500,000 per accident
$ 25.000
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: " " " " rat o. 2762
Project Title an Contract No.
This endorsement is effective 5/9/90 at 12:01 A.M. and forms a part of
Policy No. 138- 3132- A25 -55C
of STATE FARM INSURANCE
Insured
Orrison L. Steen
Endorse
Producer
lz) / �'1
q
I��T
By
raing coverage)
Cl
Page 12
CERTIFICATE '- OF
INSURANCE
,
PRODUCER
COMPANIES AFFORDING COVERAGE
P'NEILL INSURANCE ASSOC.
COMPANY A
AMERICAN STATES INS. CO.
PO BOX 6006
LETTER
ORANGE, CA 92613
COMPANY B
LETTER
INSURED
Steen Construction Company
1026 E. 4th Street
COMPANY C
Santa Ana, CA 92701
LETTER
COVERAGES " °
THIS IS TO CERi1FYTHATP0001ES OF INSU <RANCEIJSTEDBELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICVPERIOD
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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE
CO
LT
TYPE OF INSURANCE
pOUCY NUMBER
EFFECTIVE-
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
s2,000
(OCCURANCE BASIS ONLY)
COMMERCIAL
O1CL420332
3/28/90
3/26/91
PRODUCTS /COMPLETED
$2 000
COMPREHENSIVE
OPERATIONS AGGREGATE
e
®OWNERS L CONTRACTORS
PROTECTIVE
PERSONAL INJURY
S1,000
❑ CONTRACTUAL FOR SPECIFIC
CONTRACT
❑ PRODUCTS /COMPL OPER.
EACH OCCURANCF
51,000
❑ XCU HAZARDS
❑ BROAD FORM PROP. DAMAGE
❑ SEVERABIUTV OF INTEREST
FIRE DAMAGE
S 50
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
5 5
REMOVED
(ANY ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBINED
$
COMPREHENSIVE
SINGLE LIMIT
!I v c =
BODILY INJURY
$
OWNED
(PER PERSON)
BODILY INJURY
Si
_
HIRED
(PER ACCIDENT)
l
[]NON-OWNED
PDApMAGE
$
EXCESS LIABILITY
EACH
AGGREGATE
OCCURRENCE
UMBRUMBRELLA FORM
OTHER THAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
$
EACH ACCIDENT
AND
5
DISEASE - POLICY LIMIT
EMPLOYERS' LIABILITY
$
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
-
-
DESCRIPTION OF OPERATIONS / LOCATIONS ,VEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
REQUEST HAS BEEN MADE TO THE COMPANY TO NAME THE CERTIFICATE HOLDER AS ADDITIONAL INSU
ENDORSEMENT �P�oFRRA'Yard Buildings "C" and "L ", Contract No. 2762
PROJECT MLE AND CONTRACT NUMBER
CERTIFICATE"f. HOLDER
CANCELLAT(OIN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENCWED.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O, BOX 1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NEWPORT BEACH, CA. 92659 -1768
NOTIC?TO THE CRY OF hWPORT BEACH BY REGISTERED MAIL _
ATTEN, ION:
G
�
a
0
•
Page 14
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1. of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
M Commercial ( ) Comprehensive
General Liability
$ 1,000,000 each occurrence
$ 2,000,000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability,Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: Corporation Yard Buildings "C" and "L ", Contract No. 2762
(Project Title and Contract No.)
This endorsement is effective 5/9/90 at 12:01 A.M. and forms a part of
Policy No. 01 —CL-420332 of AMERICAN STATES INSURANCE COMPANY
Company Affording overage
Insured STEEN CONSTRUCTION COMPANY Endorsement No.
Producer O'NEILL INSURANCE ASSOC. By j
Au or ze
L
eprq
azive
• i Page 15
CONTRACT
THIS AGREEMENT, entered into this �ay of , 19�J ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City d
Steen Construction Com an hereinafter "Contract , "is made with
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
" and "L"
2762
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:
Corporation Yard Buildin s "C" and "L" 2762
it e o 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 -Three Hundred
Thirty -Four Thousand. Four Hundred Thirty -Three and No /100 ($334,433.00 ).
This com nsation inches 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)
0
0
Plans and Special Provisions for Corporation Yard
..n Or 11 --A 111 11 n-
e
(g) This Contract.
tract No.
Page 16
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
�_ _L &jmd��
By &I
May
ATTEST:
PAW 4 t, (�� /,L4 � � �
City Attorney
Name of Contractor (Pr i ipal)
Authorized SignatGre and Title
'-Authorized Sigifature and Title
CITY
r"
•
•
•
TO: City Council
FROM: Public Works Department
SUBJECT: CORPORATION YARD
RECOMMENDATION:
Mah 26, 1990
CITY COUNC L AGENDA
±TM.. -//
••'
762)
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bkdis -a-be
r -1990.
DISCUSSION:
This project provides for constructing two equipment storage
buildings at Corporation yard.
The first building, Building "C ", replaces an existing
dilapidated metal building at the location shown on the attached
Location Map. Building "C" is an open front masonry building
covering approximately 6400 sq. ft. of storage for traffic
signing, building, storm drain, beach and equipment maintenance
crews.
The second building, Building "L", is a new building to
garage the City's 6 beach cleaning machines. Building "L" is an
enclosed metal and masonry building covering approximately 3000
sq. ft.
Buildings "C" and "L" comprise a portion of the 1981 Master
Plan Improvements for Corporation Yard. A Negative Declaration
of Environmental Impact has already been prepared for the Master
Plan, published in the Daily Pilot, affirmed by the City Council,
and filed with the Clerk of the Board of Supervisors.
Plans and specifications for Buildings "C" and "L" were
prepared by staff and by Buchanan Architects and Associates. The
construction estimates are $500,000 if a concrete slab is built
in Building "L" and $480,000 if the City elects to use existing
asphalt paving for the floor surface of Building "L". After
design expenses, approximately $358,000 remains in the
appropriation for the construction of Building "C" and $139,000
for Building "L". Additional funds may be required for award.
The contract specifies that all work shall be completed by
ust 15, 1990_
Benjamin B. Nolan
Public Works Director
LD:so
v
•
•
_.Z
O
2
el F
o jI ti09
T�
f El
i
j,
INDUSTRIAL WAY
�a
0 2 ,_ PRA4bS/D,�
rc _
� 8L00.
G .BOADWnY
BLDG. 1
^E^ LOWER
PARKINO
AREA
AUTO
SHOP UDGE DRYING PI
BLDG, y
.,D.,
_BLOB
BLDG, "H"
WAREHOUSE i
BLDM
I
IiBLDG. "A" t
CAR ENTER
SHO
BLDG
EXIST. 8 PROPOSED
SIGN BLDG. "C"
HO
CITY CORPORATION YARD
892 SUPERIOR AVE.
NEWPORT BEACH
LOCATION MAP
CITY OF NEWPORT BEACH DRAW" DATE 1990
PUBLIC WORKS DEPARTMENT APPROVED
PUBLIC WORKS DIRECTOR
CORPORATION YARD R.E. NO.
DRAMNO B- 5132 -L
Orange Coast 0 0
F", {� �) ���� • orange Coast Daily Pilot • Huntington Beach Independent • F6u-r! n Volley Independent
330 West Bay Street • Costa Mesa, California 92627 is 714 642 -4321 • FAX 714 631 -5902
Dear Advertiser:
Enclosed please find clipping of your ad
from the first publication.
If you need to make any changes or corrections,
please call me at your earliest convenience.
The cost of this publication will be $
Thanks for your cooperation and patronage.
Sincerely,
udy etting
Manager
Legal Advertising Manager