Loading...
HomeMy WebLinkAboutC-1981 - Construction of Senior Citizen multipurpose room, 5th and Marguerite (OASIS)TO: CITY CLERK FROM: Public Works Department SUBJECT: SENIOR CITYZENS.I.CENTER MULTI - PURPOSE E BUILDING CONTRACT NO. 198.1 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance;- certificates, and return the remaining copies to ourdepartment. ')Kefne�th L. Project Engineer KLP:jd Att. 7 TO: CITY COUNCIL C;C/�IV� �C •r SFP r o 1979 BY +h• CITY coUNCIL CITY -00 i September 10, 1979 CITY COUNCIL AGENDA ITEM NO. H -14 FROM: Public Works Department SUBJECT: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING (C -1981) RECOMMENDATIONS: 1. Accept the work 2. Authorize the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been filed. 3. Approve an extension of time of 123 calendar days, and waive any liquidated damages. DISCUSSION: On August 28, 1978, the City Council awarded Contract 1981 to Noyes Roach Company, of Los Angeles, to construct the multi - purpose building. The project consists of a 7,500- square -foot building located at.the Senior Citizens' Center at Fifth and Marguerite Avenues in Corona del Mar. The cost of the.contract is as follows: Original Contract (base bid only) Change Orders (involving change in contract price) 1. Telephone conduit under slab $ 429.00 5. Substitute openable louvers in door( -) 79.00 7. Substitute A.C. approach for P.C.C.( -) 240.00 8. Extend roof drain to catch basin 346.72 9. Fire extinguishing system and hood alterations over kitchen range 1,576.04 Install additional flashing 357.50 Net Increase in Contract Price Total Contract Price The source of funds for this project: HUD Grant Carden School Leases Parks, Beaches & Recreation Fund Total (Includes Testing etc.) $405,000.00 2,390.26 $407,390.26 $398,671.00 9,158.00 2,776.00 $410,605.00 September 10, 1979 Subject: Senior Citizens' Center Multi- Purpose Building (C -1981) Page 2 The contract date of completion was March 26, 1979. The work was substantially completed to the satisfaction of the architect, the Parks, Beaches, & Recreation Department, and the Public Works Department on July 31, 1979. The contractor was delayed by rain, difficulty in obtaining man- ufactured items, scheduling delays, and the gasoline shortage. However work was prosecuted as vigorously as possible; and it is felt the assessment of liquidated damages would not be justified. The architect was Wilson V. Woodman & Associates of Newport Beach. Benjamin B. Nolan Ronald A. Whitley Public Works Director Parks, Beaches & Recreation Director KLP:do CITY OF NEWPORT BEACH June 25, 1979 TO: 7y tHBAR1(trA�M1p LL0UNCIL 7 Qr' N T FROM: Parks, Beaches and Recreation rector SUBJECT: OASIS CENTER REPORT BACKGROUND: H -8 (b) In 1975 the City acquired, from the State of California, excess property originally purchased for future freeway purposes. Formerly a private school, the acquisition and renovation of the existing facility and a new multipurpose room for Senior Citizens satisfied criteria to utilize HUD Community Block Grant funds. The attached plot plan shows the facility which has over 16,000 square feet of building for Senior Citizen and other community use. Listed below is a summary of developmental revenue and expenditures during the last two years: I. REVENUE A. Received from HUD Block Grant Program 1st year 2nd year 3rd year B. Other receipts Lease revenue from Carden School II. EXPENDITURES CDCAC Administration Acquisition Costs Architectural Fees Construction Misc. Improvements Other Costs (grading, blueprints, Southern Calif. Edison) $ 113,697 215,000 522,000 $ 850,697 Total HUD Funds $ 58,000 $ 908,697 TOTAL RECEIPTS $ 14,000 460,203 27,000 405,000 15,225 1,200 $ 922,628 TOTAL EXPENDITURES In operation since August, 1977, the objective of providing human service programs to Newport Beach's senior adults has developed at the OASIS Multipurpose Center. In the belief that participative experiences lead to a greater sense of self- worth, the Parks, Beaches & Recreation Department is dedicated to a philosphy that encourages people to help themselves in their leisure pursuits. Therefore, the operation of the OASIS (Older Adults Social, Information & Services) Center is a cooperative effort of both the Parks, Beaches and Recreation Department and the Friends of OASIS. WHO ARE "THE FRIENDS OF OASIS "? The Friends of OASIS is a non - profit corporation whose purpose, as stated in its Articles of Incorporation, is: 2.1 The specific and primary purpose for which this corporation is formed is to engage in charitable activities, through the receipt and distribution of its funds . and the use of members' talents, so as to promote and advance the integrity and vitality of senior citizens as a group. The charitable activities of this corpora- tion shall include the providing of continuing informational, social, and organiza- tional assistance to senior citizens through operation of a senior citizens center in conjunction with the City of Newport Beach and through other available means. Basically, the Friends of OASIS raises funds for and operates the Center, in con- junction with the Parks, Beaches and Recreation staff. The Friends of OASIS is not simply a support group which raises money and advises on policy. It is an active, (OVER) working group whose members initiate and implement many, if not most, of the programs at OASIS Center. Were it not for the assistance of The Friends of OASIS, the City would be unable to program the Center at the current level of service. Friends of OASIS members teach classes, serve on many working committees, volunteer in the office, organize and conduct special programs, clubs, trips, and social service activities, and assist wherever needed. To give an idea of the scope of their con- tribution, current working committees include: Arts & Crafts, Audio Equipment, Bridge, New Building /Improvements, Building & Grounds, Canasta, Chess, Choral Group, Ballroom Dance, Square Dance, Discount Program, Gardening, Kitchen Equipment, Lunches, News- letter, Special Events /Parties, Publicity, Sculpture, Sewing, Social Services, Trips, and Volunteer Coordination. These are working committees; volunteers are actively organizing and leading these classes, programs and activities. Currently, 850 hours per month are being volunteered to the Center by Friends of OASIS. Should this level of contribution hold, this would total 10,200 hours for calendar year 1979, which is equivalent to almost five full -time positions. Needless to say, the Friends of OASIS is enabling the City to provide service to seniors at a low cost. Reimbursing these volunteers, even at a part -time Recreation Leader rate of $3.35 per hour, would cost $34,170 per year. In addition to the high number of volunteer hours provided to operate the OASIS facility, the Friends of OASIS have purchased or solicited donations to equip the facility. Some of these items are: Kitchen equipment for the multipurpose building - $ 7,652 Piano - 1,400 Numerous furniture donations All types of office equipment donated. Hammond organ donated. Numerous donations of appliances, musical instruments, plants, craft supplies, etc. The City staff has coordinated the operational use of volunteers and encouraged the Friends of OASIS to pursue fund - raising techniques to minimize the use of public funds for the OASIS Center. Although willing to assist and provide direction as requested, the City staff does not administer the funds of Friends of OASIS. The Friends of OASIS is a volunteer group who chooses to support the City of Newport Beach OASIS Center; volunteers are often highly independent and must be handled in an appropriate manner. To demand complete control of the group's finances, in our opinion, would not be productive. At present, the Friends of OASIS submits a quarterly financial report to the Parks, Beaches and Recreation Department, which is adequate for requisite information purposes. To cooperate with a group does not demand that the City control them. Cooperative projects such as OASIS serve to cut costs to the tax- payer and should be encouraged, not discouraged. Staff feels current reporting pro- cedures are adequate. If the desire is to make the operation self- supporting through fund raising, member- ship dues, programs or services, an understanding of this should occur. An annual fiscal commitment of the City and the Friends of OASIS would embrace the cooperative philosophy that now exists. However, a formal agreement should be pursued which leaves no misunderstanding of responsibilities and obligations. WHAT DOES THE CITY PROVIDE TO OASIS? Through the Parks, Beaches and Recreation Department, the City assigns a Recreation Supervisor to the OASIS Center. This individual is responsible for Center super- vision and administration. The Supervisor coordinates all volunteer activity and serves on the Friends of OASIS Board, as well as being responsible for day -to -day Center operation. In addition, the City staffs the Center with one full -time clerical and one full -time maintenance person, both of whom are funded through the CETA program BUDGET TOTAL CETA Orange County Revenue Sharing Older Americans Act, Title V NET CITY COST BUDGET SUMMARY 77 -78 78 -79 79 -80 $ 40,563 $ 57,590 $ 50,060 -3,600 - 16,385 - 19,360 -7,743 - 3,450 - 9,120 $ 29,220 $ 28,635 $ 30,700 * $ 12,380 * $12,380 expended for one -time purchase of tables and chairs for existing rooms and new multipurpose room from the Building Excise Tax Fund. AVERAGE DAILY USE AT OASIS CONCLUSION: During the past two years the City and The Friends of OASIS have developed a Multipurpose Senior Center of which the community can be proud. Services have expanded by means of a unique cooperative effort which allows the Center to be operated at a low public cost. While staff feels the current fiscal reporting of Friends of OASIS is adequate, there is another area which merits evaluation: the responsibilities of each party in regard to Center operation. Should the Council desire that the Friends of OASIS assume more responsibility for the Center's fiscal self- sufficiency, a formal agreement should be pursued which leaves no misunderstanding regarding responsibilities and obligations of both the City and the Friends of OASIS. RW:h Ronald. A. Whitley 3 Days Average Participant Units Served Open Daily Use 77 -78 21,563 229 94.2 78 -79 35,656 249 143.2 Projected 79 -80 39,000 249 156.6 CONCLUSION: During the past two years the City and The Friends of OASIS have developed a Multipurpose Senior Center of which the community can be proud. Services have expanded by means of a unique cooperative effort which allows the Center to be operated at a low public cost. While staff feels the current fiscal reporting of Friends of OASIS is adequate, there is another area which merits evaluation: the responsibilities of each party in regard to Center operation. Should the Council desire that the Friends of OASIS assume more responsibility for the Center's fiscal self- sufficiency, a formal agreement should be pursued which leaves no misunderstanding regarding responsibilities and obligations of both the City and the Friends of OASIS. RW:h Ronald. A. Whitley 3 Number of Cost Fiscal Year Budget Participant Units Served Per Unit 77 -78 $ 40,563 21,563 $ 1.88 78 -79 $ 57,590 35,656 $ 1.62 79 -80 $ 50,060 39,000 $ 1.28 CONCLUSION: During the past two years the City and The Friends of OASIS have developed a Multipurpose Senior Center of which the community can be proud. Services have expanded by means of a unique cooperative effort which allows the Center to be operated at a low public cost. While staff feels the current fiscal reporting of Friends of OASIS is adequate, there is another area which merits evaluation: the responsibilities of each party in regard to Center operation. Should the Council desire that the Friends of OASIS assume more responsibility for the Center's fiscal self- sufficiency, a formal agreement should be pursued which leaves no misunderstanding regarding responsibilities and obligations of both the City and the Friends of OASIS. RW:h Ronald. A. Whitley 3 NEWPORT BEACU. OFFICE OF THE CITY'( (714) 640 -2251 oetober 23, 1979 Noyes Reach Company _w 5017 Telegraph Bead Los Angeles, Cal 90022 Subjeett. Surety t .Industrial Indemnity Ce Bonds No t Td 789-6799„ Project t feml" cities=# Center Ne ti- Purpose Building Contract No. t 1-1981 The City Council on .July 31, 1979 accepted the work of subject project and authorised the City Clark to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been Mae.... Notice of Completion was filed with the Orange County Raeordet out September 24, 1979, Book No. 13322. Page 122. please notify'' your surety company that bonds may be released 35 days after recording data. Doris George City Clark rg cc: Publia Works Department E 3 2833' K 3322 PG 122 EXEMPT ERECORDED ' • Qu,O FICIAL RECORDS' BePUFI -ea TYCALIFORe" C CIr OFENEWPORT BEACH NOTICE.. OF COMPLETION SEP 21 ;919 3300 NEWPORT BOULEVARD aot� carder NEWPORT BEACH, CALIF. 92663 PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 31, 1979 the Public Works project cons sting of Senior Citizens' Center Multi- Purpose Building at 800 Marguerite Avenue, Corona del Mar, CA 92625 on which Noyes Roach Company was the contractor, and Industrial Indemnity Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPOR BF.A - - J, )ZZ - Publi 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 September 11, 1979 at Newport Beach. //(JCalifornia. )1�4 — AA�'Z� ublic 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 September 10, 1979 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 September 11, 1979 at Newport Beach, California. r C)iTY ft raft SEP19 1979► C ?lY Nir'FORT k EEACH, CALIF. :, NEWPORT BEACH CALIFORNIA c;tr Hall 3300 W. Newport Blvd 640 -2251 Date• September 11, 1979 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Senior Citizens' Centel Multi- Purpose Building Contract No. 1981 on which Noyes Roach Company was the Contractor and Industrial Indemnity Company was the surety. Please record and return to us. Very trul yours, Aoaris George City Clerk City of Newport Beach Encl. R u a+�" NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 31, 1979 the Public Works project consisting of Senior Citizens' Center Multi- Purpose Building on which Noyes Roach Compai was the contractor, and Indu; was the surety, was completed. CITY OF NEWPORT r c. Tublid Works Director VERIFICATION I, the undersigned, say: 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 September 11, 1979 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK 1, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 10, 1979 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 September 11, 1979 at Newport Beach, California. '� —CiEy- Y Ir Jr CORROON & BLACK /MILLER & AMES 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 September 28, 1978 City of Newport Beach C/0 City Clerk 3300 Newport Boulevard Newport Beach, California 92663 Re: Noyes Roach Company Gentlemen: /Renewal Enclosed are Certificates of Insurance in connection with the above Insured, as follows: Comprehensive Liability Policy No. HAC 013871. MJ /bh Encls: If you have any questions, please give us a call. Yours very truly COR OON & BLACK /MILLER & AMES r l/` js GG/�•G�i 0 arietta Je ins cc: Noyes Roach Company ocr aF�r Insurance Brokers Surely Bonds ff CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1981 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 101178 when signed by an Authorized Representative of -i IhIRANCF, COMPANY Name of Insurance Company and when issued to City shall be valid and form part of Policy No. HAC 013871 insuring NOYES ROACH COMPANY Name Insure: expiring OCTOBER 1, 1979 NAME OF AGENT OR BROKER CORROON 8 BLACK /MILLER & AMES ADDRESS - AGENT /BROKER IMPORTANT: This is the only evideoe of/insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company 90010 CORROON & BLACK /MILLER & AMES 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 September 25, 1978 City of Newport Beach C/0 City Clerk 3300 Newport Beach, California 92663 Re: Noyes Roach Company Gentlemen: Enclosed are Certificates of Insurance in connection with the above Insured, as follows: Worker's Compensation Policy No. WC1 06196A. If you have any questions, please give us a call. Yours very truly ILLER & AMES Insurance Brokers Surety Bonds MJ /bh Encls. Q,�\ 1 �•�\ •q.�,,{,��ry oir ru � O ®r CERTIFICATE OF INSURANCE . 3600 Wilshire Blvd. 1. MISSION INSURANCE _ company Los Angeles, Ca. 90010 (213) 386 -2360 _ company company company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH C/0 CITY (J.F.RK, 3300 NEWPORT BOUTEVART), NEWPORT ROACH, CATTF_ 99663 THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTIVE SCHEDULE NAME OF INSURED NOYES ROACH COMPANY ADDRESS OF INSURED POST OFFICE BOX 6877 LOS ANGELES, CALIFORNIA 90022 DESCRIPTION OF ❑ VEHICLES O PREMISES MPERATIONS COVERED _ CONTRACT # 1G81 — SFNTOR CTTT7PNS CENTER 1 TT— PURPOSE BUILDING SCHEDULE OF INSURANCE DESCRIPTION OF COVERAGE INSURING CO. NO. POLICY NUMBER INCEPTION DATE EXPIRATION DATE LIMITS OF LIABILITY WORKER'S COMPENSATION 1. WCl 06196A 6 1 78 6/1/79 STATUTORY General Liability Bodily Injury $ ea. occur. $ aggregate General Liability Property Damage $ ea. occur. $ aggregate Automobile Liability Bodily Injury $ ea. person $ ea. occurr. Automobile Liability Property Damage $ ea. occurr. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF. IT IS UNDERSTOOD 8 AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY { 30) DAY WRITTEN NOTICE THEREOF TO THE CERTIFICATE HOLDER. .1 EFFECTIVE SPETEMBER 25, 19MURING COMPANY (OR COMPANIES) BY Representative BLACK - MILLER & AMES 0 0 CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No Project 1901 � s Cittsass Caster Date _S"tember 27. 1970 t \� Attached is signed copy of subject contract for transmittal to the contractor.' Contractor: Address: 5017 TalaOrapb Re". Los As , CA 90022 Amount: $ 403,000,00 Effective Date: 2 -27-72 Resolution No. 9424 Doris Geotje Att. cc: Finance Department m City hall 3300 Newport Boulevard, Newport Beach, California 92663 ,1 Approved this 22m Doris jG • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 SUBMITTED BY: NOYES ROACH COMPANY Contractor 5017 Telegraph Road ddress Los Angeles, California 90022 qty (213) 269 -3151 Telephone No. $405,000.00 Total Bid Price Base Bid by the City Council day of May, 1978. e k rge, City C C r CITY CLERK 0 • • 0 . July 24, 1978 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that the Specifications for the Senior Citizens' Center Multi- purpose building have been amended per the attached three sheets identified as Addendum #1, Contract Specifications, Senior Citizens' Center Multi- purpose building, Newport Beach, California, prepared by Wilson V. Woodman & Associates, and dated July 24, 1978. The amendments listed in Addendum #1 shall supplement the original specifications and shall become a part of the contract docu- ments. In case of any conflict, the provisions of the addendum shall govern. Please sign and show the date of receipt of this addendum, and include a copy with and as an included part of your bid proposal. e Kenneth L. Perry Project Engineer NOYES ROACH WMPANY CONTRACTOR'S SIGNATURE P 7 �_„� James P. Zam, Vice - President DATE OF RECEIPT OF ADDENDUM BY CONTRACTOR July 26, 1978 r ILSON V. WOODMAN & ASSOCIATES 1 d �jIJ ;��as�`x^ : NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660 „`:a ?::::? ITE 410 (714) 640 8161 July 24, 1978 ADDENDUM M1 TO CONTRACT SPECIFICATIONS SENIOR CITIZENS CENTER MULTI - PURPOSE BUILDING NEWPORT BEACH, CALIFORNIA 1. Sheet A -3 - delete "Exit" signs from kitchen and pantry areas. 2. Section 01010 -2 1.7(B) - change "200 consecutive calendar days" to 11180 consecutive calendar days ". 3. Sheet A -10 - Window Schedule - add "I" sliding office window (West side of office) 1/4" tempered glass with aluminum frame. 4. Section 08520 -1 - add 2.1 (B) sliding office window (Northside) "Rusco Steel Window" 4' X 6' sliding window (Fyre -Tec). Color shall be "Rusco" Aluminum No. 73 -17, wire glass. 5. Section 08520 -1 2.1 (A) - change finish of track assembly from 0 "medium bronze anodized coating" to "anodized coating ". 6. Section 12302 -2 2.1 (B) - delete 2.1 (B) "Exposed Cabinet Lumber: Grade A Select Ash" 7. Sheet M -1 - add automatic fire damper to duct 10 X 6 from office to entry. 8. Proposal Pg. 2 of 2 - delete alternate on wood trellis and concrete terrace. 9. Sheet S -1 - delete note saying "see SHTA -13 for alternate terrace this area" on concrete terrace @ North West corner. 10. Section 01045 - cutting and patching - 1.1 C2 pg. 1 - should read "material and equipment section 016001' - delete reference to "substitutions and product options section 01630 ". C4 - asphalt paving is section 02513; delete reference to Section 02600. C5 - Portland cement concrete paving is section 02515; delete reference to section 02614. �11. Section 01410 - Testing Laboratory Services - omit 1.1 D2, pg. 1 termite control section 02281. D5, pg. 1 concrete reinforcements is Section 03300; delete reference to 03200. ,rti •SENIOR CITIZENS CENTER • NE,.,PnPT RFPCH LTST cUR- COMTPACTnRS AND SVPLIER.S i SECTION NO. SUB- CONTP.ACTOP TRADE PHONE NO. 02n5n Donald & Robinson Demolition F, (714) 974 -3646 0220n P.O. Rox 3742 Earthwork Oranne, Calif. 92665 02232 Donald & Pobinson A.C. ravino & (714) 974 -3646 02513 P.O. Box 3742 Strinino Oranqe, Calif. 92665 R.A. Schatz Reinforcino (714) 823 -1342 10312 S. Almond Avenue Steel Fontana, Calif. 92335 04220 r„ L. Smith Co., Inc. Masonry- Concrets (714; 688 -6444 04252 7410 Indiana Avenue Rrick Vaner Piverside, Calif; 92504 055nO United Iron Works Metal Fabrications (213) Q26 -6655 11817 E 161st. Street Norwalk, Calif. 90550 Intarior Systems Mill work, wend (714) 993 -2501 33n E. nranaet`orne Ave -up slidinn, w -od doors Placentia. Calif. 92670 and frames. 0617n Glu -Lam Sales Co. Prefabricated (714) 544 -8474 P.O. Box 1351 Structual Wood Tustin, Calif. 92.680 n7210 Schmid Insulation Inc. Buildinn (714) 547 -0884 14382 Chambers Road Insulation Tustin, Calif. 92680 07313 So. Calif. Roofing Wood Shingles (213) 869 -2436 n7510 9841 Downey - Norwalk Rd Built -un Roofing Downey, Calif. 90241 0760n Aetna Sheet Metal Flashing and (213) 732 -6135 4416 West Jefferson Blvd. Sheet Metal Los 4nneles, Calif. 90nl6 087nn Sunerior Hardware Sunnly Inc. Finish Hardware (213) 655 -3883 7580 Melrose Avenue Los Angeles, Calif. 00046 08331 The Cookson Comnany Roll -un nass (213) 849 -2297 120 East Palm Avenue Window Burbank, Calif. 91502 Pane 2 is ection No Sub- Contractors Trade Phone No. 08520 Hodel Glass Comnanv Aluminum Ilindon•js (714) 556 -3700 n8800 16691 Noves Avenue Glass & Glazing Irvine, Calif. 92705 08610 Pella Windows Wood ',findows (714) 957 -1455 3n26 nranae A Santa Ana, Calif. 92707 09120 Insui- Acoustics, Inc. Lath, PLaster, Drywall ( ) 09220 1432 Chico Avenue & Acoustical 09250 So. E1 Monte, Calif. Q1733 09290 09511 093()0 Charles McCandless Tile Cnnt. Ceramic Tile (714) 542 -4433 636 Poinsettia Street Santa Ana, Calif. Q2701 09665 Lawrence W. Rosine Comnanv Resilient (213) 245 -0175 4916 San Fernando Road Floorino Glendale, Calif. 912n4 n99()n Industrial Painting & Painting (213) 685 -4374 Waternroofina Co. . 9926 Pioneer Blvd. Suite 105 Santa Fe Snrina, Ca. 90670 Nelson -Adams Co Tack Board (213) 283 -8161 1510 N. Durfee S. E1 Monte, Calif. 81733 10162 Keen Building Sneciaities Metal Toilet (714) 642 -9937 1760 Monrovia Avenue - -A19 Partitions Costa Mesa, Calif. 92627 ln8nn Montgomery Hardware Co. Toilet Poom (213) 737 -2710 3170 If. Olymnic Blvd, accessories Los Anaeles, Calif. 9nOn6 15010 Pacific Plumbinn Co. of Plumhino Systems (714) 547 -6967 15050 Santa Ana 15199 615 E. Washington 15401 Santa Ana, Calif. 927()2 15600 Louie Schmetzer Comnanv Heatino,Ventilatinq (714) 544 -6660 185 S. Prosnect Avenue & Air Conditioninn Tustin, Calif, 82680 916010 Contractors Electric Co. Electrical (714) 835 -6131 1110 E. Fourth Street Santa Ana, Calif. 92701 ......... . i Page 2 • • ADDENDUM #1 CONTRACTSPECIFICATIONS SENIOR CITIZENS CENTER MULTI - PURPOSE BUILDING • NEWPORT BEACH, CALIFORNIA (11) D70 pg 2 - Masonry Mortar is Section 04220; delete reference to section 04100. 12. Section 02513 - Asphalt Paving - Part 2 - Products 2.1 - insert "C,soil sterilizer simozine 80 -w ". Part 3 - Execution 3.1 - insert "C.- apply soil sterilizer Frore paving as per manufacturers instructions. 13. Section 06001 - Carpentry pg. 2 - Part 3.1 B - Termite Control - insert "in contact with ground or concrete" between the words "plywood" and "shall" in the statement - "all lumber (except redwood) and plywood shall be, etc ". 14. Section 12302 - Wood Casework, pg. 2, part 2, products 2.1 - delete Part "B Expose a inet Lumber - Grade A select ash ". 15. Electrical power plan - Sheet #E -3 - four duplex outlets are indicated at the 11'6" elevation; add 3 additional outlets at the 1116" level with location to be designated during construction phase of the contract. In addition remote switch boxes and wiring shall be provided for • each outlet in walls directly below. Drapery Contractor will provide switches to be installed by this Contractor. This will provide for seven motors which will operate overhead window draperies. 16. Interior wood surfaces to be stained or painted shall be coated, e�—or with clear, colorless fire retardant by surface impregnation. Material to be acceptable to the Newport Beach Fire.Marshall. Included is Bar Flame by Bar Flame Corporation, Los Angeles; Fire -Tec by Fire -Tec Corporation, Los Angeles and Flamortwc by Flamort Chemical Company, San Francisco. 17. Section 12501 - Drapery and Curtain Hardware - drapery will be provided for exterior openings as follows: 1. 'A' windows at entry and office shall be both fabric material and blackout material or double tracks, floor to ceiling. 2. 'B' and 'C' windows shall be drapery fabric only - omit black- out fabric. 3. 'G" windows (clerestory) will use composite fabric (vinyl backed). 4. All drapery and black -out curtains will be mounted on ceiling track. Track system to be "snap -it- full" drapery track so as to minimize stacking depths. S. Drapery fabric at A, B, C, windows shall be "Newport Fabrics #9287. July .24 .1978. Page 3 . • ADDENDUM M1 CONTRACT SPECIFICATIONS SENIOR CITIZENS CENTER MULTI- PURPOSE BUILDING •NEWPORT BEACH, CALIFORNIA (17) Drapery Fabric at high "G" windows shall be Newport Fabrics 09287 with white opague coated backing. Black -out fabric at 'A' windows opague vinyl installed against windows. All fabrics and materials are to be flameproof. 6. Divider drapery material shall be "Newport Fabric ".0 4027 double faced, and as located on plans Sheet A -3 at three locations. Use same track system as specified under 04 this part. 7. High clerestory windows will be operated by motors (7) to be furnished and installed by this contractor and as manufactured by "Automatic Devices Co." Allentawn Pa. Model No. "Tom Thumb" 0871. 7 remote key operated switches iKOS -2 furnished this Contractor and installed by the Electrical Contractor. 8. Submit samples of all materials to Architect for approval. Colors to be approved by Architect. 18. Sheet S -3 upper roof framing plan refers to " 3 X 10 RS Cedar Fascia typical "; it should read Douglas Fir and NOT Cedar. • 19. All siding and panelling (interior and exterior) will be Cedar siding as specified in Section 07461 of the specifications. Include siding on fascias. 20. All trim, fascias, exposed posts, etc. are saw textured finish Douglas Fir.R.S. on.the plans refers to "saw textured finish ". 21. Scratch coat for the ceramic tile will be by the Ceramic Tile Contractor. END OF ADDENDUM July 24, 1978 • • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA • NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 1st day of �Auust�, 1978, at which time they will be opened and read, for performing work as fo lol ws: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. We contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required anT the Corporate Seal shall be of ixed to all documents requiring signatures. In the case of a ari' tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la • The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. 0 The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained 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 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. NOTE: This contract will be funded with Federal Revenue SharingFunds; therefore all work to be done under this contract must comply with the Davis -Bacon Act which requires that the City must receive weekly certified payroll statements from the contractor and all subcontractors and must verify that all wages and fringe benefits paid were in compliance with the Davis -Bacon Act. Revised '5 -23 -78 0 9 Page Z • All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. in case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. A161570 Classification A Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or Bon 0 an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213) 269 -3151 PPhone u er Bidder's Name . P /n ___]_a Z a �.'� (SEAL) Au us _L, 1978 /emu Date Authorize j Sigma ure Mar C Dame'. SecretarX Au horized Signature �ornnrati on Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Richard H. MacLeod, President James P. Zani. Vice President _ Mary C.-Dame'. Secretary • L J u 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address I. Demo. & Earthwork Robinson Orange Co. 2. A.C. Paving " " " 3. Masonry C. L. Smith Los Angeles 4. Roofing South Cal " 5. Glass & Glazing 6. Acoustical Insul. Acoustics Los Angeles 7. Lath & Plaster it " It " 9• Painting Industrial Paint. " 10. Plumbing Pacific " 11. Heating & Ventilating Inii Srhmpit7pr Orange Co 12. Electrical Cont. Electric NOYES ROACH COMBiddePANY rTS Name 1 1. 9/.lamps P_ Tani, Vira Precirlenj- Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) Gov v •111 OR ORIGINAL SEE CITY CLERK'S FI0 COPY Page 4 • BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond No. YS726 -6052 KNOW ALL MEN BY THESE PRESENTS, That we, NOYES ROACH COMPANY, Los Angeles, California, , as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent(10 %) of total amount of the bid Dollars ($ ------ - - - - -- ), 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 principal for the construction of SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 1st day of August 1978 . Corporate Seal (If Corporation) NOYES ROACH COMPANY Principal o -7 S /James P. Zani. Vice President (Attach acknowledgement of Attorney -in -Fact) • Martha J. Chase, Notary Public INDUSTRIAL INDEMNITY COMPANY Commission expires April 3, 1981 Surety By S /Robert M. Minot Title Attorney -in -fact E • NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever 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 1st day of August 19 78 . My commission expires: February 16, 1982 40 S /James P. Zani, Vice President S /Mary C. Dame', Secretary �P.. u� otary •. lic FOR (WINAL SEE CITY CLERK'S FILE COP(o Page 6 • STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. S /James P. Zani, Vice President Signed 0 0 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 72,73,77 &78 For Whom Performed (Detail) Calif. Institute of Tech. Person to Contact Mr. Richard Barker Telephone No. 795 -6841 69 thru 78 Claremont College Mr. Jack Albrecht 714/626 -8511 " thru 78 Ford Motor Company Mr lnhn Moseley 723 -2473 7F thrii 7R reppraj Mn+nrc fnrp Plan+ Fnginpprin9 997 -5041 70 thru 77 Great Lakes Carbon Mr. Andy Simms 834 -1146 72 thru 78 McDonnell Douglas Corp Mr. Don_Favreau 714/896 -2230 76 thni 7R • Mr Tnm HnIland 66 +hrkm 70 •.m... Collp P u Rnhprt Quin in 714/621-8136 r- A. Whittell. Jr. 889-1500 . . ... 72 County of L.A.(Bilbrew Library) Mr. Von Raven berg 974-1551 S /James P. Zani, Vice President _ —Signed . "The Premium char d for this Bond is include at shown on the Performanc Bond." Page 8 LABOR AND MATERIAL BOND EXECUTED IN QUADRUPLICATE BOND NO. YS 789 -6799 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 28, 1978, has awarded to NOYES ROACH COMPANY hereinafter designated as the "Principal ", a contract for SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING, CONTRACT N0. 1981 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 NOYES ROACH COMPANY, 5017 Telegraph Road, Los Angeles, California 90022 as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED TWO THOUSAND FIVE HUNDRED AND N01100 -------- Dollars ($ 202,500.00 , 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 4204 of the Government 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 9 (Labor and Material Bond - Continued) • this bond, as required by the Provisions of Section 4205 of the Government 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 September , 19 79 Approved as to f m: City ftlqAn e ej5�T 40 NOYES ROACH COMPANY (Seal) Name of Contractor Principal 3�?..._ '. P f7a,� % - Authorized Signature and Title James P. Zani, Vice- President Authorized Signature and Title INDUSTRIAL INDEMNITY COMPANY (Seal) Name of Surety 505 Sout gil Avenue Los geles„ California- ,90005 nw,vo r� au�c •. Signature and Title of Authorized Agent Robert M. Minot, Attorney -in -Fact CORROON & BLACK /MILLER & AMES Address of Agent 3600 Wilshire Boulevard Los Angeles, California 90010 213 = 386 -2360 Telephone No. of Agent O O 3 3 �, O 9 Dy �o�� � a o .! � �➢ 'p�. m n D N y � �� n� w� A � g� y a �� ��� ���� �� �a, �� �� o. ��° o =� �_ �, _� �a �_� a�� =d� �o= 3 _ � �ti n� o .�. �.. 'o' � � o .+ � m ,. � 3 � � � o 6 Q d � �� O y F o m � w � O C K N a N P O IT 1� 1J -h O S 111� I� .;� 'It'r . . . ... . .. D H oq oq } \ \ \ \ \� co z _ \ \\/ \� \� ( \e] /\ ) -0 'D z 0 n 1D t:r 0 LO n Cl) In, x n > CL :1 rb ƒ ©r§tj CL Q.. 0 lJoixer Of �ttornru #535 � nntn all Lnell hu tljese preern #s: y HOME OFFICE SAN FRANCISCO That INDUS "I'RIA]. INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint ------------------ --- -------- - - - - -- ROBERT M. MINOT ------------------------------------- its true acid lawful attorney-iii-fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, st.ipu I circus. consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of --------------------------------------- --UNLI=ED- --------- — ----------- — -------------- and reserain,g to itself full power of substitution and revocation. ']his Power of Attorney is made and executed in accordance with the Resolution adopted by the Hoard of Directors of I NDUS'I'RIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunc tiun with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys -in -fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate s<al thereto: RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed la,simile, litho - gr;phcd or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued.' In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 21St day of June , l9 76 . Att,ees f INDUSTRIAL INDEMNITY 0011 • \ i- By Roxani M. Gilles p' , ecretary' J. G. .lante *,,.,.r*, rn ✓ Seniov Vice President S'PA'IF OF CALIFORNIA C7 '1'Y AND COUNTY OF SAN FRANCISCO � ss. 0 On this 21st day of June , 19 76 , before me, Mary Mueller a uotary public in and for the City and County of San Francisco, State of California, personally appeared . C. Plante and Roxani M. Gillespie known to me to be the Senior Vioe president and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on Ssptenibe.r 27, 1972, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. lxxmenmuwunnm a eumuununn�lnmNM ? MARY MUELLER 3S NOTARY PU3LIC - CA:IFORNIA 7 CIIT 8 i0u41Y Of SAN FRANCISCO , otary Pub' t and for the City and County i= My C. l%I' -On Expk, Ally. 3, 1979 of Sa Fr uisco, State of California sutxwsulurut ..CuusnwwwuouuunpurH 1, ROxdni M. Gillespie, Secretary of INDUSTRIAL. INDP:IINI'I Y COMPANY, do hereby certifv that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the print ipal office of said Company, and that the same are correct transcripts therefrom and of the whole of the .,aid originals, end that said Power of Attorney has not been revoked but is .still in full force and effect. Lt witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDE1tNIT1' COYIPANY at the City of San Francisco, California, this 7th day of September , 19 78 SEAT. 1V041 R>110/721 Roxani M. Gillesp' , s etary • C • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That EXECUT6IN QUADRUPLICATE Page 10 PREMIUM: $4,050.00 BOND NO. YS 789 -6799 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 28, 1978, has awarded to NOYES ROACH COMPANY hereinafter designated as the "Principal ", a contract for SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING, CONTRACT NO. 1981 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, NOYES ROACH COMPANY, 5017 Telegraph Road, Los Angeles, California 90022 as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED FIVE THOUSAND AND NO/ 100--------------- - - - - -- Dollars ($ 405,000.00 �> 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 Page 11 • (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 7th day of September , 19 78 NOYES ROACH COMPANY (Seal) Name of Contractor (Principal) Authorized Signature and Title James P. Zani, Vice - President • Authorized Signature and Title , INDUSTRIAL INDEMNITY COMPANY (Seal) Name of Surety '� 11M I, U Amism 0 505 South Virgil Avenue Robert M. Minot, Attorney -in -Fact CORROON & BLACK /MILLER & AMES 3600 Wilshire Boulevard, Los Angeles, California Address of Agent 90010 213 = 386 -2360 Telephone No. of Agent n 0 a 3 3 3 � o ' D n � 3 o i O N w o; A a z z O n, d 6 ti O O rD c � c c Q m � E d o � o E3 a � o a 0 0 N � 3 o � 6 Q d � x� F o a o n c y m � o �r In N n �O CD � ro �a � 1 11 �l .j 3 �§ P. \ 17, \ / [ /00 z /)E >m$E ct B\ \g E@$( ]®�ƒ (_; ;)@�/ $( / / fri ( rL k���2 � \\ 777 , ($ / Ef ! }; /\ C 0 / \\ UfZTPi Df1tfDTYtPt #535 • HOME OFFICE -SAN FRANCISCO L�notn all then by thrsr �Iresettts: That INDUSIRIAI, INDEMNITY COMPANY, a corporation organized and existing tinder the laws of the State of California. and having its principal office in the City of San Francis, o, State of California, does hereby make, constitute ;in, appoint ------------------------------ - - - - -- ROBERT M. MINOT ------------ ------------------------ its true and lawful attorney -in -fact for it and in its name, place and stead to execute on its behalf as surety, honds, undertakings, st-tpu lations. consents and all contracts of .suretyship and to attach its corporate seal to such obligations in favor of all obligces, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of ----------------------------------------- UNLIMITED------ ------- -- --------------- - - - -- -- and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of INDUSTRIAL INDEMNI'T'Y COMPANY at a meeting held on the 27th day of September. 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attornevs -in -fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate sial thereto: "RESOLVED, I'U'R'FHER, that the signatures of said officers so authorized by this Company may be pruned fitcsitnile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 21St day of June 19 76 . Attest: ! '1 't''' Roxani M. Gillesp' , Oecretary S'TA'TE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO � ss. On this 21st day of , 'Line , 19 76 before me, INDUSTRIAL INDEMNITY CO- ,!L�,NY By J. G. President Mary Mueller a notary public in and for the City and County of San Francisco, State of California, personally appeared J. G. r_aPiante and Roxani M. Gillespie known to Inc to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof. I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. bsmrrmu�uwtnmm a run nnunnmmuuxH MARY MUELLER 3S "e NOTARY P01.1C - CAUFORNIA (Iry $ COUNfY W SAN FRANCISCO 2`• rotary Pub' an for the City and County S� MY Commua4ii Exolte Aug. 3, 1979 of Sa Fr tcisco, State of California ismwnwuo{..AUN...... WHW....uwH I, ROxani M. Gillespie, Secretary of INDUSTRIAL INDENINFFY COMPANY, do hereby certifi that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. b1 witness whereof, I have hereunto subscribed my name COMPANY at the City of San Francisco, California, this 7th SEAT. IY061 R7 (10/72) as such officer and affixed the seal of INDUSTRIAL INDE:XINITY day of September 19 78 . ' I oxani M. Gillesp , S etary ' Page 12 CONTRACT � THIS AGREEMENT, made and entered into thisday of 19, by and between the CITY OF NEWPORT BEACH, California, hereinaft r designated as the City, party of the first part, and NOYES ROACH COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by �. the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA —44Mayor V ATTEST: . City—Clerk NOYE Ic ntractor (SE By: Richard H. Macleod, President Title By: Mary C Dame', Secre r Tit Approved as to for \'U 0 City orn y p�! • • PR of • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING =1111A19 CONTRACT NO. 1981 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1981 in strict conformance with the Plans, identi- fied as City of Newport Beach Drawing No. B- 5065 -S (consisting of sheets); the Special Provisions; the Standard Special Provisions; the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each item of work, complete in place, to wit: Lump Sum Construct multi - purpose building including allowances; and all site improvements; complete in- place, for the lump sum price of: Four Hundred and Five Thousand Dollars and No Cents $ 405.000.00 ADDITIVE BID ITEMS 2. Lump Sum Install wood flooring (including deleting vinyl floor covering, depressing floor slab) for the lump sum price of: Eight Thousand Six Hundred Twenty -five Dollars and No Cents $ 8,625.00 3. Lump Sum Install vinyl wall covering for the lump sum price of: Two Thousand Fifty Dollars and • No Cents $_ 9,DF0 OD • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION TOTAL Is AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Provide food serving equipment for the lump sum price of: Ten Thousand Nine Hundred Sixteen Dollars and No Cents $_10~916.00 5. Lump Sum Provide drapes and drapery hardware for the lump sum price of: Thirtppn Thnucand Fivp Hundrpd Dollars and NA Cents $ y3,5nn no 6. Lump Sum Provide public address system for the lump sum price of: Two Thnucand Two Hundrpd Fighty Dollars and No Cents $ 2,22n_on 7. Lump Sum Provide chain link fence for the lump sum price of: • Thrpp Thnucand Six Hundrpd Sixty —ix Dollars and Nn Cents $_ 3,666 00 8. Lump Sum Provide wood trellis and concrete terrace for the lump sum price of: Dollars DELETED and FROM CONTRACT BY ADDENDUM Cents $ DFiFTFD Total Bid Price (Item 1 only) $ 405,onn_nn Total Bid Price (Item 1 only, written in words) Four Hundred and Five Thousand Dollars and No Cents August 1, 1978 Date 0 CONTRACTOR'S LICENSE NO. A161570 NOYES ROACH COMPANY Bidder's Name S /James P. ani, Vice President Authorized Signature TELEPHONE NO. (213) 269 -3151 CONTRACTOR'S ADDRESS 5017 Telegraph Road, Los Angeles, California 90022 0 • Cl CONSULTANTS' PAGE SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING Fifth Avenue & Marguerite Avenue Newport Beach, California 92625 Owner: NEWPORT BEACH Public Works Department 3300 Newport Boulevard Newport Beach, California 92663 Architect: WILSON V. WOODMAN & ASSOCIATES 260 Newport Center Drive, Suite 410 Newport Beach, California 92660 (714) 640 -8161 Structural: SAMIR A. ABU - DAYYEH 136 Rochester Street Costa Mesa, California 92626 (714) 642 -6866 Mechanical: JON HAMMOND 8321 E. Third Street Downey, California 90241 (213) 773 -7981 Electrical: DALE MARJALA 2700 E. Coast Highway Corona del Mar, California 92625 (714) 644 -6660 Soils Report: WESTLAND ASSOCIATES 23011 Moulton Parkway Suite 10, Building B Laguna Hills, California 92653 (714) 768 -4466 0 i CONTRACTOR CERTIFICATE OF GUARANTEE FORM We hereby guarantee that the we have furnished and installed is free from defects in materials and workman- ship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defects in materials or workmanship which may develop during the period of one year from the date of acceptance, ordinary wear and tear and usual abuse or neglect excepted, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such re- pairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice from the Owner. i PROJECT: LOCATION: • Signed Contractor /Subcontractor Address Phone Date of Acceptance CITY OF NEWPORT BEACH . CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO.1981 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,900 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 8/28/78 when signed by an Authorized Representative of MISSION INSURANCE COMPANY Name of Insurance Company and when issued to City shall be valid and form part of Policy No. HAC 013651 insuring NOYES ROACH COMPANY (Named Insure expiring [k-r0mr 1. 1978 NAME OF AGENT OR BROKER ADDRESS - AGENT /BROi�ER CORRO R & AMES 3600 WILSHIRE BOULEVARD ve IMPORTANT: This is the only evidenVe oV insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company _ 3600 Wilshire Blvd. Los Angeles, Ca. 90010 (213)386-2360 • CERTIFICATE OF INSURANCE • MISSION INSURANCE company company company company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH C/O CITY CLERK, 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CALIF. 92663 THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTIVE SCHEDULE NAME OF INSURED NOYES ROACH COMPANY _ ADDRESS OF INSURED POST OFFICE BOX • A •O ; 90 DESCRIPTION OF 0 VEHICLES 0 PREMISES )80PERATIONS COVERED CONTRACT 41981 - SENIOR CITIZENS CENTER MULTI- PURPOSE BUILDING SCHEDULE OF INSURANCE DESCRIPTION OF COVERAGE INSURING CO. NO. POLICY NUMBER INCEPTION DATE EXPIRATION DATE LIMn'SOFLIABILITY WORKER'S COMPENSATION 1. WCP 13075D 10/1/77 10/1/78 STATUTORY General Liability Bodily Injury $ ea. occur. $ aggregate General Liability Property Damage $ ea. occur. $ aggregate Automobile Liability Bodily Injury $ ea. person $ ea. occurr. Automobile Liability Property Damage $ ea. occurr. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF. IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY ( 30 ) DAY WRITTEN WOTICE THEREOF TO THE CERTIFICATE HOLDER. EFFECTIVE SEPTEMBER 7, 197lf4SURING COMPANY (OR COMPANIES) BY , kithoy6d Representative CORRI50H% BLACK - MILLER & AMES • CITY of NEWPORT BEACH PUBLIC WORKS DEPARTMENT SENIOR CITIZENS CENTER-MULTI- PURPOSE BUILDING CONTRACT NO. 1981 INSTRUCTIONS TO BIDDERS 1. INVITATION TO BID The City of Newport Beach invites licensed contractors to submit proposals to construct a.multi- purpose building and site improvements at the Senior Citizens' Center located at Fifth and Marguerite Avenues in Corona del Mar. The building is a one -story wood frame structure of approximately 7,500 square feet, The construction budget for the base building and site work is $385,000. In addition, there are seven additive bid items. The work will be financed with federal funds; therefore, the requirements of the Davis -Bacon Act will apply. The detailed requirements of the Davis -Bacon Act are found to the Special Provisions. 2. DRAWINGS AND SPECIFICATIONS • Drawings, specifications, and contract documents may be obtained from the Public Works Department, 3300 Newport Blvd., Newport Beach, California 92663, at no cost. 3. PROPOSAL The low bidder will be determined by the bid submitted for the base bid; however, each bidder must list prices for each of the additive bid items. 4. AWARD OF CONTRACT It is the intention of the City to award a contract within 30 days after the opening of the bids. 5. SUBSTITUTIONS AND "OR EQUALS" Requests for substitutions and qualifications as "or equal" must be submitted on "Substitution Request" form in writing during the bid period. Acceptance by the Architect, if given, will be in writing. Refer to General Provisions for further details. 6. INTERPRETATIONS A. Any discrepancies, omissions, ambiguities or conflicts found in the drawings and specifications or at the site, or any doubt as to their meaning or require- ments, shall be brought to the attention of the Architect not later than five (5) • days before the opening of the bids. Neither the Owner nor Architect will be responsible for any other explanation or interpretations or for any oral instructions. 5 0 • • B. Requests for clarifications shall be directed by telephone only to the person below: (1) Construction information: Wilson V. Woodman, Architect Telephone Number: (714) 640 -8161 (2) Project information and bidding: Kenneth L. Perry, City of Newport Beach, Public Works Department Telephone Number: (714) 640 -2281 7. GENERAL REQUIREMENTS Before submitting any proposal, each bidder shall have examined all other documents pertinent to this project, and shall visit the site of the proposed work and shall observe its condition in order that he may be fully informed as to materials,labor,and workmanship required and the conditions under which they must be furnished. 8. ADDENDA • Supplementary information, if necessary, will be mailed in addendum form simultaneously to all prospective bidders who have been provided a set of the drawings and specifications. 9. SUBCONTRACTORS A. Each bidder shall, with his bid, set forth, on the form provided: The name of each subcontractor who will perform work or labor or render service to the prime contractor or in or about the construction of the work in any amount in excess of one -half of 1 percent of the prime con- tractor's total bid. B. The bidder's attention is directed to the Standard Specifications for further information on subcontracts and subcontractors. 10. BIDDER'S BOND A. No proposal will be considered unless accompanied by a deposit in the amount of ten percent (10 %) of the base bid, either by a bid bond with a surety company approved by the owner, or by certified check or cashier's check made payable to the City of Newport Beach. 4 . 11. CONTRACT BONDS • • 0 0 The Standard Specifications require a Labor and Material Bond for 50% of the contract price, and a Faithful Performance Bond for 100% of the contract price. The contract price will be the amount of the base bid plus any additive bid items included in the award of contract. 12. LIABILITY INSURANCE The Standard Special Provisions increase the minimum limits for liability insurance shown in the Standard Specifications to the following limits: Comprehensive liability, combined single limit for bodily injury or property damage: Each occurrence: $ 500,000 Aggregate protective: $ 500,000 Aggregate products: $1,000.000 Aggregate contractual: $ 500,000 The policy shall include the following coverages: a. Contractual or assumed liability relating to contract(s) between the named insured and the City of Newport Beach. b. Owned, hired and non -owned automobiles. c. Contractors protective liability (when insured engages subcontractors). d. Products liability or completed operations. e. Explosion and underground hazards (when applicable). f. Personal injury hazards. g. Broad form property damage. A • • n L_J 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, material and services necessary to complete the site work, and to construct the multi - purpose building as shown on the plans, complete in place, including all necessary appurtenant work. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the City's Standard Draw- ings and Specifications, and the Drawings (identified as Drawing No. B- 5065 -S) and Specifications prepared by Wilson V. Woodman & Associates, Architects. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition with supplements to date. Copies may be purchased from Building News Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings and Standard Special Provisions may be purchased from the Public Works Department at a cost of $5; telephone (714) 640 -2281. II. COMPLETION OF WORK After execution of the contract by the City, the City shall within ten days issue a "Notice to Proceed" to the Contractor. The Contractor shall begin work within ten calendar days after the date of the "Notice to Proceed ". The Contractor shall complete all work on the contract within 180 consecutive calendar days after the date of the "Notice to Proceed ". The Contractor shall submit a construction schedule for approval by the City. The Contractor shall have an approved schedule prior to the start of any work. III. SAFETY ORDERS The Contractor shall have, at the work site, copies or suitable extracts of Construction Safety Orders and General Industrial Safety. IV. GUARANTEES Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City and shall repair and replace any and all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and /or materials within the one -(1) year period from 0 N 0 • date of acceptance, without any expense whatsoever to the City, ordinary wear and tear and usual abuse or neglect excepted. In the event of failure to comply with the above - mentioned conditions within a week after being notified in writing, the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefor immediately on demand. V. PERMITS AND FEES All permit fees normally charged by the City shall be waived, except that every Contractor and subcontractor employed on the project shall have in effect a valid current City business license. VI. CONSTRUCTION SURVEY STAKING Field surveys for control of all grading and construction shall be the responsi- bility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engi- neer. Staking shall be performed on all items ordinarily .requiring grade and alignment at intervals normally accepted by the agencies and trades involved. VII. SITE ACCESS AND WORK AREA Special attention is directed to Section 7 -8 and 7 -9 of the Standard Specifica- tions regarding site maintenance and protection of existing improvements. 0 111. SHOP DRAWINGS AND SAMPLES The Contractor shall check and verify all field measurements and shall submit with such promptness as to cause no delay in his own work or in that of any other Contractor, at least five (5) copies, checked and approved by him, of all shop drawings and schedules required for the work of the various trades, and the Architect shall pass upon them with reasonable promptness. Three (3) copies will be retained by the Architect and the balance returned to the General Contractor with any required comments or corrections. The Architect's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviation from drawings or specifications, unless he has in writing called the Architect's attention specifically to such deviations at the time of submission, nor shall it relieve him from responsi- bility for errors of any sort in shop drawings or schedules. All submittals of shop drawings, catalog cuts, data sheets equipment and material lists shall be complete and shall be transmitted using form provided by Architect. The shop drawings transmittal form shall be signed by the Contractor, verifying that shop drawings conform to Contract Drawings and Specifications. The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. IX. RECORD DRAWINGS . Where specified in the separate sections of the Specifications, the Contractor shall provide and keep up to date a complete as -built set of blueline prints, 0 C 0 • which shall be corrected daily to show every change from the original drawings and specifications, and this set shall be the record set. As -built entries shall be completed in a neat, clear, professional manner. Upon completion of work, the Contractor shall obtain Inspector's signature on the record set verifying information. The Contractor shall then obtain auto - positives (reverse reading) tracings of each sheet of the record set containing "as- built" information and deliver them unfolded, along with record set, to the Architect. ANCE WI AS All work to be done under this contract must comply with Part 5, Sub -title A, Title 29, of the Code of Federal Regulations. Apprentice and Trainee Employment Requirements The Contractor agrees: i. That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupation which bears to the average number of the journey- men in that occupation to be employed in the performance of the contract the applicable ratio as determined by the Secretary of • Labor. ii. That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of (a) the availability of training opportunities for the first year appren- tices, (b) the hazardous nature of the work for beginning workers, and (c) excessive unemployment of apprentices in their second and subsequent years of training. iii. That during the performance of the contract he will, to the great- est extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (i) and (ii) of this subparagraph. The Contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by first year of training, and of journeymen, and the wages paid and hours of work of such apprentices, trainees and journeymen. The Contractor agrees to make these records available for inspection upon request of the Department of Labor and the City of Newport Beach. 3. The Contractor who claims compliance based on the criterion stated in Section 5a.4(b) agrees to maintain records of employment, as de- scribed in Section 5a.3(a)(2), on non - Federal and non - Federally assisted construction work done during the performance of this contract in the same labor market area. The Contractor agrees to make these records • available for inspection upon request of the Department of Labor and the City of Newport Beach. 0 0 0 • 4. The Contractor agrees to supply one copy of the written notices required in accordance with Section 5a.4(c) at the request of the City of Newport Beach. The Contractor also agrees to supply at 3 -month intervals during performance of the contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, or hours worked and wages paid for first year apprentices and trainees, other apprentices and trainees, and journeymen. One copy of the statement will be sent to the City of Newport Beach and one to the Secretary of Labor. 5. The Contractor agrees to insert in any subcontract under this contract the requirements contained in this paragraph (29 CFR 5a.3(a)(1), (2), (3) , (4), and (5)). Sections 5a.4, 5a.5, 5a.6, and 5a.7 shall also be attached to each such contract for the information of the Contractor. The term "Contractor" as used in such clauses in any subcontract shall mean the subcontractor. B. Minimum Wages 1. Minimum wages i. All mechanics and laborers employed or working upon the site of the work, or under the United States Housing Act of 1937 or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project, will • be paid unconditionally and no less often tha n once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Sectary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics; and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, con- tributions made or costs reasonably anticipated under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are con- sidered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. ii. The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the c • Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the contracting officer shall be referred to the Secretary for final determination. iii. The contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the Contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for deter- mination. iv. If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract: Provided, however, The Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act • have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The City of Newport Beach may withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project, all or part of the wages required by the contract, the (Agency) may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, ad- vance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records i. Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter of all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development • 0 0 • of the project. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1(b) (2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a) (1)(iv) that the wages of any laiiareror mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commit- ment to provide such benefits is enforceable, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. ii. The Contractor will submit weekly a copy of all payrolls to the City of Newport Beach if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for trans- mission to the City of Newport Beach. The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly State- ment of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a cop of any findings by the Secretary of Labor under 29 CFR 5.5(a)(1) (M shall satisfy this requirement. The prime contractor will make the records required under the labor standards clauses of the contract available for inspection by authorized representatives of the City of Newport Beach and the Department of Labor, and will permit such repre- sentatives to interview employees during working hours on the job. Apprentices Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprentice- ship and Training, United States Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and training, United States Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classi- fication of work he actually performed. The Contractor or Subcontractor will be required to furnish to the contracting officer written evidence of the registration of his program and apprentices as well as of the • appropriate ratios and wage rates, for the area of contstruction prior to using any apprentices on the contract work. 6 0 0 5. Compliance with Copeland REgulations (29 CFR Part 3) The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. 6. Subcontractors The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (5) and (7) and such other clauses as the City of Newport Beach may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 7. Contract Termination; Debarment A breach of clauses (1) through (6) may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. C. General Area Wage Determinations General Area Wage Determination Decision No. AP -438 of the Secretary of Labor • applies to this contract. Decision AP -438 was published October 13, 1972, in Volume 37, Pages 21692 of the Federal Register, (Cited as 37 FR 21692). Modifications and Supersedeas Decisions to area wage determinations are made from time to time and are published in the FEDERAL REGISTER. Modifications and Supersedeas Decisions are effective from their date of publication in the FEDERAL REGISTER. Modifications which apply to this contract specifically are found in the following decisions of the Secretary of Labor: 1. Supersedeas Decision No. CA77 -5041, published May 6, 1977, in 42 FR 23295; and 2. Modification No. 1, published June 3, 1977 in 42 FR 28732; and 3. Supersedeas Decision No. CA78 -5004, published January 27, 1978 in 43 FR 3844; and 4. Modification No. 1, published February 24, 1978 in 43 FR 7876. An updated Index to Area Wage Determination and Modifications as published in the FEDERAL REGISTER pursuant to the Davis -Bacon and related Acts is published on the first Friday of each month in the FEDERAL REGISTER. a N • • • 0 A copy of the revised area Wage Determinations applicable to this contract is on file in the office of the City Clerk. D. Instructions for Preparing Statements of Compliance Following are instructions and sample forms that will be required to be submitted to the City by all Contractors and Subcontractors on this project. ? INSTRUCTIONS FOR PREPARATION OF • STATEMENT OF COMPLIANCE This statement of compliance meets needs resulting from the amendment of the Davis - Bacon Act to include fringe benefits provisions. Under this amended law. the contractor is required to pay fringe benefits as predetermined by the Department of labor. in addi- tion to payment of the minimum rates. The contractor's obligation to pay fringe benefits may be met by payment of the fringes to the various plans, funds, or programs or by mak- ing these payments to the employees as cash in lieu of fringes. The contractor should show on the face of his payroll all monies paid to the employees whether as basic rates or as cash in lieu of fringes. The contractor shall represent in the statement of compliance that he is paving to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions follow: Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs ill amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of his payroll the basic cash hourly rate and overtime rate paid to his employees, just as he has always done. Such a contractor shall check paragraph 4(a) of the statement to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c). Contractors who pay no fringe benefits: • A contractor who pays no fringe benefits shall pay to the employee and insert in the straight time hourly rate column of his payroll an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classi- fication in the applicable %cage decision. Inasmuch as it is aot necessary to pay tirneand a half on cash paid in lieu of fringes, the overtime rate shall be not Icss than the sum of flit basic predetermined rate, plus the half time premium on the hasic or regular rate plus the required cash in lieu of fringes at the straight time rate. To simplify computation, of overtime, it is suggested that the straight time basic rate and cash in lieu of fringes ba separately stated in the hourly rate column, thus $3.25!.40. In addition. the contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any. contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficinecy directly to the employees as cash in lien of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exceptioncolutim the craft, and enter in the Explanation column the hourly amwunt paid the employees as cash in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes. Put sale I,Y the sop,% intcn. kw ,1 1),"'wn ran r5, U.S. Co"tn,Iwm PnutigK 11ui.c V't,hington. O.C. !0.1112 _ Pn,e 5111 Per pmt oI Iwt J .Act •LU -40,11 AND runLtt CC,NTa AC t, IIIVIs&aNa 1 � S Dala Arm nwlrnYrn 46 ATEMENT.OF COMPLIANCE. � ihldgrl Darrlm Nc. 10R1093 •1. do hereby slate: (Noon, of 11 CnAlorY PArh) ( illr) (1) That 1 pay or supervise the payment of the persons employed by on ( Darr Artor .. -7.6runlractor) the that during the payroll period commencing on the _day of (Nufldins or work) 19_ and ending the_duy of , Iq_. all persons employed on said project have been paid the full weekly wagen earned, that no rebates have been or will be made Cllhe•r directly or indirectly to or on behalf of said �_ from the full weekly wages earned by any person and that no deductions have (CVntrnclm m our aTlcem mclor been mode either directly or indirectly from the full wages earned by any person, ether than permissible deductions a:: defined in Regulations. Part 3 (29 CFl2 Subtitle A), issued by the Secretary of Labor under the Copeland Act, as Amended ( =18 Stat. 94R 63 Slat. 108, 72 Stat. 967; 76 Slat. M. 40 U.S.C. 276c), and described below: (2) That any payrolls otherwise under this contract required to be submitted far the above period are correct and complete; that the wage rates for toborersor mechanics contained therein aro not less than the applica, ble wceo rates contained in any wu;p deternlinotion incorporated into the coattagt; that the classifications set forth thotein for eact, lutlorer or mechanic con- form with the work he performed (3) That Any apprentices employed in the above period ure duly registered in a bona fide apprenticeship program registered wish a Stale apprenticeship agency recognized by the Bureau of Apprenticeship and -Training. United States Departtnvnt of Labor, or if no such recognized agency exists in a Stale, arc registered with the Bureau of Apprc:,:iceship and Training, United States Deparbnent of Labor. (4) Thal: 1 (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, LANS, FUNDS, OR PROGRAMS • ��- In addition to the basic hourly wage rates paid to each laborer or ntechnnic listed in the above referenced pay. roll, paymouls of fringe benefits as listed in the contract have been or wilt be made to nppropnate pro, rams for the benefit of such employees, except as noted in Suction 4(c) below. (b) Wlll --:R& PRINGL• BENEFITS ARE PAID IN CASH n- Each Laborer or raechnnic listed in the Above referenced payroll has been paid as indicated an the payroll, an amount wt less than the sum of the applicable basic hourly wage rate plus the amount of the requin'd fringe benefits as listed in the contract, except as noted in section 4(c) below. (c) EXCEPTIONS • \1,1'.1'1.1.1111. 1 A SII ICA IRON 01 ANY Of T,11' A \I.;:V1: :IATI. M. N'ts MAY SVI,JI.CT 1Hc G:)NTIIACIOII ON':111,CON INA! 11-11 CI \'IL VII C I I I MINAL IN:U +I:CU IRON SI'1: SLCI.11. In,ll Or It ILI In A::" "I:CINI•.::.1 (11 lI tl.1..11 OI' IN! llNI It ll" I A: 1 •. 1.111' TO K 0 • l I 0 0 J f. OEn aN TUCYr Oa PR j1[CT 1,., 4P E`6 `. {. .. PN OICCT N-VE Li�A •.OJfI \G a•.O VNewY D[`C141•u CN• C ON TRwC 10N ON [V pG ON [i.aC'OR I/ml.tr.l ar/ RECORD OF EMPLOYEE INTERVIEW _ G `•J Q-`'Sti kiw (Labor SIBRdards) L"1nr 1. NAM Or EMPLOYEE ].. HOME ADDRESS AID ZIP coot YV )^ �/ ,i Ie f\ `\ f. LA3T OATS YOV NOR4ED ON Si NUMDER Or HOURS PROJECT 70 `�\ BEFORE ^AY• / ON PROJECT ON THAT GA IF' A. YOUR NOUNLY YAY RA IC•^ s l a. -- YOUR l00 CUSSIIICA TIONISI• YES NO Li11T :Z APV•[I•w,1 s, You DuTI Ell �/f T. TO S OR EOUIPUE YT Js[n_ \S n^ \ V.-I v 11L ; c, E MUA3 _ —•__ PAID AT LEAST TIME AND ONE'YALF FOR ALL O W ONK F.O IN ECC ESS Or f J1 A 0.1 OR AO IN A WV'FK• YE' '10 _ /1 /P r P.rmwm vol I eo1 •r9•••[d. roar' na L:MVDtr ") �_- 9. r.YtP~IIIHEATENEO. INrwID ♦r t(1. OR COCRCLO.,TO GIVING UP ANY PART OF PAY• 10. DUTIES OBSERVED OY INTERVIEWER 1 C.nlorm to d. uif cah.n: 11. -E— REMARKS( --I... On rrl.pa 1 1/ t`\ L(\ � Il. __ SIG 1:.1 `U IIE qr III T2 lIL ♦t.R� DATF, ".[/' `IRYIEN- _ _ PAYROANINATION 1]�REMAR _._ —._..W KS /Cnnnnur rn rrl rrar .f ne[u Y.ry) It.— SIG11w�U{It Or I•A Yp OII IiA�nIN {; II ��_— � -- f1ATL •- __-- -__-_ NUO.11 {8 -091 Pl...wa .Ap.. --..T tr US G07F K:: !!.NI PP..IRT Urr, BEFIT: 191- -IIN 1;{ "- • • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM • SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (.appropriate Her ipient): DATE ROJECT NUMBER PROJECT NAME 1. The undersigned, having executed a contract with (Contractor nr Subcontractor) in the amount of $ in the construction of the above- identified project, certifies that: (a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract. (b) Neither he nor any firm, corporation, partnership or association in which he has a substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part .i), or pursuant to Section 3(a) of the Davis. Bacon Act, as amended (10 V.S.C. 276a— ?(a)), (c) No part of the aforementioned contract has been or will he subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to the aforesaid regulatory or statutory provisions. 2. Ile agrees to obtain and forward to the contractor, for transmittal to the recipient, within ten days after the execution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Require- ments, executed by the lower tier subcontractor, in duplicate. (a) The workmen will report for duty on or about ate 3. He certifies that: (a) The legal name and the business address of the undersigned are: (b) The undersigned is: 111 A SINGLE PROPRIETORSHIP: 131 A CORPORATION ORGANIZED IN THE STATE OF: 121 APARTNERSN IP: (AI OTHER ORGANIZATION(De.Sfrih•'l (c) The name, title and address of the owner, partners or officers of the undersigned are: _— NAME TITLE ADDRESS • (d) The names and addresses of all other persons, both natural and corporate, having a substantial interest in the undersigned, (a) The names, addresses and trade classifications of all other building construction contractors in which the undersigned has (Su boon trn rtoO (.ii gn o w") WARNING (Typed Vain, and Tide) U.S. Criminal Code, Section 1010, Title 18, U.S.C., provides in part: "Whoever, ... , makes, passes, utters, or publishes any • statement, knowing the same to he false.... , shall be lined not more than $5,000 or imprisoned not more than two years, or both." ra • U.. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM • CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (appropriate Recipient): 1. 'The undersigned, having executed a contract DATE PROJECT NUMBER (lfuny) ROJECT N the construction of the above- identified project, acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract; (b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility; 2. He certlRee that: (a) Neither he nor any firm, partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (40 U.J.C. 276a- 2(a)), • (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sub- contractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor Pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and any lower tier subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wagc Requirements executed by the subcontractors. e. ne eernnee that•. (a) The legal name and the business address of the undersigned are: s: tI) A SINGLE PROPRIETORSHIP ' Iry A CORPORATION ORGANIZED IN THE STATE OF (2) A PARTNERSHIP 1 (0) OTHER ORGANIZATION (c) The name, title and address of the owner, partners or officers of the undersigned are: NAME • TITLE I ADDRESS f -�U1) lµ>r(6 -ttJ o � ' (d) The names and addresses of all other persons, both natural and corporate, having a substantial interest in the undersigned, • and the nature of the interest ore (If none, so stntrl: NAME I ADORESS NATURE OF INTEREST • • (e) The names, addresses and trade classifications of oil other building construction contractors in which the undersigned has Date By (Con tra a to r/ WARNING U.S. Crimind Code, Section 1010, Title 18, U.S.C., provides in part: "Whoever, ... , makes, passes, utters or publishes any statement, knowing the same to be false ..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." Gro 8118-442- P �z ij J i 4 2 �i '0 ii ti O Li • JRaR1 i g� e w Alk 1p A i = ;off a 5 � 3 �e a �t a � a a e 'jt YO •y0 o n o w o a o N o n o N o w o N o n wou.oa M O'W Y O �jja�� • J e ISO ' ,4 e G E YY fAf wp Ga st s °Y� SS 0 Ev b000 °m °ao •a Iq Ya Y -i9 9� v`9 1A u oeYy r � e° .Z. e�47 o M r L�{ F •9 wo °u yg 04 w a ° w B8 °9 A@ z e9�r w 9a m °?nia 9 a � e❑ d b w 9 0 U Y °o Y 3S e U z O 2 g� O a u z a Y i1 w Y J � is � S ° All, 9Awl b asAA°Y� sia of u° �F ur Fo us W Ap uF „W <A =W �H a 38 reWW a inn �2m ion WJW zut rag rag <vr W WFa J2 m Y S z 3 a 4 9 U; Y Y z O a �@ 6 y A � r w e m F °• 9 a4 Ea a YE w 0 -C t 4y4 ` m � e8 ° fd 4 b z r� w ° Y m Y C w �9 Z e� a< $ 406 8� W� o w° $� ao � 3 ❑ 0 0 • PROJECT MANUAL FOR SENIOR CITIZEN'S CENTER MULTI- PURPOSE BUILDING Fifth Avenue & Marguerita Avenue Newport Beach, California For CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92663 • CONTRACT NO. 1981 APPROVED BY CITY COUNCIL this 22nd day of May 1978 ity er Prepared by: WILSON V. WOODMAN & ASSOCIATES, INC. 260 Newport Center Drive Suite 410 Newport Beach, California 92660 May 1978 • ooi 0 CONTICT NO. 1981 • PROJECT MANUAL, Including Specifications For: SENIOR CITIZEN'S CENTER MULTI - PURPOSE BUILDING Fifth Avenue & Marguerita Avenue Newport Beach, California Owner: NEWPORT BEACH Public Works Department 3300 Newport Boulevard Newport Beach, California 92660 Architect: WILSON V. WOODMAN & ASSOCIATES, INC. 260 Newport Center Drive, Suite 410 Newport Beach, California 92660 (714) 640.8161 Structural: SAMIR A. ABU - DAYYEH 136 Rochestor Costa Mesa, California 92626 (714) 642 -6866 Mechanical: JON HAMMOND 8321 E. Third Street Downey, California 90241 (213) 773.7981 Electrical: DALE MARJALA 2700 E, Coast Highway Corona Del Mar, California 92663 (714) 644 -6660 Soils Report: WESTLAND ASSOCIATES 23011 Moulton Parkway Suite 10 Building B Laguna Hills, California 92653 • (714) 768 -4466 002 Z 0 • CONTRACTOR'S CERTIFICATE REGARDING WORKMEN'S COMPENSATION Labor Code Section 3700. "Every employer except the State and all political subdivisions or institutions thereof, shall secure the payment of compensa- tion in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations a certificate of consent to self- insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self- insure and to pay any compensa- tion that may become due to his employees." I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's 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. , James P. Zani. Vice - President (In accordance with Article 5, commencing at Section 1860, Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this Contract.) • z lain A Y. .W. 5017 TELEGRAPH ROAa tOS ANGELES, CALIFORNIA 90022 - 269.3151 TRANSMITTAL TO: Wilson V. Woodman & Associates 260 Newport Center Drive, Suite 410 Newport Beach, Calif. 92660 ATTENTION: SUBJECT: Senior Citizens' Center Multi- Purpose Building DATE: August 30, 1978 JOB NO. WE ARE SENDING YOU THE FOLLOWING, VIA FOR APPROVAL D CORRECTION❑ YOUR FILED YOUR QUOTATION❑ DISTRIBUTION❑ CONTRACT PERFORMANCE❑ As per telephone conversation, please find herewith enclosed Addendum No. 1, signed, for the above subject. REMARKS: JPZ /kdI NOYES ROACH COMPANY dames P. Zani, Vice President l CITY OF PORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS July 24, 1978 FOR SENIOR CITIZENS' CENTER MULTI- PURPOSE BUILDING CONTRACT NO. 1981 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that the Specifications for the Senior Citizens' Center Multi- purpose building have been amended per the attached three sheets identified as Addendum #1, Contract Specifications, Senior Citizens' Center Multi- purpose building, Newport Beach, California, prepared by Wilson V. Woodman & Associates, and dated July 24, 1978. The amendments listed in Addendum #1 shall supplement the original specifications and shall become a part of the contract docu- ments. In case of any conflict, the provisions of the addendum shall govern. Please sign and show the date of receipt of this addendum, and include a copy with and as an included part of your bid proposal. Kenneth L. Perry Project Engineer 0 0 CITY OF NEWPORT BEACH September 14, 1978 Mr. Paul Simand, Area Engineer Department of Housing and Urban Development 2500 Wilshire Boulevard Los Angeles, California 90057 Dear Mr. Simand: The City of Newport Beach has advertised and received bids to construct the OASIS Multipurpose building at 5th and Marguerite in Newport Beach. The attached city staff report analyzes the bids received. The low bid of $405,000 submitted by the Noyes Roach Company of Los Angeles has been accepted by our City Council. The Company is a well -known contractor having knowledge of federally funded programs. This communication is requesting approval of the Noyes Roach Company as the contractor for this project. Also, it would be helpful to have approval to conduct the required pre- construction meeting on Monday, September 25, 1978 at 9:00 a.m. here in our offices, with the contractor and all available sub contractors. _ Please feel free to give me a call if there are any questions with our request for these approvals. Cordially, RONALD A. WHITLEY, Director Parks, Beaches & Recreation Department Iu Attachment bcc: Robert L. Wynn, City Manager David Dmohowski, Advance Planning Administrator Ken Perry, Public Works/ Wilson Woodman & Associates, Project Architects James Zani, Noyes Roach Company City hull • 3300 Newport Boulevard, Newport Beach, California 92663 August 28, 1978 CITY COUNCIL AGENDA ITEM NO. H -7 B.A. NO. 007 TO: CITY COUNCIL FROM: Public Works Department and Parks, Beaches and Recreation Department SUBJECT: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING (CONTRACT NO. 1981). RECOMMENDATIONS: 1.. Adopt a resolution awarding Contract No. 1981 to Noyes Roach Company, Los Angeles, in the amount of $405,000 for the base bid only; and authorizing the Mayor and City Clerk to execute the contract. 2. Approve budget amendments appropriating $410,605 for the project: a. .$398,671 to be reimbursed by HUD grant. b.. $. 9,158 from revenue derived from Carden School leases. c. $. 2,776 from the P. B. & R. Fund. DISCUSSION: At 2:30 p.m. on August 1, 1978, the Deputy City Clerk opened and read three bids for the construction of a 7,500- square -foot multi - purpose building to.be located at the Senior Citizens' Center at Fifth and Marguerite Avenues in Corona del Mar. The location i.s shown on the attached sketch. A complete set of the plans and specifications is on display in the Council conference room. Bidder Base Bid Six Additive Items �. Total 1. Noyes Roach Company $405,000 $41,037 $446,037 Los Angeles 2., J. Ray Construction Company $433,900 $37,115 $471,015 Costa Mesa 3. Coy Atkins $457,000 $35,200 . $492,200. Fountain Valley The low base bid is 7.7% above the architect's estimate of $376,000. The specifications provide that the basis for award will be the lowest price submitted for the base bid. The low bidder is a well -known Los Angeles contractor, although he has not previously worked for the City. The J. Ray Construction Company is presently building the Newport Center Branch Library. Coy Atkins constructed the most recent addition to the Marine Department building. All three bidders are considered to be well qualified. 0 • August 28, 1978 Subject: Senior Citizens' Center Multi- Purpose Building (Contract No. 1981) Page 2 Funds available for this project are as follows: HUD Grants $398,671 Carden School Leases (unappropriated) 9,158 P.B. & R. Fund 2.776 Total $410,605 The architect's fee of $27,000 was funded by Carden School lease income ($15,000), and the P.B. & R. Fund.($12,000). The construction project budget is as follows: Base bid only . $405,000 Contingencies, printing, testing, etc. 5,000 Total $410,000 The contract provides for a complete building and parking lot within the budget. The following optional bid items were included as additive bid items, but are not included in the base bid or in the contract award: Additive Bid Items Wood flooring $ 8,625 Vinyl wall covering 2,050 Food service equipment 10,916 Drapes and hardware 13,500 Public address system 2,280 Chain link fence. 3,666 Total $ 41,037 Landscaping ($10,000) is not included"in the project. A budget amendment has been prepared for Council consideration appro- priating the HUD grant revenues, the presently unappropriated revenues from the Carden School lease, and the money from the P.B. & R. Fund. The plans were prepared by Wilson V. Woodman and Associates, AIA. The estimated date of completion is March 31, 1979. Joseph T. evlin Public ks Director KJP: jd Att. AO(. Ronald A. Whitley Acting Parks, Beaches & Recreation Director RESOLUTION> F- 9424 Vr A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR BASE BID ONLY TO NOYES ROACH COMPANY IN CONNECTION WITH THE SENIOR CITIZENS' MULTI- PURPOSE BUILDING, CONTRACT NO. 1981 WHEREAS, pursuant to the notice inviting bids for work in connection with the senior citizens' multi - purpose building, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of August, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is NOYES ROACH COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of NOYES ROACH COMPANY for work in connection with the senior citizens' multi - purpose building in the amount of $405,000 for the base bid only be accepted, and that the contract for the described. work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 28th day of August , 1978. Mayor DDO /kb 8/21/78 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA 0 NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the }st day of �A_uguust, 1978, at which time they will be opened and read, for performing work as follows: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. We contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t3 he Corporate Seal sha— —ll be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. • (cont.) Page la • The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. • The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained 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 -1781 inclusive). The contractor shallbe responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. NOTE: This contract will be funded with Federal Revenue SharingFunds; therefore all work to be done under this contract must comply with the Davis -Bacon Act which requires that the City must receive weekly certified payroll statements from the contractor and all subcontractors and must verify that all wages and fringe benefits paid were in compliance with the Davis -Bacon Act. Revised '5 -23 -78 0 0 Page L • All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case or an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. A161570 Classification A Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or Bon an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 269 -3151 Pie ui er August 1, 1978 Date -� NOYES ROACH COMPANY Bid er s Name (SEAL) ;norijz3ra signature P. Zani, Vice President zed / ignature Mary C. Dame', Secretary Corporation Type of Organization - (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Richard H. MacLeod, President James P. Zani, Vice President __.Ronald S. Tankersley, Treasurer Mary_C. Dame'. Secretary • 0 DESIGNATION OF SUBCONTRACTORS 0 Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Demo. & Earthwork, 2. A.C. Paving 3. Plasonry 4. Roofing -mot. 5. Glass & Glazing 6. Acousticalr.T �,r�l; �•�• • 7. Lath & Plaster B. Drywall �� 9. 10. Painting Plumbing p 11. Heating & Ventilating 4w 12. Electricalii!% NOYES ROACH LQ ANY Bidders Name r _...1 j.... .' 1 T _ i Authorized Signature J. P. Zani, Vice President Corps ration Type of Organization (Individual, Co- partnership or Corp.) • 5017 Telegraph Road Los Angeles, Calif. 90022 Address , r , • 'The Premium Chatfor this Bond Is included in that shown on the Annual Bid Bond." Page 4 • BIDDER'S BOND TO ACCOMPANY PROPOSAL BOND NO. YS726 -6052 KNOW ALL MEN BY THESE PRESENTS, That We, NOYES ROACH COMPANY, Los Angeles, California , as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) of the total amount of the bid -- Dollars ($ --------- -- - -), 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 principal for the construction of SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING CONTRACT NO. 1981 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- •Lion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this lst day of August 19 78 Corporate Seal (If Corporation) NOYES ROACH COMPANY Principal (Attach acknowledgement of James P. 'rani, Vice President Attorney -in -Fact) INDUSTR i IND NITY CO_K4ANY Sure i By zg Title Robert M. Minot, Attorney -in -Fact � � ;7 m / S IM > , ! C) \> �f§;; # �\ \?§ `krn 21®$ \� \\ ]) \( \ }\{ � \( /E \\ / 2} y; /$ /( \\ ) .) \ ZA [ £4 [ r \ } r }9 \m {` } \\ ,zze \/ / � \ � \ � [ r \ } r }9 \m {` } \\ ,zze \/ • NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever 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 1st day of August , 19 78 . My commission expires: February 16, 1982 OFF I1L SEAL A 17y' !FOR \iA expire "7 n� James P. Zani, Vice President Mary C. Dame', Secretary Notary Public 0 • STATEMENT Of FINANCIAL RESPONSIBILITY • • 0 Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. James P. Zani Signed Vice President 0 0 Page 7 0 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. 72,73,77 &78 Calif. Institute of Tech. Mr. Richard Barker 795 -6841 69 thru 78 Claremont College Mr. Jack Albrecht 714/626 -8511 Mr- Von Ravensberg 974 -1511 72 thru 78 Ford Motor Comoanv Mr. John Moseley 723 -2473 75 thru 78 Cpneral Motors Corn Plant Fnginppring 997 -5091 70 thru 77 Great Lakes Carbon Mr. Andy Simms 834 -1146 72 thru 78 McDonnell Douglas Corp. Mr. Don Favreau 714/896 -2230 76 thru 78 Pilgrim Place Pomona Mr. Tom Holland 714/621 -3375 66 thru 78 Pomona College Mr_ Rohprt Cjuintin 714/671 -8136 • 78 Raypak, Inc. Mr. A. Whittell, Jr. 889 -1500 74 thru 78 University of Calif. Mr, Anthony Lazzaro 741 -2131 72 County of L A (8ilhrew Lihrary) Mr- Von Ravensberg 974 -1511 gn d - James P. Zani, Vice President 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING PROPOSAL CONTRACT NO. 1981 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR oft The undersigned declares that he has carefully examined the location.of the proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1981 in strict conformance with the Plans, identi- fied as City of Newport Beach Drawing No. B- 5065 -5 (consisting of sheets); the Special Provisions; the Standard Special Provisions; the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each item of work, complete in place, to wit: M QUANTITY ITEM DESCRIPTION TOTAL BASE BID Lump Sum Construct multi - purpose building including allowances; and all site improvements; complete in- place, for the lump sum price of: Dollars and Cents $ ADDITIVE BID ITEMS Lump Sum Install wood flooring (including deleting vinyl floor covering, depressing floor slab) for the lump sum price of: / ryu �..� A„�( Y.d4 Fwi Doll ars and Cents $ Ff6j 25; Lump Sum Install vinyl wall covering for the lump sum price of: 'T",. , .( E4 Dollars l// and Cents $ 205'0, ___ F .. 0 Lj PR2of2 IT FM QUANTITY ITEM DESCRIPTION TOTAL t AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Provide food serving equipment for the % lump sum price of: Dol 1 ars and Cents 5. Lump Sum Provide drapes and drapery hardware for the lump sum price of: AZ61.. ` Dollars and Cents 6. Lump Sum Provide public address system for the lump sum price of: 7-. ( �wro �i ,/, `� Dollars and Cents $ i 7, Lump Sum Provide chain link fence for the lump sum price of: / Dollars / and v Cents 8, Lump Sum Provide wood trellis and concrete terrace for the lump sum price of: 1 Dollars and Cents $ Total Bid Price (Item 1 only) $_ Total Bid Price (Item 1 only, written in word a:c Dollars and August 1, 1978 Date CONTRACTOR'S LICENSE NO. A161570 NOYES ROACH COMPANY (Bidder's Name) (Authorized Signature )dames P. Zani, TELEPHONE NO2 6a_3iFj Nice President CONTRACTOR'S ADDRESS 5017 Telegraph Road, Los Angeles, Calif. 90022 N n r, m 2 m m A a 0 p n {D -4 - LA m 0 N C 3 3 J NRYIA��19�I�NIINI9 ��iuemn m'nunnn II�iIN�AIYAI �IIRI�IR� IIIBIIIIIIIIIAIIA IA m 2 m m A a 0 p n {D -4 - LA m 0 N C 3 3 J r s� C � 4 riz w �4 CORROON & BLACK /MILLER & AMES 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 March 19, 1979 Insurance Brokers Surety Bonds City of Newport Beach C/0 City Clerk 3300 Newport Boulevard Newport Beach, California 92663 Re: Noyes Roach Company Gentlemen: /Revised Renewal Enclosed are Certificates of Insurance in connection with the above Insured, as follows: Comprehensive Liability Policy No. HAC 013983 If you have any questions, please give us a call. Yours very truly CORROON & BLACK /MILLER & AMES Marietta Jenkins /1$ Encl. e... } cc: Noyes Roach Company CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1981 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as ";policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "), 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $ $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed.that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 1/1/79 when signed by an Authorized Representative of r Name o Insurance Company and when issued to City shall be valid and form part of Policy No. HAC QI'PR3 insuring- ' Name Insured expiring 6/1/79 NAME OF AGENT OR BROKER CORROON 9 BLACK /MILLER & AMES ADDRESS - AGENT /BROKER . 3600 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90010 IMPORTANT: This is the only evideNceV of insurance the City. The person executing this Certificate i make certain that he has authority to execute this on behalf of the Insurance Company :ab 1$.v o9ed' .` i c a to -k'rA ^ s_. _ "gam AUG 28 1978 By the CITY COUNCIL '. 1TY OF t rfWPORT BUkc, TO: CITY COUNCIL a78�( August 28, 1978 CITY COUNCIL AGENDA ITEM NO. H -7 B.A. NO. 007 FROM: Public Works Department and Parks, Beaches and Recreation Department SUBJECT: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING (CONTRACT NO. 1981) RECOMMENDATIONS: 1. Adopt a resolution awarding Contract No. 1981 to Noyes Roach Company, Los Angeles, in the amount of $405,000 for the base bid only; and authorizing the Mayor and City Clerk to execute the contract. 2. Approve budget amendments appropriating $410,605 for the project: a. $398,671 to be reimbursed by HUD grant. b. $. 9,158 from revenue derived from Carden School leases. c. $. 2,776 from the P. B. & R. Fund. DISCUSSION: At 2:30 p.m. on August 1, 1978, the Deputy City Clerk opened and read three bids for the construction of a 7,500- square -foot multi - purpose building to be located at the Senior Citizens' Center at Fifth and Marguerite Avenues in Corona del Mar. The location is shown on the attached sketch. A complete set of the plans and specifications is on display in the Council conference room. Bidder Noyes Roach Company Los Angeles 2. J. Ray Construction Company Costa Mesa Base Bid Six Additive Items Total $405,000 $41,037 $446,037 $433,900 $37,115 $471,015 3. Coy Atkins $457,000 $35,200 $492,200 Fountain Valley The low base bid is 7.7% above the architect's estimate of $376,000. The specifications provide that the basis for award will be the lowest price submitted for the base bid. The low bidder is a well -known Los Angeles contractor, although he has not previously worked for the City. The J. Ray Construction Company is presently building the Newport Center Branch Library. Coy Atkins constructed the most recent addition to the Marine Department building. All three bidders are considered to be well qualified. August 28, 1978 Subject: Senior Citizens' Center Multi- Purpose Building (Contract No. 1981) Page 2 Funds available for this project are as follows: HUD Grants Carden School Leases (unappropriated) P.B. & R. Fund $398,671 9,158 2,776 Total $410,605 The architect's fee of $27,000 was funded by Carden School lease income ($15,000), and the P.B. & R. Fund ($12,000). The construction project budget is as follows: Base bid only $405,000 Contingencies, printing, testing, etc. 5,000 Total $410,000 The contract provides for a complete building and parking lot within the budget. The following optional bid items were included as additive bid items, but are not included in the base bid or in the contract award: Additive Bid Items Wood flooring $ 8,625 Vinyl wall covering 2,050 Food service equipment 10,916 Drapes and hardware 13,500 Public address system 2,280 Chain link fence. 3,666 Total $ 41,037 Landscaping ($10,000) is not included in the project. A budget amendment has been prepared for Council consideration appro- priating the HUD grant revenues, the presently unappropriated revenues from the Carden School lease, and the money from the P.B. & R. Fund. The plans were prepared by Wilson V. Woodman and Associates, AIA. The estimated date of completion is March 31, 1979. Joseph T. Devlin Ronald A. Whitley Public ks Director Acting Parks, Beaches & Recreation Director 1. ..K'.P: jd Att. �lw. OIAVA BY +he CITY COUNCIL TO: CITY COUNCIL May 22, 1978 CITY COUNCIL AGENDA ITEM NO. H -13 FROM: Public Works Department and Parks Beaches & Recreation Department SUBJECT: SENIOR CITIZENS' CENTER MULTI - PURPOSE BUILDING (CONTRACT 1981) RECOMMENDATIONS: 1. Approve the plans, specifications and estimate. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on June 29, 1978. DISCUSSION: On September 20, 1977, the City Council authorized the Mayor and City Clerk to execute an agreement with Wilson V. Woodman & Associates to provide plans and specifications for a multi - purpose building to be located at the Senion Citizens' Center at Fifth and Marguerite Avenues in Corona del Mar. The location is shown on the attached sketch. A full set of the plans and specifications is available in the Council Conference Room. On January 23, 1978, the City Council authorized an increase in size of the building from 4,000 square feet to 7,500 square feet and estab- lished the following budget: Building $335,000 Parking Lot 50,000 Landscaping 10,000 Total Budget $395,000 The plans, specifications, and estimate have been prepared by the architect. The preliminary project budget is as follows: BASIC PROJECT Building, base bid Parking lot Contingencies, printing, Architect's fees $328,000 48,000 testing, etc.(5q) 18,800 27,000 Basic Project $421,800 May 22, 1978 Subject: Senior Citizens' Center Multi- Purpose Building (Contract 1981) Page 2 J�seph T. P blic y� P:jd Att. ADDITIVE BID ITEMS (Not included in base bid) Wood floors $ 10,000 Vinyl wall covering 1,700 Food service equipment 6,700 Drapes & track 4,600 Public address system 2,500 Chain link fence 4,300 Additive Items in Contract ADDITIONAL ITEMS NOT IN CONTRACT Landscaping Building Project Estimate Funds for this project are derived from: HUD Grants (unappropriated) $376,446 Carden School Lease (unappropriated) 19,759 Carden School Lease (previously appropriated) 15,000 TOTAL FUNDING AVAILABLE $ 29,800 $ 10,000 $461,600 $411,205 The estimated date of completion is February 5, 1979. `• � i Gtr lin Calvin C. Stewart Director Parks, Beaches & Recreation Director owl.■. 11,41AMIM 11k, - 14r_.7 r riends of Oasis AUG 14 1978 By the CiiY COUNCIL ITY OF NTAIPORT BEACH P.O. Box 829 Corona del Mar, Calif. 92 62 5 August 4, 1978 /1 l BOARD OF DIRECTORS TO: MAYOR RYCKOFF AND OTHER MEMBERS OF CITY COUNCIL President Grant liowald Soon to come before you for your consideration are Vice President the bids for the multi- purpose building to be con - Barney Larks strutted at the OASIS site, using the third -year Vice President Connie Mumford HUD block grant funds. Because we of Friends of Recording Secretary OASIS have a strong commitment to the project, we Edith Friedl wish to share with you our assessment of the need Correspunding Secretary for this building, with the hope that you will honor al ice Remer the previous Council's intention of building the Treasurer J;n, sawyer facilit y . accept- P This intention was implicit in the t- ance ante ofthe grant. Garnet Barrick Bud Denenberg Jim Harrington The Orange County Senior Program Office shows a senior Mert Johnson citizen population of 9,016 in Newport Beach. The Ruth Kahn growing trend toward longevity and a larger proportion Mary Laney Garnet Riley of older people in the population is evident in Orange P P P P g Dr. Jerome Tobis County and in Newport Beach, in particular. In Garden 'Per Trebler Grove, the new senior center finds the need to expand Ex- OFFICIO by 2800 square feet, and is planning to do so. The - — -- Orange Senior Center, which opened in February of Julia E. O'Shaughnessy 1978, also finds its facility too small, and has sub - Mark Teaford mitted an application for Title V funds for expansion. The Santa Ana center, dedicated one year ago was too small the very day it opened. Newport Beach can avoid this type of use and need.pressure by acting now. The Newport Beach City Council, as a policy- making body, which so often finds itself burdened with day -to -day decisions, should welcome the opportunity to express itself from a broader viewpoint and in longer -range planning. It should also welcome the chance to have a positive impact on the lives of so many people now and in the future. A growing number of the 2300 mem- bers of Friends of OASIS are using and enjoying the facilities. The newly acquired wings are already being assimilated and plans for their use are being DiocS .FJ -'JS implemented. VCIHI� Hff 10: becoming more - n,, we are forced u a �e2c, double classr, 1 ;oI:.�y I . l . y � A,� =:.,• Fl J Older The need for the larger building is evident as large functions are held, and to limit participation because -)om (our largest room) is inad te, Adults Social, Information & Servic Oasis Center • 800 Marguerite Ave. Corona del Mar, 790—OA71 F /clYn�'. y OF �J I Friends of oasis P.O. Box 829 Corona del Mar, Calif. 92625 We understand the concern for maintenance of the new building. Please consider these possibilities: 1) Our members have shown a great willingness and ability to "pitch in" and do the job; 2) Opening the building, when not in use by seniors, to service organizations and other worthy groups on a fee basis. A use and fee schedule could be worked out which would substantially defray maintenance costs. There is a growing community support for OASIS. For example, the Soroptimist Club, which originally was opposed to the use of federal monies for the center, has become a supporter because of the obvious contribution of the center to the well -being and en- joyment of older adults. They showed this support in a $1000 gift to Friends of OASIS. The.Kiwanis Club has contributed $500. Thousands of dollars in furnishings have been contributed by individuals. The students at Andersen School gave a public address system. Volunteer hours have exceeded 6000. We have hardly tapped the potential for contributions from the community. This will be a priority as we enter our second year of operation. If the building is not built now, we feel certain it never will be because of the escalation of costs and the limitation on tax revenues. The loss of $27,000 in architectural fees already ex- pended will be but a small loss compared to the loss of the op- portunity to make a major and tangible improvement to this city. The grant monies should not be used for renovation of the existing facilities because we have been allotted Title V monies for that purpose. It would not be wise to use the grant for the park on the north -west corner of 5th and Marguerite because we need the building more than the park. To consider returning the grant monies would be a divisive disservice to the community. We pledge, as taxpayers and citizens of Newport Beach, as well as senior citizens, to be constantly cost - conscious in the use of our present and future facilities and to work with the City to keep expenditures down. We ask you to continue support for OASIS, to make a decision on one of the bids, and to allow the construction of the multi- purpose building to go forward. Sierely _purs, °6r GH /ar Grant Hoc a d, for the Older AdultS Social, Information & Serve J Oasis Center Mar mia.;+A o.,o 4„t r,n.. - ,;- ....•r-' . May 19, 1977 O F G E SENIOR CITIZENS PROGRAM OFFICE Area Agency on Aging Senior Citizens Council Walter L. Scales Executive Director 801 —C NORTH BPOAGNAV SANTA ANA. CA 92701 TELEPHONE: ']14, 834 -6117 Honorable City Council City of Newport Beach City Hall 3300 Newport Blvd. Newport Beach, CA 92660 Dear Council Members: The Orange County Senior Citizens Council is concerned with the immediate need for social services to senior citizens in your city. Concerns brought to this council have shown the need for a physical facility to accommodate services for your use. On Monday, May 23, your Honorable Council will be deciding on whether or not to move ahead with your original plans for a full senior center. We urge you to consider the needs of the 9,000 seniors in your city. Services and programs funded under the Older Americans Act through the Senior Citizens Program Office could be immediately available to you. Some of these are: a Senior Citizens Information Center, legal aid assistance and the senior employment programs. Other programs for your use are those provided by the South Orange County R.S.V.P. (Retired Senior Volunteer Program) and Coastline Community College Emeritus Institute. The Orange County Senior Citizens Council supports OASIS' (Older Adult Social, Information Service Center) of Newport Beach, effort to bring the senior social service needs before your Honorable Council. Your careful consideration to assure housing for a full senior -- center by August 1, 1977, will benefit all the citizens of- yo1ut_.'. >-, k' city. Sincerely yours, , n rte Whit Cromwell C- a, WC :ML:nw AFFIDAVIT OF POSTING On I i7 Notice of Public Hearing:. —' I Posted on the property involved a To consider revising the adopted development Plan Center located at 800 Marguerite Avenue, Corona deloMarhto8 enlarge ltheen Proposed cafeteria /multi - purpose facility from 4,000 square feet to approximately 61700 square feet and to defer improvements to the passive park facility located on that portion of the subject property west of Marguerite Avenue. Planned This project is part of the City's Housing and Community Development Block Grant Program funded by the U. S. Department of Housing Development. The HUD Block Grant application file and development for the Senior Citizen Center are available for and Urban Community Development De Plan Department offices. Public inspection at the Date of Hearing: NOTICE OF PUBLIC HEARING NOTICE IS HEREBY GIVEN that the City Council of the City of Newport Beach will hold a public hearing to consider revising the adopted development plan for the Senior Citizen Center located at 800 Marguerite Avenue, Corona del Mar to enlarge the proposed cafeteria /multi - purpose facility from 4,000 square feet to approximately 6,700 square feet and to defer improvements to the planned passive park facility located on that portion of the subject property west of Marguerite Avenue. This project is part of the City's Housing and Community Development Block Grant Program funded by the U. S. Department of Housing and Urban Development. The HUD Block Grant application file and develop- ment plan for the Senior Citizen Center are available for public inspection at the Community Development Department offices. NOTICE IS HEREBY FURTHER GIVEN that the said public hearing will be held on the 23rd day of January f 19 7,9_, at the hour of 7;30 P.M. in the Council Chambers of the City Hall of the City of Newport Beach, California, at which time and place any and all persons interested may appear and be heard thereon. Doris George 9 City Clerk City of Newport Beach (PUBLIC HEARING ON SENIOR CITIZEN CENTER -- JANUARY 23, 1978) The Newport Beach City Council will conduct a public hearing to consider revising the adopted development plan for the Senior Citizen Center located at 800 Marguerite Avenue, Corona del Mar to enlarge the proposed cafeteria /multi - purpose facility from 4,000 square feet to approximately 6,700 square feet and to defer improvements to the planned passive park facility to be located on that portion of the subject property west of Marguerite Avenue. This project is part of the City's Housing and Community Development Block Grant Program funded by the U.S. Department of Housing and Urban Development. The HUD Block Grant application file and development plan for the Senior Citizen Center are available for public inspection at the Community Development Department offices. DD:jmb 01 J LI l�. �1qr ... IAN 9 1978 iends of Oasis P.O. Box 829 Corona del Mar, Calif tim ®F �T COUNCIL S OACH Newport Beach City Council Newport Beach, California Dear Council Member: 92625 January 4, 1978 In their December 20th meeting, the Board of Directors of Friends of OASIS voted unanimously to advise the City Council that the multi - purpose building to be constructed at OASIS should be built to accommodate at least 300 persons for dining. Our Thanksgiving dinner attendance of 274 out of a membership of only 600, and our Christmas dinner at which 200 people were served, shows the need for more space than was originally planned. This need is underlined by a continually growing membership, which, as of this date, is over 1100. The Board of Directors further recommends for your approval that the funds originally earmarked for the parking area on the west side of Marguerite be used for the building of a larger multi- purpose building. GH /ar Grant Howald Barney Larks Connie Mumford Edith Friedl Alice Remer Respectfully submitted, ' r>4 •' � i 'i ,.Grant Howald, President' for the Board of Directors James E. Sawyer Bud Desenberg Mary LaNier Per Trebler Dr. Jerome Tobis Ruth M. Kahn James Harrington C. Merton Johnson Garnet Barrick Garnett Riley Older Adults Social, Information & Service Oasis Center - 800 Marguerite Ave. Corona del Mar,Calif. REA JAN 2.9 1978 By 4M CITY COUNCIL CITY Of XPOPOfT BGACH CITY OF NEWPORT BEACH PARKS, BEACHES & RECREATION DEPARTMENT January 23, 1978 TO: MAYOR & CITY COUNCIL D -2 FROM: PB & R Director SUBJECT: AMEND14ENT TO THIRD YEAR HUD BLOCK GRANT PROGRAM REGARDING SENIOR CITIZEN CENTER DEVELOPMENT PLAN RECOMMENDATIONS: (1) If desired, amend the third year HUD Block Grant Program to permit the total remaining funds to be spent for improvements east of Marguerite Avenue, (2) Authorize the plans and specifications for the construction of a multipurpose building to be prepared for a larger building than 4000 square feet. DISCUSSION: On January 9th, the City Council received a letter from the Board of Directors of Friends of OASIS requesting that the Council consider an increase in the size of the multipurpose building planned for the OASIS site. This request was based on the use that OASIS has experienced during the five months that it has been in operation, A Thanksgiving Dinner was held with 274 in attendance and 200 seniors attended the Christmas Dinner. These events were held when the membership in Friends of OASIS was half of the current 1259. Dinner seating in the pro- posed 4000 square foot building would only accomodate 150 people at a time. A 7500 square foot building could seat 350 people at a banquet and it is anticipated that this is a minimum number of people that will be attending many events. Attached to this memo is an analysis of the revenues that have been received to date and the expenditures that have been made. Also attached is a cost estimate of the various sizes of building construct- ion and the funds required to construct the improvements. If all remaining funds were applied east of Marguerite, a 7500 square foot building could be constructed but few other improvements could be made at this time. Additional landscaping and the west side im- provements would not be deleted but could be made in future years. The Friends of OASIS have expressed concern that a facility is not constructed that will be inadequate the day is is completed. Renderings will be available in the Council Chambers showing the alternate building sizes. -2- Staff has contacted the HUD Los Angeles Area office regarding procedures and requirements for amending the development plan for the Senior Citizen Center. HUD officials have indicated in telephone conversations that they have no objections to amending the third year Block Grant application, inasmuch as the proposed re- allocation of funds involves previously- approved activities. During the January 9th Council meeting a request was made to have a residency tabulation of all Friends of OASIS members. Following is a breakdown as of 1- 13 -78: Newport Beach 1,027 82% Costa Mesa 150 12% Other 82 6% 1,259 100% J Calvin C. Stewart CCS:h Attachments SENIOR CITIZEN CENTER DEVELOPMENT PLAN D -2 PROPOSED CONSTRUCTION EAST OF MARGUERITE NEW BUILDING COSTS A. 4,000 sq.ft. - $ 200,000 B. 6,000 sq.ft. - $ 300,000 C. 7,500 sq.ft. - $ 375,000 D. Misc. Imprvements (1) Parking Lot - $ 50,000 (2) Landscaping - 60,000 $ 110,000 TOTAL COSTS RELATING TO BUILDING SIZE: A. $ 200,000 D. 110,000 310,000 B. $ 300,000 D. 110,000 T- 4TUI -W C. $ 375,000 D. 110,000 T-TF5 DEFICIENCIES RELATED TO BUILDING SIZE: A & D $ 310,000 403,205 93, 05 BALANCE B & D $ 410,000 403,205 T--6-79-5 DEFICIT C & D $ 485,000 403,205 81,795 DEFICIT NOTE: Park improvements west of Marguerite are projected to cost an additional $100,000 and would be completed at a future date. z d H Z W O J W O K W F U Z N H U K _O Z W N w U J N p� O N Z M Z O � f W K • C N N N U N N N r O 4l LO LA E i Y U O O O d O O O Y tll to � VI L 40 tO �O W V r d' � L Q fR tq fA H G Z W X W UO � O b t0 O Q U b N M M ✓i V+ Vi C O O n M O M M M O N M W W N N O OJ O of O � O n LO M N N tO U Q M t9 tq t9 64 M M N �O lO tp Z W M N N O O ^ LO W W CO L1 W r N l[J W Ol Ol LLl K Vi fPr W M Vi 64 4q N Li to N W O H L L L O i S i'O K N W O Z Q R N R Ul R W Z Z O 10 N R R N N CI N � H LL T T T U G ? o W LL Y O N C] � C N i M Q IA U6 IA C L N M O i O H Q W Hsi Q W H2 2 W d O W O X D -2 -.i NE Zl 3 1, , PRO0F C) F 1PLlB ICS C IC 9M Pb15.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United Stales and a resident of the County aforesaid; I am over the age of eighteen cear<, and not a party to or interested in the above- entitled matter. I am the principal clerk of the prinf er of the NeNcport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of NeN +'port Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 19, 1951, CASE NU-MBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the folloicing dales to -wit: .. __ S.,__ June _ ... ,._.1.9.7s._.... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this Q dayof Ju."I 19 78 Signature. i 2721 E. Coast Hv-y., Corona del Ma ' i Lj. Iilornia o_7G25. This space is for the County Clerk's Filing Star Proof of Pubhcatio PUBLIC NCIICE GITY OF NEWPORT BEACH; . . ....CALIFORNIA .: NOTICE INVITING BIDS SEALED BIDS will be re- ceived at the office of the City Clerk, City, Hall;; Newport Beach,. California, until 2:30 :. P.M, (as determined byatele phone tune= 'argnalZ oh,. `,thg. 29th day a'iJune,- i978;';l�at which time they wRf be open -, ad and read; for pexfoiming �. work as follows. SENIOR CITIZENS' CENTER': MULTI- PURPOSEBunb: NG; CONTRACT NO: 1981';;,,'. Bids moat: lie: submit I the proposA form ati with the'contiacE loci (umished:by;the Public Department::: The add j, copy of the r be retained: 6y the bide his records -r! Each bi, ;. must be a l paned_ Y,_ ca cc check or Bidder's Bond, payable to the City of N, r Beach, for air amount ec, at least' IQ C percent`r a mount bid,: li The title of the projw the words "SEALED BID ' be clearly marked on th side of the � yelope, cc ing the buL �' The contract docu that must be completed cuted and returned i. sealed bid aiei A Proposal -' B Designation of Subc`on tractors 'C Bidders Bond D Noacollusion Affidavit:• E Statement of Financial Responsibility, F Technical, Ability and Ex -' penence References These documents shal1J.be.: affixed with. the' siguature''. and titles roE'the �xsons'sign ing on Behalf' of: jbai bidder PROOF OF PUBLICATION n I of Fox any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be. an insurance com- pany' or, "'surety':company, Ijc- eased by the, State of C4lffoi- ma. The companies musttinso have a current general pbli, cq, holder's rating of :A orb er;; and a financiak'cateaorv, 'at 1781: inclusive). The conbac for shall be responsible lorry compliance ,with Secbon'l 1777.5 of the Caliiorma,Laborr Code for elf 'apprenticeable:.' 'occupations " Thel contractor - °?hall pi t a , :copy oft 'rates at' .'.e. may be o}1 a' e^c: Public Works`, The City zese ht to reject any or all bi t6': 'waive any informali si h. "bids: NOTE TLAI ntract funded with a era, Re�venugg Sharing Fund>?g �erefore a114 - work' to be done; under e this'c contract in coin ply ywith the Davis- Bacon•..Act;r'whah req,'t . quires that the City must re-' 'ceive weekly certified payroll statements from the contractor _> and all subcontractors: and For corporations, the sign: tures of the President or Vice President and Secretarp or Assistant' Secretary are .re- quired and the Corporate Sell shall be affixed to all docu- ments requiring signatures. In the case of 'a Partnership,.the signature of at least one gen- eral partner is required. No bids will be 'accepted from a contractor who has not been- licensed '.in accordance with the provisions of Chapter 9, Division III of the Business and Professions' =Code. The contractor shall state his lic- ense number and classifica- tion in the proposal. - . One set of plans and con- tract documents, including special provisions, may be ob- tained at the Public Works De- partment, City Hall, Newport Beach, California;.at no cost to licensed contractors. It ie re- quested that. the. plans and contract documents be re- turned within .2. weeks after the bid opening.:,; The City has adopted the Standard Specificaions for Public Works Construction (1976 Edition) as prepared by the Southern California Chap- ters of the American Public Works Association. and, the Associated General Contrac- ton of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, Califor- nia 90034,.(213) 870 - 9871. The City has adopted Stan- dard Special Provisions and Standard Drawings. Copies of . these are available at the Pub- lic Works Department at a cost of $5 per set. A. standard "Certificate of Insurance for Contract Work ". form has been adopted by the, City of Newport Beach. This form is the only certificate of insurance acceptable to the City. The successful low bid - der will be required to com plate this form upon award of the contract. (A sample form is attached for reference.) must verify that all wages and fringe benefits paid were in compliance with the Davis. Bacon Act. Publish: May 25 and June 1; 1978 in the Newport Harbor Ensign. .. �S.OF Q 27 Friends of Oasis, INC. ev th' C ;, BOARD OF DIRECTORS Past President Grant Howald Lisa President Barney Larks Vice President Connie Mumford Recording Secretary Edith Friedl Corresponding Secretary Alice Remer Treasurer Jim Sawyer Garnet Barrick Bud Desenberg Jim Harrington Mort Johnson Ruth Kahn Mary LaNier Garnet Riley Dr. Jerome Tobis Per Trebler E%- OFFICIO Julia E. O'Shaughnessy Jdark -Tsatord P.O. Box 829 Corona del Mar, Calif 92625 September 22, 1978 Mayor Ryckoff and all other members of the Newport Beach City Council 3300 Newport Boulevard Newport Beach, CA 92663 Dear Council Members: The Board of Directors and all the members of Friends of OASIS thank you for your action ap- proving the awarding of the contract for the multi - purpose building at OASIS, as well as the increase in budget appropriations and revenue estimates. Your action on August 28, 1978 is a major step in the development of an outstanding senior center in Newport Beach. We continue to extend to you our welcome and open invitation for you to visit at OASIS and to take part in the many activities offered. Sincerely yours, Barney L ks BL /ar Presides Older Adults Social, Information & Service Oasis Center • 800 Marguerite Ave. Corona del Mar, Calif. 759 -9471 a7,�?Lf Friends of Oasis P.O. Box 829 E j I L:uUid Corona del Mar, Calif. 92625 BOARD OF DIRECTORS President Vice President Connie Mumford Vice President Barney Larks Recording Secretary Edith Friedl Corresponding Secretary Alice Remer Treasurer Jim Sawyer Garnet Barrick Bud Desenberg Jim Harrington Mert Johnson Ruth Kahn Mary LaNier Garnett Riley Dr. Jerome Tobis Per Trebler EX- OFFICIO Julia E. O'Shaughnessy August 28, 1978 TO: His Honor Mayor Paul Ryckoff and Councilmembers, City of Newport Beach The Friends of Oasis board appointed a task force to develop a plan to provide operating and maintenance expenses for the new Multi- Purpose building. This plan will be adequate to cover anticipated costs. The board will cooperate in every way with the City to create a total Multi- Purpose Senior Center and insure maximum use of the total facility. Your past efforts on our behalf are greatly appreciated. We ask you to favorably consider awarding the funds. Thank you. OASIS TASK FORCE Ii Dr. Jerome Tobis Mrs. Mary LaNier Mr. Bud Desenberg Mrs. Connie Mumford A Older Adults Social, Information & Service Oasis Center • 800 Marguerite Ave. Corona del Mar, Calif. ,5 -- yam-( --- � , y AUG 28.1978 By *he f;kfV COUNCIL ^,.ITN OF NG ^e ?RS G &AG. a -) 8If RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY // _ �J OF NEWPORT BEACH AWARDING A CONTRACT FOR BASE C7 / BID ONLY TO NOYES ROACH COMPANY IN CONNECTION WITH THE SENIOR CITIZENS' MULTI - PURPOSE BUILDING, CONTRACT NO. 1981 WHEREAS, pursuant to the notice inviting bids for work in connection with the senior citizens' multi - purpose building, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of August, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is NOYES ROACH COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of NOYES ROACH COMPANY for work in connection with the senior citizens' multi - purpose building in the amount of $405,000 for the base bid only be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 28th day of August , 1978. DDO /kb 8/21/78 CITY.OF NEWPORT BEACH June 25, 1979 TO: - MAYOR AND CITY'COUNCIL FROM. Parks, Beaches and Recreation Director cT H -8'(b) . __ SUBJECT­::- ',OASIS CENTER- REPORT BACKGROUNDc_ - In 1975 the City acqui.ced-,. frenr the State of California, excess property originally purchased:. for future. freeway purposes:_ Formerly a private school, the acquisition and renovatfon:of the existing facilfty and a new multipurpose room for Senior Citizens satisfied criteria to. utilize HUD Community Block Grant funds- The attached . plot plan -shows the facility - which. has. over, 16,000 square feet of building for Senior Citizen and other community use_ Listed below:fs, a summary of developmental revenue and expenditures during the fast two years: II. EXPENDITURES' CDCAC Administration. $ 14,000 Acquisition Costs - 460,203 Architectural Fees 20,000 Construction 405-,000 Misc- Improvements 05-,225 Other Costs (grading, blueprints, 'Southern Calif- Edison)' T,200 . ... $_922,628 TOTAL EXPENDITURES In operation since August,. 1977, the objective of providing human service programs to Newport Beach's. senior adults has developed at the OASIS Multipurpose. Center.. In the belief that participative experiences lead to a. greater sense of self-worth, the Parks, Beaches. & Recreation Department is, dedicated to a philosphy that encourages people to help themselves in their leisure pursuits... Therefore, the operation of the OASIS- (Older Adults Social, Information & Services) Center is a cooperative effort of both the Parks,..Beaches and Recreation Department and the Friends of OASIS. WHO ARE "THE FRIENDS OF OASIS "? The Friends of OASIS is a non - profit corporation whose purpose, as stated in its Articles of Incorporation, is: 2.1 The specific and primary purpose for which this corporation is formed is to engage in charitable activities, through the receipt and distribution of its funds and the use of members' talents, so as to .promote and advance the integrity and vitality of senior citizens as a group. The charitable activities of this corpora- tion shall include the providing of continuing informational, social, and organiza- tional assistance to senior citizens through operation of a senior citizens center in conjunction with the City of Newport Beach and through other available means. Basically, the Friends of OASIS raises funds for and operates the Center, in con- junction with the Parks, Beaches and Recreation staff. the Friends of OASIS is not simply a support group which raises money and advises on policy. It is an active, (OVER) 1 ii working group whose members initiate and implement many, if not most, of the programs at OASIS Center. Were it not for the assistance of The Friends of OASIS, the City would be unable to program the Center at the current level of service. Friends of OASIS members teach classes, serve on many working committees, volunteer in the office, organize and.conduct special programs, clubs, trips, and social service .... activities, and assist wherever needed. .To give an idea of the scope of their con- tribution, current working committees include: Arts & Crafts, Audio Equipment, Bridge, New Building /Improvements, Building & Grounds, Canasta, Chess, Choral Group, .Bal l room Dance," Square Dance, Discount Program, Gardening, Kitchen Equipment, Lunches, News- letter, Special Events /Parties, Publicity, Sculpture, Sewing, Social Services, Trips, and Volunteer Coordination. These are working committees; volunteers are actively organizing and leading these classes, programs and activities. Currently, 850 hours per month are being volunteered to the Center by Friends of OASIS. Should this level of contribution hold, this would total 10,200 hours for calendar year 1979, which is equivalent to almost five full -time positions. Needless to say, the Friends of OASIS is enabling the City to provide service to seniors at a low cost. Reimbursing these volunteers, even at at part -time Recreation Leader rate of $3.35 per hour, would cost $34,170 per year. In addition to the high number of volunteer hours provided to operate the OASIS I facility, the Friends of OASIS have purchased or solicited donations to,equip the facility. Some of these items are: 1. Kitchen equipment for the multipurpose building - $ 7,652 2. Piano - 1,400 3. Numerous furniture donations 4. All types of office equipment donated. - S. Hammond organ donated. 6. Numerous donations of appliances, musical instruments, plants, craft supplies, etc. The City staff has coordinated the operational use of volunteers and encouraged the Friends of OASIS to pursue fund - raising techniques to minimize the use of public funds for the OASIS Center. Although willing to assist and provide direction as requested, the City staff does not administer the funds of Friends of OASIS. The Friends of OASIS is a volunteer group who chooses to support the City of Newport Beach OASIS Center; volunteers are often highly independent and must be handled in .an appropriate manner. To demand complete control of the group's finances; in our opinion, would not be productive. At present, the Friends of OASIS submits a quarterly financial report to the Parks, Beaches and Recreation Department, which is adequate for requisite information purposes. To cooperate with a group does not demand that the City control. them. Cooperative projects such as OASIS serve to cut costs to the tax- payer and should be encouraged, not discouraged. Staff feels current reporting pro- cedures are adequate. If the desire is to make the operation self- supporting through fund raising, member- ship dues, programs or services, an understanding of this should occur. An annual fiscal commitment of the City and the Friends of OASIS would embrace the cooperative philosophy that now exists. However, a formal agreement should be pursued which leaves no misunderstanding of responsibilities and obligations. WHAT DOES THE CITY PROVIDE TO OASIS? Through the Parks, Beaches and Recreation Department, the City assigns a Recreation Supervisor to the OASIS Center. This individual is responsible for Center super- vision and administration. The Supervisor coordinates all volunteer activity and serves on the Friends of OASIS Board, as well as being responsible for day -to -day Center operation. In addition, the City staffs the Center with one full -time clerical and one full -time maintenance person, both of whom are funded through the CETA program. BUDGET SUMMARY -.. 77 -78 78 -79 79 -80 BUDGET TOTAL $ 40,563 $ 57,590 $ 50,o60 CETA.. -3,600 - 16,385 - 19,360 Orange County Revenue Sharing -7,743 - .3,450 Older Americans Act, Title V _ 9,120 NET CITY COST $ 29,220 $ 28,635 $ 30,700 * $ 12,380 * $12,380 expended for one -time purchase of tables and chairs for existing rooms and new multipurpose room from the Building Excise Tax Fund. AVERAGE DAILY USE AT OASIS Days Average Participant Units Served Open Daily Use 1 77 -78 21,563 229 94.2 78 -79 35,656 249 143.2 Projected 79 -80 39,000 . 249 156.6 t UNIT COST , Fiscal Year Budget Participant Number of Units Cost Served Per Unit .. 77 -78 $ 40,563 .21,563 $ 1.88 78 -79 $ 57,590 35,656 $ 1:62 79 -80 $ 50,060 . 39,000 $ 1.28 CONCLUSION: During the past two years the City and The Friends of OASIS have developed a Multipurpose Senior Center of which the community can be proud. Services have expanded by means of a unique cooperative effort which allows the Center to be operated at a low public cost. While staff feels the current fiscal reporting of Friends of OASIS is adequate, there is another area which merits evaluation: the responsibilities of each party in regard to Center operation. Should the Council desire that the Friends of OASIS assume more responsibility for the Center's fiscal self - sufficiency, a formal agreement should be pursued which leaves no misunderstanding regarding responsibilities and obligations of both. the City and the Friends of OASIS. 7�%/ Ronald. A_ Whitley RW:h