Loading...
HomeMy WebLinkAboutC-1998 - Remodel former Council Chambers�o L AUG 14 1978 August 14, 1978 By tho City COUNCIL CITY COUNCIL AGENDA "TY OF N = - 'IPOQT BBAVF ITEM NO. D -11 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: .REMODELING FORMER COUNCIL CHAMBER (CONTRACT NO. 1998),t- RECOMMENDATION: Accept the work and authorize the City Clerk to file a notice of completion and release the bonds 35 days after the notice of com- pletion has been filed. DISCUSSION: On February 27, 1978, the City Council awarded Contract No. 1998 to D & B Acoustics and Construction, Inc., of Anaheim, in the amount of $38,005. The work has been completed to the satisfaction of the Public Works Department. Bid price $38,005 Change orders None Total Contract Cost $38,005 The plans were prepared by the 30th Street Architects. All work was completed on July 18, 1978. The contract called for completion by May 27, 1978. Heavy rains delayed the start of the project. A second delay was caused by damage in transit to steel window frames that had been fabricated in the Midwest. As the delays were beyond the control of the contractor and did not seriously inconvenience the City, the assessment of liquidated damages is not recommended. The project provides new offices for the Personnel Division and the payroll office. The layout is shown on the attached sketch. Remodeling in the City Hall is being carried out in accordance with the schematic plan reviewed by the City Council on October 25, 1977. Funding for the work was provided in the F.Y. 1977 -78 budget. Att. in iirector 7j, J. c 1 2 L Ou w -f4ik w Pa it Soo IMSUAW6 4 SA" ft1tSOWNGL OIRScrox C.omsfruc.+ PAYROLL w 4;1% cl 0 Close op-rn'VIS 14Tta Rerviave- wall ' � � u (2UOLIC- lzr:sr AIZEA Q ME R '1Z & DOM AUGIA8 197 .L I FEB 27 1978 BY }ift CITY COUNCIL CITY OF NI WPM BRACH TO: CITY COUNCIL FROM: Public Works Department February 27, 1978 CITY COUNCIL AGENDA ITEM NO. H -2(b) SUBJECT: REMODELING FORMER COUNCIL CHAMBER (CONTRACT NO. 1998) RECOMMENDATION: Adopt a resolution awarding the contract to D & B Acoustics & Construction Inc., in the amount of $38,005. DISCUSSION: At 2:30 P.M. on February 16, 1978, the City Clerk opened and read three bids for the project: Bidder IM 1. D & B Acoustics & Construction, Inc., Anaheim $38,005 2. Siino Construction Co., Santa Ana 45,100 3. Means & Ulrich Santa Ana 46,300 The low bid is 5% under the architects' estimate of $40,000. The plans were prepared by the Thirtieth Street Architects. The estimated date of comple- tion is May 15, 1978. The source of funds is the General Fund. The low bidder has not done work for the City previously, but a check of his references indicates that he is properly licensed as a general building contractor and is technically competent to do the work. The work covered by the contract is shown on the attached sketch. It consists of the following: 1. Convert the front of the former Council Chamber into offices for the Personnel Division (1,100 square feet). A new suspended insulated ceiling with recessed lighting fixtures and new heat- ing outlets will be installed. The present windows which do not open at the bottom will be replaced with windows that open. The window sill height will be raised, and the present window open- ings closed above the new ceiling line. Partitions, a public counter, and a storage cabinet will be installed. 0 February 27, 1978 Subject: Remodeling Former Council Chamber (Contract No. 1998) Page 2 2. Convert the rear of the former Council Chamber to a mail room (250 square feet). A new outside window will be installed. The wall between the mailroom and the Personnel Office will be insulated in order to muffle the noise of the mailroom equip- ment. A new suspended insulated ceiling with recessed light- ing fixtures and new heating outlets will be installed. Remodeling in the City Hall is being carried out in accordance with the schematic plan shown to the City Council on October 25, 1977. Funding is by means of three separate but related appropriations: Remodel City Hall $ 85,000 Replace ceilings in City Hall 35,000 Enlarge Traffic Engineering Office 3,000 Total $123,000 The following work has been completed to date: Item Cost 1. Replaced asbestos ceilings in City Hall; except in the lobby, the City Clerk's Office, and the former Council Chamber $ 9,455 2. Repaired City Hall gas service 461 3. Remodeled former conference room into office for P. B. & R. Director 1,303 4. Prepared plans for remodeling former Council Chamber 1,675 5. Expanded Traffic Engineering Office 4,300 6. Installed window in the office of the Administrative Assistant to the City Manager 622 7. Repaired floor tile in two -story building 43 Subtotal spent to date $17,859 Contract No. 1998 38,005 Total if Contract No. 1998 Awarded $55,865 r• Work still to be done under the remodeling plan consists of (1) re- modeling the former, mailroom into an office for the Purchasing Division; (2) minor remodeling in the Finance Department, City Clerk's Office, and Public Works Department; and (3) remodeling work in the relocatable building (Teahouse). Joseph evlin KLP:jd Public s Director Att. WIVJDOW 1� * u 7 M L c ILu ownera: w ele It sotj N ANAL ysr M Nyo 0- (-o. 6trucf *11 MAIL VZOOM Close Of On,Wl • T Stairs !1 HT(z 11 -Rewove wall I 11�, 11 (7U3 LIC- lzesr A V-F- A KM. - - ------------ P. B. &I R, A Dm I N I STRAT 1; ASST P.6 QGMDDr.! COUNCIL F- 2-. ING FORMER ZPAM13eR Sc CONF ROOM PERSONWEL. DIRECTOR r ; SAFET4 I IN IE z i GI I.ES WSURANC9 �- +,,r; OFFIC9 i�,((iil�( (-o. 6trucf *11 MAIL VZOOM Close Of On,Wl • T Stairs !1 HT(z 11 -Rewove wall I 11�, 11 (7U3 LIC- lzesr A V-F- A KM. - - ------------ P. B. &I R, A Dm I N I STRAT 1; ASST P.6 QGMDDr.! COUNCIL F- 2-. ING FORMER ZPAM13eR Sc CONF ROOM FEB 27 1978 CITY s CITY COUNCIL RESOLUTION NO. 8284 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO D & B ACOUSTICS & CONSTRUCTION, INC. FOR REMODELING OF FORMER COUNCIL CHAMBER, CONTRACT NO. 1998 WHEREAS, pursuant to the notice inviting bids for work in connection with remodeling of the former Council Chamber, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of February, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is D & B ACOUSTICS & CONSTRUCTION, INC.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of D & B Acoustics & Construction, Inc. for the work in the amount of $38,005.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 27th ATTEST: City Clerk day of February , 1978. DDO /bc 2/22/78 H PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, SS. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) . has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 12th day of Jan. 19 7F`) Signature 2721 E. Coast Hwy., Corona del Mar, California 92625. PROOF OF 0 This space is for the County Clerk's Filing Stamp Proof of Publication of NOTICE OF IN77ITING BIDS Paste Cluing of Notice SECURELY In This Space No M& will be am ::IIOt.haan...11eteasd � a Cbgpter 8, Division m Code. The contractor a chic, ffi the pros ous sst as Wass a cost to license, and contract do bid opening. The City has Ftnt 'P�$LIC � 'Prepared by the icon Public Won 'Contractors of Md am 8 gootractor wbo boa., tdrdanEe with the provisions of Mf; Ikl4slaess and Professions,. 4 *44 AM license number and wi:,, . d. m¢hvAjd0camenta, , a at the PZ& Worts Se"M Sakeb, Comrn* at no . era+ It to repeated that the plena Pe rekwna Jlhin.8 weeks after., d the STAAli1i $P6CIFICATIUNB ,CONMUCTM 978 Edition) as, rL Callforet4 Ch*M of the Amer - tacfatlon sect W AssOCiatod General a. Copies' may be obtained iromt 055 4rerhad Avenge, Los Angeles, 870- 8873; AM �rcr, am ageplad Standard 8peekl. Provisions nod. Ord Drawings. Copies of Maas 'nibble at pgbllc .kdjrd 8 ^ 98'�y�. set' "Ce Y? adffaet Wtit foz C/b?„ form des' bpm: adopfea;T't1� City. Tills form!: 1e tM eiely certmests &I b ou'ri k acceptable to the Cttp Tbs ancceeatnl low bldAer' f81 be reQlhW to complete this farm nom award of the oephoct For any reggiradbook the 0041104flifft Bid Bands, Labor and Material Bonds, and FWAM Performance.. 11,1111 maot•be an Insurance. "wtety company lfceesgd-by the State of Call�t Companies most ado. ha►e a current General Pon 4 Ratisg of A or better and a Financial least AAA1; :Per the latest edfHon of Bl"Wo Key RatloB Gulde arty - Liability). In accordance with the Article E C Part 7 of the Caliibrnb , hapter.l Abe City Council of the C 1770 at seq.X , feined the tilt 8eaeh has aster- Iu the = st" diem wages . eaeb c 6prtoruled for roil, elase�atlaa, or or mee>nmic . aeedad to arecata the or sit forth thane .. '. ttems.in.Resolution K0.,6080 r 4 eW of aid reao�l on 8vafleble 10, 197 . City Clerk. All parq� to abala,be governed iby all provifbga of fLB Labor Code relating - qo pro 37w Sarac br� rates 1781 Inclusive).. shell' be re Hance with,. 1777.5 of tbn California for all cup - prenticeable oc Tian contracto copy of th6eealliog lfyge:.: 'r8tas' at the job ante. C be otitalusd front the '.. Public Works Deptrtmept... The C* reasrvp f81j - and to" waive anny TM ^per .. or all 4tfa ; Y CITY OF NEWPORT BEACH, CALIPC �AtblLbt r (2015.5 C.C.P.) STATE OF CALIFOBNiA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport 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 14, 1951, CASE NUMBER 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 following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this i, day of -= 19 7:- Signature •e eM eo " l 2721 E. Coast Hwy., Corona del Mar, California 92625. PROOF OF PI This space is for the County Clerk's Filing Stamp Proof of Publication of P_S. CTTC_ T - :' -T L7 � 'U _ i::. L _ 1 -,— _JJ Paste Clipping of Notice SECURELY In This Space PUBLIC NOTICE.4 PUBLIC . .,. �1VUb1l. C?y�`CYC ,i1KV l.I'11YU 25FLIJ., SEALED BIDS Vill `be recerveii at-the City Clerk, OR Hall, Newport, Beach G 2;30 P.M.. .'on,- the.l6th day ofn�'ebruary, time they yr F be:ppened and read, far- pt as follows i al �tE�iIODELINGa E'ORD R COUNCIL C1 CONTI�T NOy -1998 Bids must be" bmitted oa the;Proposar- with the contract.documenis,furnfslred by th+ Depar€meht The:'additI copy g rI to bretained b}gihe Adder far, hisi,sords.' .Each' bid muskbeiabcompaniet } i6y cash, => or Bidder's: Bond,.niade - payable taahe C Beach, 'for ,*an amount equal to,at, "; least l( amount bld x3 The iit.e,of the project�� and theword�i� shag beN-- I rly marked 'on the = outsfd'e "" containing;the bid: s r The . tauifract documents that must +be c t e.:of the fa until is the A."Proposal s, 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 SEC- T RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general, IL gartner is required. A Proof of Publication of P_S. CTTC_ T - :' -T L7 � 'U _ i::. L _ 1 -,— _JJ Paste Clipping of Notice SECURELY In This Space PUBLIC NOTICE.4 PUBLIC . .,. �1VUb1l. C?y�`CYC ,i1KV l.I'11YU 25FLIJ., SEALED BIDS Vill `be recerveii at-the City Clerk, OR Hall, Newport, Beach G 2;30 P.M.. .'on,- the.l6th day ofn�'ebruary, time they yr F be:ppened and read, far- pt as follows i al �tE�iIODELINGa E'ORD R COUNCIL C1 CONTI�T NOy -1998 Bids must be" bmitted oa the;Proposar- with the contract.documenis,furnfslred by th+ Depar€meht The:'additI copy g rI to bretained b}gihe Adder far, hisi,sords.' .Each' bid muskbeiabcompaniet } i6y cash, => or Bidder's: Bond,.niade - payable taahe C Beach, 'for ,*an amount equal to,at, "; least l( amount bld x3 The iit.e,of the project�� and theword�i� shag beN-- I rly marked 'on the = outsfd'e "" containing;the bid: s r The . tauifract documents that must +be c t e.:of the fa until is the A."Proposal s, 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 SEC- T RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general, IL gartner is required. 9 0 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 Ball, :Newport Beach, California, at no cost to licensed contractors, It Is requested that the plans and contract documents be returned within 2 weeks after bid opening, The City has adopted the STANDARD SPECIFICATIONS. FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as. prepared by the Southern California Chapters of the Amer- ican 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, (219) 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 $5,00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form'. Is the only certificate of Insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance. Bonds must be an lnsumuce company or surety company licensed by the State of California, The companies must also have a current General Policy Holders Rating of A or better, and a Financial Rating of at least AAA as per the latest edition of Bears Key Rating Guide (Prop erty - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.1 the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 8090 adopted September 10, 1973. A cVy of said resolution 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), "f6e contra ctor shall be responsible for compliance witl} Sdctioa 1774.5 of the California Labor Code for all ap- prenticeable-occupatlons. 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 in reject any or all bids and to waive any Informality In such bids. DOlt1`S GEORGE, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA. Publish: Jan, 12, 1978, in the Newport Harbor Ensign, „ , - - -_ Onuary 9, 1978 .IAN 9 1978 CITY COUNCIL AGENDA By t6 QTY COUNCII. ITEM NO. H -9 GTY CF NWkji OR T WACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REMODEL FORMER COUNCIL CHAMBER (CONTRACT NO. 1998) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be received and opened at 2:30 P.M. on February 16, 1978. DISCUSSION: At the study session held on October 25, 1977, the City Council was shown a schematic plan for remodeling in the City Hall. By necessity, the remodeling is being done in phases in order to minimize interference with the daily activities in the City Hall. The work covered by the present contract is shown on the attached sketch and consists of the following: 1. Convert the front of the former Council Chamber into offices for the Personnel Division (1,100 square feet). A new suspended insulated ceiling with recessed lighting fixtures and new heat- ing outlets will be installed. The present windows which do not open at the bottom will be replaced with windows that open. The window sill height will be raised, and the present window open- ings closed above the new ceiling line. Partitions, a public counter, and a storage cabinet will be installed. 2. Convert the rear of the former Council Chamber to a mail room (250 square feet). A new outside window will be installed. The wall between the mailroom and the Personnel office will be insulated in order to muffle the noise of the mail room equip- ment. New lighting, heating ducts, and electrical outlets will be installed. The plan for remodeling the former council chamber was prepared by the Thirtieth Street Architects of Newport Beach for a cost of $1,825. The estimated cost of the work is $40,000. The estimated date of completion is May 15, 1978. The remainder of the remodeling program is being designed by the Public Works Department and is being accomplished by separate purchase orders. The following has been completed or is under construction: About half of the asbestos fiber acoustic ceilings in the City Hall have been replaced. 0 i.... January 9, 1978 *;o *, .p Subject: Remodel Former Council Chamber (Contract No,.,19gqyy�� Page 2 a; F,> 2. The former council conference room has been converted into an office for the Parks, Beaches, and Recreation Director. 3. The Traffic Engineering office is being expanded. 4. A new outside window has been installed in the office of the Administrative Assistant to the City Manager. A set of the remodeling plans will be on display in the Council Chambers. /I �oseph T. Devlin ublic ks Director � J LP: jd Att. ;Uluvo'A) Oro ela-Y t ; <2 C7 C7 PERSONWEL IN Su IZAwciE GI I,ES AkA�ySr .• M,b,Yo 2 'ER 50WNEL DisZecTora. ,SAFETY E WSURANC9 OFFice Go"struc+ I MAIL ROONJ 4. I/ep 41 d5fatrs 14TQ Rewove wall 11 f2Ur6LIC- 2E,sr A 2E A P, 5. &1 P, ADM I w i STIZAT i �01 Isi PW QGMODi COUNCIL E 2. ING FORMER ZPAMBGRZ. & CONF ROOM UL M 1-4 <2 C7 C7 PERSONWEL IN Su IZAwciE GI I,ES AkA�ySr .• M,b,Yo 2 'ER 50WNEL DisZecTora. ,SAFETY E WSURANC9 OFFice Go"struc+ I MAIL ROONJ 4. I/ep 41 d5fatrs 14TQ Rewove wall 11 f2Ur6LIC- 2E,sr A 2E A P, 5. &1 P, ADM I w i STIZAT i �01 Isi PW QGMODi COUNCIL E 2. ING FORMER ZPAMBGRZ. & CONF ROOM 6 0 October 10, 1978 D. 6 B. Acoustics and Construction 616 -A N. Anaheim Blvd. Anaheim, CA 92805 Subject: Surety : . Covenant Mutual Insurance Company Bonds No. 006740 Project Remodeling Former Council Chambers Contract No.: 1998 The City Council on July 18, 1978 accepted the work of subject project and authorized the Ctty Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 20, 1978, in Book 12848, Page 1799. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk cc: Public Works Department RFC PLEAAE RETURN TO RFPO`�RO /.yG CITY CLERK Ttu yy CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 25982 EXEMPT C9 NOTICE OF COMPLETION PUBLIC WORKS 0 3K 12848ec 1 799 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M.. t i ti 0 1978 LEE A. BRANCH, County Recorder 7'o All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on the Public Works project consisting of Reiodeling on which D. & B. Acoustics and Construction, Inc, of AnaheiA was The contractor, and onvenant Mutual Insurance Company, was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH Public /Works 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 19, 1978 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on July 18, 1978 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 19, 1978 at Newport Beach, California. peputy, C' y Clerk NAME AND ADDRESS OF AGENCY BUTLER, CHRISTIAN & DUNN P. O, BOX 4430 EL MONTE, CA. 91734 NAME AND ADDRESS OF INSURED D & B ACOUSTICS AND CONSTRUCTION, INC. 616 —A NORTH ANAHEIM :BLVD. ANAHEIM, CA. 92805 COMPANIES AFFORDING COVERAGES � R A TRANSAMERICA INSURANCE COMPANY R COMPANY B LETTER COMPANY LETTER COMPANY D LETTER COMPANY C LETTER G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. I UtJCHIPIION OF OPERATIONS /LOCATIONSNEHICLES ;._.S/ �`7 JOB: REMODELING FORMER COUNCIL CHAMBER CONTRACT NO. 1998 NEWPORT BEACH, CA. Cancellation: Should any of the above describ6d policies be cancelled before pirati���k4hereof; a issuing com- pany will endeavor to mail _ days written notice to the bel a e& ate hold r, but failure to mail such notice shall impose no obligation or liability of any kind up t any_\,, NAME AND ADDRESS Of CERTIFICATE HOLDER: CITY OF NEWPORT BEACH C/O CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92663 DATE APRIL 4, 1978 Lirntsot Liability in ThOusandS( O) COMPANY LETTER TYPE Of I NSURANCE POLICY NUMBER POLICY EXPIRATION DATE AGGREGATE OCCEACH E GENERAL LIABILITY° - BODILYINJURY $ S ❑ COMPREHENSIVE FORM ❑ PREMISES— OPERATIONS PROPERTY DAMAGE S S ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ ' BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE S S ❑ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS PERSONAL INJURY $ ❑ PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ (EACH PERSON) ❑ COMPREHENSIVE FORM BODILY INJURY S ❑ - (EACH OCCURRENCE) OWNED PROPERTY DAMAGE 5 ❑ HIRED ElBODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION STATUTORY A and WC 102 17 40 1/1/79 CALIF, EMPLOYERS' LIABILITY E +TxxACnocnn OTHER . koi� UtJCHIPIION OF OPERATIONS /LOCATIONSNEHICLES ;._.S/ �`7 JOB: REMODELING FORMER COUNCIL CHAMBER CONTRACT NO. 1998 NEWPORT BEACH, CA. Cancellation: Should any of the above describ6d policies be cancelled before pirati���k4hereof; a issuing com- pany will endeavor to mail _ days written notice to the bel a e& ate hold r, but failure to mail such notice shall impose no obligation or liability of any kind up t any_\,, NAME AND ADDRESS Of CERTIFICATE HOLDER: CITY OF NEWPORT BEACH C/O CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92663 DATE APRIL 4, 1978 CITY OF %NEWPORT BEACH Date March 28, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1998 Project Remodeling Former Council Chamber Attached is signed copy of subject contract for transmittal to the contractor. Contractor: D 6 B Acoustics S Address: 616 -A- No. Anaheim Blvd., Anaheim, CA 92805 Amount: $38,005.00 Effective Date: Resolution No. 9284 Doris Geo e Att. cc: Finance Department Q Cite hall • 3300 Newport Boulevard, Newport Beach, California 92663 ,. . ,. CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR REMODELING FORMER COUNCIL CHAMBER Approved by the City Council this 9th day o January 1978. Doris George, City Cler CONTRACT NO. 1998 SUBMITTED BY: D & B Acoustics R Construction Inc. Contractor 616 A North Anaheim Boulevard Address Anaheim, California 92805 City Zip Code 714 533 -6431 _ 213 924 -7437 Telephone No. $38,005.00 Total Bid Price Items I thru 4 inc7. s 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODELING OF FORMER COUNCIL CHAMBERS PROPOSAL CONTRACT NO. 1998 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 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. 1998 in strict conformance with the plans identi- fied as City of Newport Beach Drawing No. B- 5061 -5 (consisting of 3 sheets); the 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: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Remodel former Council Chambers into offices and a mailroom, complete in place, except for items listed separately below, for the lump sum price of: Twenty -seven Thousand Seven Hundred Ninety -nine Dollars and No Cents $ 27 799.00 Lump Sum Construct suspended ceiling system, including recessed lights, ducts, outlets, and grills, for the lump sum price of: Fifty -nine Hundred Fifty -six Dollars and No Cents $ 5,956.00 Lump Sum Construct new window in west wall of mailroom, for the lump sum price of: Seven Hundred Fifty Dollars and No Cents $ 750.00 0 E Subject: Remodeling of Former Council Chambers - Contract No. 1998 PR2of2 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Remove existing asphalt tile flooring; provide and install new carpeting, for the lump sum price of: Thirty -five Hundred Dollars and No Cents $ 3,500.00 TOTAL BID WRITTEN IN WORDS (Items 1 thru 4 incl.) Thirty -eight Thousand Five - - - Dollars -- �� and No Cents $ 38,005 00 February 16, 1978 Date D & B ACOUSTICS & (Bidder's Name) Qn __ TAuthorized Signature CONTRACTOR'S LICENSE N0. 237599 TELEPHONE NO. 714 533 -6431 CONTRACTOR'S ADDRESS 616 North Anaheim Blvd Anaheim California 92RO5 r' • • 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. on the 16th day of February, 1111 , at which time they will be opened and read, performing war as follows: REMODELING FORMER COUNCIL CHAMBERS CONTRACT NO. 1998 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. The 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 Secr�etar� or Assistant Secretary are required ante CCorpo_ra�te Seal sha be of fixed to all documents requiring signatures. In the case of a ark 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.) M 0 E 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 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. Revised 10 -27 -77 • ! Page 2 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. 237599 Classification B -1 Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or Bon in 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 agree3 to comply with such provisions before commencing the performance of the work of this contract. 714 533 -6431 Phone Nu er Bid er s Name (SEAL) February 16, 1978 Date A u- -t Fo rize d Signature thorized Signature General Contractor - (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: MiqlzrailsIMM' WiTilit - Sandra L. Campbell, Vice Pres. • • 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 1. 2. Painting Ed Moore Painting Lynwood 3. Plastering Solvey Plastering E1 Monte 4. Steel Sash Metal Fabricators Downey 5. Heating & Air Cond. Campbell Heat. Anaheim 6. 7. 8. 9. 10. 11. 12. D & B ACOUSTICS & CONSTRUCTION INC. Bidder's Name ames T. Broome Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) MIriMM 59 • : @ FOR GINAL SEE CITY CLERK'S FILE C( BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, D.& B. ACOUSTICS & CONSTRUCTION INC. COVENANT MUTUAL INSURANCE COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF BID IN Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of REMODELING FORMER COUNCIL CHAMBERS - CONTRACT NO. 1998 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 16th day of FEBRUARY , 19 78 Corporate Seal (If Corporation) D. & B. ACOUSTICS & CONSTRUCTION INC. Principal � ,lamac T_ Broome (Attach acknowledgement of - Attorney -in- Facts � r Marva J. Lyno, Notary Public COVENANT MUTUAL INSURANCE COMPANY Commission Expires Sept. 29 1980 Surety By S /Barbara Blumer Title Attorney -in -Fact 0 The bidders, by its officers and filing this bid, being duly sworn them, have in any way, directly ment with any other bidder, or wi whereby such affiant or affiants 0 NON- COLLUSION AFFIDAVIT agents or representatives on their oaths say, that or indirectly, entered into th any public officer of s or either of them, has pai pre nei an uch do bidder or public officer any sum of money, or has given or is bidder or public officer anything of value whatever, or such a either of them has not directly or indirectly, entered into an ment with any other bidder or bidders, which tends to or does competition in the letting of the contract sought for by the a bid has been accepted from any subcontractor or materialman th the Bylaws, Rules or Regulations of which prohibit or prevent considering any bid from any subcontractor or materialman whic through said bid depository, or which prevent any subcontracto bidding to any contractor who does not use the facilities of o through such bid depository; that no inducement or any form or that which appears upon the face of the bid will be suggested, delivered to any person whomsoever to influence the acceptance awarding of the contract, nor has this bidder any agreement or kind whatsoever, with any person whomsoever to pay, deliver to other person in any way or manner, any of the proceeds of the Page 5 sent at the time of ther they nor any of y arrangement or agree - CITY OF NEWPORT BEACH r is to pay to such to give to such other ffiant or affiants or y arrangement or agree - lessen or destroy free ttached bids; that no rough any bid depository, the contractor from h is not processed r or materialman from r accept bids from or character other than offered, paid, or of the said bid or understanding of any or share with any contracts sought by this bid. Subscribed and sworn to before me this 15th day of February 19 78 My commission expires: October 20, 1981 D & B ACOUSTICS & CONSTRUCTION INC. S /James T. Broome (% r S /K. Bridget Meyer - Notary Public « ƒ ® ©J J C-Ka , a■(2 OM OR � ƒ 2E0 = (&■ - k�Q / _® § E 92 r+ �- \$T ..22+� FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY 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. On file with City Clerk. Home Bank 15625 Lakewood Blvd. Paramount, CA 213 634 -0040 Chas. G. Hardy Inc. Paramount, CA 213 634 -6560 Ward & Harrington Lumber Co. Costa Mesa, CA 714 556 -1500 Hammond Lumber Co. Bellflower, CA 213 867 -1701 Stanline, Inc. Norwalk, CA 213 921 -0966 %James T. Broome Signed Page o • TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1977 Irvine School District Mr. Dave Smith 714 559 -1936 it Rowland School District Mr. Joe Surra 213 965 -2541 " 4 A- Cnupty Supt of Srhnolc Mr Carl Sadprguict 213 1422-6196 " Lynwced School District. Mr Rag Hpndprk nn 211 61R -7791 Orpen Vipw Srhonl Oictrirt Mr_ Milt Rpra 714 847 -2551 11_11_.. n- rt— Id.-A-r4- 71A Qn9_9ar.1 i 'Signe d Bond NO. 006470 Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 27, 1978, has awarded to D & B ACOUSTICS & CONSTRUCTION INC. hereinafter designated as the "Principal ", a contract for 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 as Principal, and D & B ACOUSTICS & CONSTRUCTION INC. COVENANT MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETEEN THOUSAND TWO AND NO/190 * * * * * * * * * * * * ** Dollars ($ 19,002.00 , 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 EXECUTED IN TRIPLICATE 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, 9th day of MARCH , 19 78 Approved as.to form: i City Attor ONSTRUCTION INC. (Seal) Name of Contractor Principal �l orized Sighature'and Title , Authorized Signature and Title COVENANT MUTUAL INSURANCE COMPANY (Seal) Name of Surety 26o So. Los RobLex, Suite 214 JlgnataW ana I1 le OT Au' Arthur J. Clement, Jr. At gMtR 6f1 P.O. Box 2430 EI Mon4e, CA. 91734 Telephone No. of Agent f� 0 T Z S D 02 m m O c o 6 n W T O m K N iii 7 m O m U3 a- E d O ^ m T ♦I o o ° v' ° + O T - ° y m io 3 j G K 0 3 � T O W ^ rt rt C m m A p � E 9' a 9. T i C C rt m S C O m O O �n CL m m C S_ 3 N ° � S N N m W C S m C S C N y m C T _ 0 O m N u o m o rt o o m 0 � N m C m � � T rt y y. rt m°n m n N + .• S � m C N T m O O W x. E Y 3 m a c 0 C— m 0 N C+ d 6 C) xi ,o I03 T O R 3 m 0 O m m W N rt 00 0 0 n N O D� Q a N • COVENANT MUTUAL INSURANCE COMPANPI Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint ARTHUR J. CLEMENT, JR. its true and lawful Attorney (s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s)- in•Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: if 19tia 1' f Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By ) Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. -• �� o '•: a uu"thhoo riity. .............. trrc++ ✓ ✓ /• Notary Public My commission expires March 31, 1978 4E4 :1 _X `. CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this qth. day of MARCH 1978 Assistant SecretW Bond No. 006470 Y ' • •emium$ 3 2.00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 27, 1978, has awarded to D & B ACOUSTICS & CONSTRUCTION INC. hereinafter designated as the "Principal ", a contract for REMODELING FORMER COUNCIL CHAMBER - CONTRACT NO. 1998 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and COVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TN1gT -R ,HT THousAyp FIVE ATN> NO /100 * * * * * * * * * * * * * * * * * * ** Dollars ($ 38,005.00 ), 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 EXECUTED IN T�i!1 LICATE y 0 • 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 9th day of MARCH , 19 78 Approved as to form: r C'Fty Attorney D & B ACOUSTICS & CONSTRUCTIO INC. (Seal) Name of Contractor Principal) AgOorized Signature and Title Authorized Signature and Title COVENANT MUTUAL INSITRANCE COMPANY (Seal) Name of Surety 260 So. Los Robles, Suite 211 Ad�FRfC.r.Nsr.iv Dvr`;: P.O. Box 4130 C; sUontc, CA, 91734 Telephone No. of Agent ■Iv ti n6 k § - 70-ii 0 //3} 0, 3 O= 0 } /C\ ({\ }CL CL �k(Z CL 0 =E} }$ƒ CL / \ \} }k(/ a CL 2 k 2 k q E / CL I I 0 % 02 0( }/ COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF AT"NEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint ARTHUR J. CLKAENT, JR. its true and lawful Attorneys) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety orwritten obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in- fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there, of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: ' "•�'�'�`"' Assistant Secretary STATE OF CONNECTICUT lim COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By _VrAg". Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. Notary Public 11r: Ay' My commission expires March 31, 1978 ia, •.• .. ^�MyE..j�C��: { CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 9th day of MARCH. 19 78 Assistant Secre • 0 Page 12 CONTRACT THIS AGREEMENT, made and entered into this '.!tG day of IL - _. , 19 ?/ , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and D & B ACOUSTICS & CONSTRUCTION INC. 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 REMODELING FORMER COUNCIL CHAMBER - CONTRACT NO. 1998 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. 0 0 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 By: Mayor ATTEST: City Clerk 'Contractor (SEAL) By: itle 92 Approved as to forme hU City Attorney Section I. II. IV V VI 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR REMODELING FORMER COUNCIL CHAMBER CONTRACT NO. 1998 SCOPE OF WORK . . . . . . . . . . . . . . . ADMINISTRATION OF THE FEES. . . . . . . . . SPECIFICATIONS . . . PLANS . . . . . . . . AWARD AND EXECUTING OF A. Award of Contract B. Execution of Contr [��l Page CONTRACT . . . . . . . . . . . . . . . 1 ....................1 ....................2 . . . . . . . . . . . . . . . . . . . . 2 THE CONTRACT . . . . . . . . . . . . . 2 . . . . . . . . . . . . . . . 2 act . . . . . . . . . . . . . 2 VII. TIME . . . . . . . . . . . . . . . . . . . . VIII. PAYMENT . . . . . . . . . . . . . . . . . . 2 3 • • SP 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODELING FORMER COUNCIL CHAMBER CONTRACT 1998 SPECIAL PROVISIONS I. SCOPE OF WORK The intent of the City of Newport Beach is to provide under this contract for a complete office facility, including all removals, patching, painting of existing walls; and construction of new windows, partitions, ceilings, lighting fixtures, heating and ventilation ducts and outlets, built -in counter, storage cabinet, new outside doors; and installation of new carpeting throughout the remodeled area. II. ADMINISTRATION OF THE CONT A. The Public Works Director of the City of Newport Beach shall administer this contract. 1. Any place where the word "architect" or "owner" appears in the Architectural Specifications, the words "architect" or "owner" shall be understood to refer to the Public Works Director of the City of Newport Beach or his authorized representative. B. 1. The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to this contract. 2. The Architectural Specifications shall govern for determining quality of workmanship and materials. 3. In case of any conflict between the Standard Specifications and the Architectural Specifications, the Standard Specifications shall govern. III. FEES A. The City will be responsible for securing a building permit and other permits normally required by the City. B. Included in the scope of the contract is the payment of all fees and the securing of all permits normally charged by governing public agencies other than the City; and the furnishing of all material, labor, and transportation necessary to complete the construction. SP 2 of 3 . • C. The following fees normally charged by the City of Newport Beach will be waived: 1. Building excise tax fees. 2. Building and plan check fees normally charged for the account of the General Fund and including plumbing, electrical, drywall, and plastering permits. D. Every contractor and subcontractor on this project must maintain a valid City business license at all times that he is working on this project. IV. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the Architectural Specifications, the City's Standard Special Provisions, the Plans, and the City's Standard Drawings and Specifi- cations. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. The Architectural Specifications are included on the plan,. V. PLANS The complete set of plans for bidding and construction consists of Drawings No. 5- 5061 -S, Sheets I through 3, inclusive, prepared by The Thirtieth Street Architects. VI. AWARD AND EXECUTING OF THE CONTRACT A. Award of Contract: The award of the contract will be to the lowest respon- sible bidder whose proposal complies with all requirements described in the contract documents. The award, if made, will be made within 30 days after the opening of the bids. B. _Execution of Contract: The contract shall be signed by the successful bidder And returned, together with the contract bonds, within 10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. VII. TIME Within five (5) calendar days after the execution of the contract by the City, the City shall issue a notice to proceed. The contract shall be completed within 60 calendar days From the date of the notice to proceed. E VIII. PAYMENT • SP 3 of 3 The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and inci- dentals necessary to the completed work. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for Item No. 1. Itam Nn_ 1 Work to be done under Item No. 1 includes but is not limited to removal of surface - mounted electrical conduit and boxes; patching of holes in walls; removal of existing windows, doors, exterior stairway outside of mailroom; enlarging the opening for outside door to mailroom; constructing new sections of wall above and beneath new main windows; constructing new partitions and walls, doors, windows, storage closet, public counter, and writing table; installing new electrical outlets; painting and finishing all exposed surfaces inside the mailroom and personnel offices including both old and new work; and cleanup; and all the miscellaneous work required to complete the contract except for work to be paid for separately under other items of work. Item No_ 2 Work to be done under Item No. 2 includes construction of new suspended ceiling, new recessed lighting fixtures, new heating and return air ducts, grills, and diffusers; and electrical wiring associated with the lighting system. Item No. 3 Work to be done under Item No. 3 includes all costs associated with cutting a hole in the west wall of the mailroom and installing a new openable window in the opening. Item No. 4 Work to be done under Item No. 4 includes removal of existing asphalt tile flooring, preparing the floor for installation of carpeting; furnishing and installing of padding and carpeting in the mailroom, personnel offices, and entrance hallways as indicated on the plans. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO._ _ 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,OOD 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 End orsemee``\At� effective when signed by an Authorized ReF sentative of _ ��-�- VVVVV '�1 finQA Name o Insurance Company and when issu� Ci41 be valid and form part of Policy No. `� �t`i�6 1n1 oxpi NAME OFa wl -1 ADDRESS - AGE /BROKE _ t<1 w Aut�z�— Repreaentative� IMPORTANT: This is the only evidence 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 0 FEB 27 1978 By a. can COUNCIL Co or WX= 0*04 RESOLUTION NO. 9284 • A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO D & B ACOUSTICS & CONSTRUCTION, INC. FOR REMODELING OF FORMER COUNCIL CHAMBER, CONTRACT NO. 1998 WHEREAS, pursuant to the notice inviting bids for work in connection with remodeling of the former Council Chamber, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of February, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is D & B ACOUSTICS & CONSTRUCTION, INC.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of D & B Acoustics & Construction, Inc. for the work in the amount of $38,005.00 be accepted, and that the contract for the described work be awarded to said bidder; 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. ADOPTED this 27th ATTEST: City Clerk day of February , 1978. Mayor DDO /bc 2/22/78 i CITY OF NEWPORT BEACH — PUBLIC WORKS DEPARTMENT— CONTRACT DOCUMENTS FOR REMODELING FORMER COUNCIL CHAMBER — B-1 Approved by the City Council this 9th day o .January 1978. Doris George, City Cle CONTRACT NO. 1998 SUBMITTED BY: D & B ACOUSTICS& CONST. INC.. Contractor 616 A No. Anaheim Blvd. ress ANAHEIM CALIF 92805 City Zip Code 714 533 6431 21 1 Te ep one No. x38,005.00 Total Bid Price Items 1 thru 4 incl CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODELING OF FORMER COUNCIL CHAMBERS PROPOSAL CONTRACT NO. 1998 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: • PR of 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. 1998 in strict conformance with the plans identi- fied as City of Newport Beach Drawing No. B- 5061 -S (consisting of 3 sheets); the 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: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Remodel former Council Chambers into offices and a mailroom, complete in place, except for items listed separately below, for the lump sum price of: TWENTY SEVEN THOUSAND SEVEN HUNDRED NINETY Dollars NINE and u/o NO Cents Lump Sum Construct suspended ceiling system, including recessed lights, ducts, outlets, and grills, for the lump sum price of: FIFTY NINE HUNDRED FIFTY =T3 Dollars NO and Cents Lump Sum Construct new window in west wall of mailroom, for the lump sum price of: SEVEN HUNDRED FIFTY Dollars and NO Cents $ 27,799 DO 5,956.uo $ 7 53.00 9 Subject: Remodeling of Former Council Chambers - Contract No. 1998 PR2of2 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Remove existing asphalt tile flooring; provide and install new carpeting, for the lump sum price of: THIRTY FTVr, TJTJXi)nr•.n Dollars and NO Cents TOTAL BID WRITTEN IN WORDS (Items 1 thru 4 incl.) THIRTY EIGHT THOUSAND FIVE Dollars and NO Cents Feb. 16, 1978 Date ll Bidder's Name /authorized S gna ure $ 3, Soo. oO 38,005.00 CONTRACTOR'S LICENSE N0. 237599 C _2 TELEPHONE NO. 714 533 6431 CONTRACTOR'S ADDRESS 616 No. Anaheim Blvd. Anaheim, Calif. 92805 qid- wi C� ��= XSk- "= F:.:.s ^'u*A=,..�.,,G�.-��.. �..�.,a'.. �. .:...�.0 ..�¢` -_,:. 1-c�_:G�_�S. ..1.�•.�...C'�- - •�*f�i'�Ff•QNS'�:fis...v �_;`:_yj• • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newpport Beach, California, until 2:30 P.M. on the 16th day of Februar 19 78 , at which time they wi�1— be opened and reaperforming wort as o lows: REMODELING FORMER COUNCIL CHAMBERS CONTRACT NO. 1998 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. The 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 t� he C_o_rPorate Seal sha�be— axed to all documents requiring signatures. In the case of a ar(s 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.) 0 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 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. Revised 10 -27 -77 0 0 Page 2 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. Classification Accompanying this proposal is (Cash, Certified Check, Cashiers Check or Bond in 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. Phone Nu er Date Bidder's Name „r (SEAL) �Aothorized Signature Authorized Signature Type of Organization (Individua", 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: 0 DESIGNATION OF SUBONTRACTORS $' 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. ELECTRT_CAL LODGE ELECTRICAL COSTA My$A 2. PAINTING ED 'PiOCi'�A PAINTING LYNIV700) 3. j,,.s T;s LTi!'; Sn .VRY Pt.ASTRRTMA RT. M MTR 4. STRRi- CASH MRTAL FAARTr ATARS ]OWNRY 5. HS TING & AIR COAn_ CAMPARIJ. MAT- AMAMRTM 6. 7. 8. 9. 10. 11. 12. D & B ACO STICS & CONST. INC. Bidders Name ,Lit-_2 49.�2 I- - .. - AuthorTzed Signature CORPORATION Type of Organization- 7, =_ (Individual, Co- partnership-.6`r Gorp.)1 616 N. Anaheim Bfvd. page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, D. & B. ACOUSTICS & CONSOR11CLIQN INC , as Principal, and CONVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum ofJE,N PERCENT OF THE TOTAL AMOUNT OF BID IN Dollars ($ 10/ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of REMODELING FORMER COUNCIL CHAMBERS - CONTRACT #1998 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 16th day of FEBRUARY 1978 Corporate Seal (If Corporation) D.& B. ACOUSTICS & CONSTRUCTION INC. Principal s (Attach acknowledgement of Attorney -in -Fact) CONVENANT MUTUAL INSURANCE COMPANY___ Surety By Title BARBARA BWb1ER V_1N-EA4Cr 44OU � r 'm -4 O I ;-:;� mgm „o 3 t, O M1 d (7 i o C ? d a� F a m d T c �. 0 C p o + O �� d 2 C m IQ T+ n cr 3 0 p G ' v 3 a a CW p_ n t ± C 0 + p• O d a m F m d O o_a S % C •a S C m 07 O J O t N C m T. 0 C S_ 3 N A CL � T N d a d C S � + a N F (p t d CL + m N S _ n =mN' R D i n O t p m o' m« "O C 0 'o 6 m C N 3 C W =f T -•� �• S 3 N + T O m � a N m a T O F Y O• � O i ttl r t�J O T N O\ G. O F F1 G W •o Ico _ co 0 0 3 d m 0 d d 3 O K O n rm � o > 3 �0 0 COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make,Lonstitute and appoint its true and lawful Attorneys) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if aseal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there, of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 1)'9'� ik. A" . Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by iike authority. / ? ?f O1'A4 '.S': % Notary Public r My commission expires March 31,,1978 FW• ... :ni CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 16th day of February 1878 ,� Assistant Secre y • NON- COLLUSIQN AFFIDAVIT 0 ;Page . -5;,.. The bidders, by its officers and agents or representatives present at the time of filing this bid, being duty 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. D & B ACOUSTICS & CONST. INC. awl PIP Subscribed and sworn to before me this %M4Aday of E , My commission expires: a Notary P4plic . nimmn �n,nmreemm OFFICIAL SEAL K. BRIDGET MEYER NOTARY PUBLIC CALIFORNIA PRINCIPAL OF ORANGE CO My Comm(aGlen Expires Octo9981 u�urwuarisrtiwrmwn v • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY 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. Home Bank - -15625 Lakewood Blvd. Paramount, Ca. 213 634 0040 Chas. G/ Hardy Inc. Paramount, Ca. 213 634 6560 Ward & Harrington Lumber Co. Costa Mesa, Ca. 714 556 1500 Hammond Lumber Co. Bellflower, Ca. 213 867 1701 Stanline, Inc. Norwalk, Ca. 213 921 0966 Signed I• Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1977 IP.VINE SCHOOL DISTRICT AIR, DAVE SMITH 714 559 1976 922 6196 If 922 SUPT. OF SCHOOLS -MR CARL SODEROUIST -211 648 7791- LYNWOOD SCHOOL DISTRICT LMR RAY H ND RKSON 213 678 7791 " OCEAN VIEW SCHOOL DISTRICT AM NIT LT B R^ 714 847 SS1 " FOUNTAIN VALLEY SCHOOL DTSTRT ENsZ11 8A2 6651 t/ 1". : am. .. . I ' r� �c U Ali w f di Q N `W= N Y.1t3 w L? ~oz 4 /j W IJ x N lie 11 1 �19���INI��IItlIIINIRI linmmesnlx�� 4 /j W IJ x N