Loading...
HomeMy WebLinkAboutC-2010 - Marinapark Shelter FacilityC ITY OF NEW. BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 April 10, 1980 Mason Construction Conpany 4825 -D Valley View Avenue Yorba Linda, CA 92686 Subject: Surety: American Motorists Insurance.Company Bonds No: 9SM 553 907 PR. 357 Project: Marinapark Shelter Facility Contract No.: C -2010 I The City Council on March 10, 1980 accepted the work of subject p..: project and authorized the City Clerk to file a Notice of'C mletion 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 March 24, 1980 in Book No. 13546, Page 675. Please notify your . surety carpany that bonds may be released 35 days after recording date. ,z r DORIS GEORGE City Clerk r DG:bf cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach,, California 92663 1 w .... a .. ..' .3' ... ._.�_..�.... ...__...�..... ,. ... RECORDING REQUESTED BY AND MAIL TO 28063 dK 1 3546P 675 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beachs Ca, 92663 EXEMPT C4 NOTICE. OF COMPLETION PUBLIC WORKS OF ORANGE f'O(V Y, CALIFORNIA 30 Min. vet 2 P. M. MAR 24190 LEE 't4* BRANCH, Coenty Recorder -1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of �Marin, on which Mason Constxuction Crnm n) was the contractor, and American Motorists Insurance Qp= was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OFZNEWPan Public 'Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March -14, 1980 at Newport Beach, California. RiWtvvt � Public Works Director VERIFICATION OF CITY CLERK I, the undersigned; say: I am the City Clerk of the City of Newport Beach; the City Council of said City on March 10, 1980 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 March 14, 1959 at Newport Beach, California. City Clerk T OF 9~E�E6sx7 + c`'' ^ =i APR 9 ,.) �• OF MEW D � CALIF. ` CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: M&rch 14, 1960 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Attached for recordation is Notice of Completion of Public Works project consisting of MarirApark Shelter Facility Contract No.2010 on v =s C•.I '] • c •.1 x•11 •. = —was the Contractor and American Motorist Tnn == crm,R wn., was the surety. . Y Please record and return to us. Very trul}(1 yours, /4Dorlis George v City Clerk City of Newport Beach Encl. .I i �I 0 0 NOTICE OF COMPLETION PUBLIC WORKS I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Eebmuzy 2s-, 1980 the Public Works project consisting of Shel or Fae4]jj.7 — — on which Mas was the contractor, and Anericg was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 14, 1980 at Newport Beach, California. .Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on March 10, 1980 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 Mamh 19, 1980 at Newport Beach, California. City Clerk • CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2010 Project Onstru�of Marinapark Shelter Facility Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Mason Construction CaTpany Address: 4825 -D Valley View Avenue, Yorba Linda, Ca. 92686 Amount: $ 35,670.00 Effective Date: der 23, 1979 Resolution No. 9668 Doris Geo e Att. cc: Finance Department 171 City flail 3300 Newport Boulevard. Newport Beach, California 92663 MAR 10 1980 By tha (';"t wUNCIL CITY OF NwfM:i AMC_ TO: CITY COUNCIL FROM: Public Works Department SUBJECT: MARINAPARK SHELTER FACILITY (CONTRACT 2010) RECOMMENDATIONS: 1. Accept the work. r� March 10, 1980 CITY COUNCIL AGENDA ITEM NO. H -14 2. Authorize the City Clerk to file a Notice of Completion and release the bonds 35 days after the Notice of Completion has been filed. DISCUSSION: On October 23, 1979, the City Council awarded Contract 2010 to Mason Construction Company, of Yorba Linda, in the amount of $35,670 to construct the Marinapark shelter facility. The Marinapark shelter facility is a covered picnic area with two attached bays, each covered with a trellis; a permanent cooking island; and masonry walls on two sides to protect the users from the alley and the American Legion's parking lot. A sketch showing the location is attached. The work has been completed to the satisfaction of the Parks, Beaches and Recreation Department and the Public Works Department. Original contract price $35,670.00 Change Order No. 1 (Additional pavement) 400.00 Total Contract Price $36,070.00 Funds were budgeted in the Capital Improvement Fund, Account No. 26- 9997 -010. The contract date of completion was February 18, 1980. Work was completed by February 28, 1980. The delay was caused by rain. The shelter facility was designed by the Thirtieth Street Architects of Newport Beach. Ben amin B. Nolan Public Works Director KLP:jd NEWPORT L n.w.. W. 1 ♦ r 1 MQ DHAF1ARX COMPLEX 39412 [PdAb ac,%L;t re *a, 1. CL 1 C 1 r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 0 CONSTRUCTION OF MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 SUBMITTED BY: MASON CONSTRUCTION COMPANY Contractor 4825 -D Valley View Avenue address Yorba Linda, CA 92686 City Zip Code (714) 993 -2130 Telephone No. Total Bid / Price Items 1 -5 incl. Approved by the City Council 19 September 10, 79. A C. itoris George, City Clerk 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 15th day of cto er 1979, at which time they will be opened and read, for performing work as follows: CONSTRUCT MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 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 � _� ar Seal shall be affixed to all documents requiring signatures. In the case of a k 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.) r 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters o t e 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 "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of 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. 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 -7981 in- clusive). 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 3 -13 -79 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 M ri 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 wili 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. 370029 Classification B -1 Accompanying this proposal is Cashier's Check (Cash, Certified Check, Cas ier s Check or on 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 workers' 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. (714) 993 -2130 MASON CONSTRUCTION COMAPNY Phone Number Bid er ame October 15, 1979 , , (SEAL) 151 gna son, Se 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: George P. Sepulveda John E. Mason President & Treasurer Vice President & Secretary DESIGNATION OF SUBCONTRACTORS 0 Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. FRAMING i�( n,l2CC', E n �2 L J — -2 C_­26 3. MASONRY Or C'.Ci /v!�j 1 ;�`�— ja��.:21 4. ELECTRICAL . �j��L /)2c IN �c- � �> 5. PLUMBING (� �r='S p�� Um ,iV�i 6. ROOFING 7. 8. 9. 10. 11. 12. MASON CP�STRUCTION COMPANY �— Bi erame . Authorized Signature George P. Sepulveda, President Corporation Type of Organization (Individual, Co- partnership or Corp.) 4825 -0 Valley View Avenue Yorba Linda, CA 92686 Address Z' BIDDER'S BOND TO ACCOMPANY PROPOSAL I;NOW ALL MEN BY THESE PRESENTS, That we, Page 4 as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of liars ($ ), 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 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 day of 19 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact 0 Title ncipa Surety Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. COMPANY Georg P. Sepulveaa, President Subscribed and sworn to before me this ! day of lg_J�L_ My commission expires: Notary Public OFFICIAL SEAL LYNNE C MASON o' �' NOTARY PUBLIC •CALIFORNIA ORANGE COUNTY My wmm. expires JUN 17, 1963 • SiAILME.NT OF FINANCIAL RESPONSIBILITY • Page 6 Tne undersigned submits herewith a statement of his financial responsibility or dyrees Lo submit a statement within 24 hours after the bid opening if he is the apparent low bidder. George P. Sepulveda, President Ll Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES !he. 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 1972 -77 J. A. Stewart Steve Jackbson (714) 898 -5551 1978 K & A Industrial Merle Klett (714) 842 -3070 7979 Mason Development John Mason (714) 993 -2130 MASON C RUCTION COMP Signed George P. Sepulveda, President • 0 .I \I VI CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF MARINAPARK SHELTER FACILITY PROPOSAL CONTRACT NO. 2010 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Sepcifications, 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. 2010 in strict conformance with the plans iden- tified as City of Newport Beach Drawing No. B- 5063 -S (consisting of 5 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 Construct Marinapark Shelter Facility and all site work, complete in place, except for work listed separately below, for the lump sum price of: /�NOLICH�� J�Irn7.a�5� Cave IFc �,J�crl Dollars Np and Cents Lump Sum Sandblast concrete columns and masonry walls, for the lump sum price of: FlH>�Aol l ars and Cents Lump Sum Construct sewer lateral, complete in place, for the lump sum price of: ✓ i� z a,�l )A/�T Dollars and Cents v 3p CIVIOr $1, cl.00 $ jC', c0 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Construct electrical service, complete in place, including connection fees, for the lump sum price of: PR 2 of T14 ou5'1 Dollars �- and °y�dC Cents $3 eet r 5. Lump Sum Relocate existing drinking fountain for the lump sum price of: ( & 1V ��z° � -�L�J v�7 �I er Dllars and 1 _Two, { v Cents $ TOTAL BID PRICE (Items 1 -5 inclusive) $ CJ- 3�TOTAL BID PRICE (Items 1 -5 inclusive) WRITTEN IN WORDS 6:q 0 Dollars j and Cents 10/15/79 MASON CONSTRUCTION COMPANY orge V. Sepulveda, President CONTRACTOR'S ADDRESS 4825 -D Valley View Avenue, Yorba Linda, CA 92686 CONTRACTOR'S LICENSE NO. 370029 TELEPHONE NO. (714) 993 -2130 CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 SUBMITTED BY: MASON CONSTRUCTION COMPANY _ Contractor 4825 -D Valley View Avenue Address Yorba Linda. CA 92686 City Zip Code (714) 993 -2130 Telephone No. Total Bid Price Items 1 -5 incl. Approved by the,City Council September 10, 1979. X ) Doris George, City Clerk • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 15th day of cto er 1979, at which time they will be opened and read, for performing work as follows: CONSTRUCT MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 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 ana t-ie CCorrpor�at_e� Seal shall be affixed 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.) • 4- Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California apters o t e 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 "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of 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. 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 -7981 in- clusive). 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 3 -13 -79 rj 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, at 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 providingg for the registration of Contractors, License No.. 370029 Classification B-1 Accompanying this proposal is Cashier's Check ' (Cash, Certified Check, Cas ier s Check or on 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 workers' 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. (7141 30e_ 92130 P -Fiore Nr WWher 15, 1979 'e MASON CONSTRUCTION COMPANY Bidder's Name (SEAL) S /George P. Sepulveda uthorized Signature AS /John E. Mason Autut or d gnature 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: George P. Sepulveda W President & Treasurer Vice President & Secretary PJ DESIGNATION OF SUBCONTRACTORS 0 Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. CONCRETE Rodcoe 963 -7020 2. FRAMING Ravenscroft 778 -2564 3. MASONRY Bledsoe Const. 528 -5291 4. Electrical M. B. Florin Elec, 898 -3266 6. Plumbing Dave's Plumbing 735 -3631 6. Roofing D. J. Roof 540 -9212 7. 9. 10. 11. 12. MASON CONSTRUCTION COMPANY Bidder's Name S /George P. Se ulveda ut orize ignature Corporation Type of Organization (Individual, Co- partnership or Corp.) 4825 -D Valley View Avenue KX NOT APPLICABLE - Contra& r submitted Cashier's check i ount of $40W.00. V BIDDER'S BOND TO ACCOMPANY PROPOSAL ,NN iAL.t. MEN BY THESE PRESENTS, That we Page 4 as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of 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 day of 19 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact ° Title Principal urety NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. CONSTRUCTION COMPANY S /George P. Sepulveda Subscribed and sworn to before me this 15th day of October , 19 79 My commission expires: June 17, 1983 S /Lynne C. Mason Notary Public a Page STAILMENT Of FINANCIAL RESPONSIBI Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk S /George P. Sepulveda Signed 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES 0 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 1972 -77 J. A. Stewart Steve larkhcnn (714) 898-S551 1978 K & A Industrial M rl kla + (714) 842 4D7D 1979 Mason Development ohn Mason (7�) 991 71�n S /George P. Sepulveda Signed Page 8 LABOR AND MATERIAL BOND 95M 553 907 PR. INCL.IN PERF IN DUPLICATE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 23, 1979 has awarded to Mason Construction Co. hereinafter designated as the "Principal ", a contract for construction of Marina Park Shelter Facility - Contract No. 2010 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; PEE 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 MASON CONSTRUCTION COMPANY as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SEVENTEEN THOUSAND EIGHT HUNDRED FIFTY AND N0 /100 - - - - -- Dollars ($17,850.00 - -- 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 -A • 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 31st day of OCTOBER , 19 79 Approvedias to f rm: City iAttbrney MASON CONSTRUCTION COMPANY = (Seal) Name of/,Contrar Pr ncipal i MoSi re itle lv reside t orized S a e and Title John E. Mason, Secretary AMERICAN MOTORISTS INSURANCE COMPANY (Seal) Name of Surety Address of Agent 213 383 -2168 Telephone No. of Agent 7 STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES) F � r 1if l,On;mis �i i J it� �. :93Z ON OCT 1 1979 19 — before me a Notary Public in and for said State, personally appeared i`a sree.3 F. �`_�ciib'iI.0 1S. known to me to be the person whose name is subscribed to the within Instrument as the Attorney-in Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledlled to me that he subscribed the name of said Company thereto is Surety. and his own name as Attorney in Fact. tary Public illreot all correspondence to — +. AL BARKER BONDS Page 10 685 Carondelet Street LOS Angeles, California 90057 (213)' 383.2168 PERFORMANCE BOND 9SM 553 907 PR. 357. IN DUPLICATE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 23, 1979 has awarded to Mason Construction Co. hereinafter designated as the "Principal ", a contract for construction of Marina Park Shelter Facility - Contract No. 2010 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, MASON CONSTRUCTION COMPANY i as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THIRTY FIVE THOUSAND SEVEN HUNDRED AND N01100 -------------- Dollars ($35,700.00-----), 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 I'y n d , 0 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 31st day of OCTOBER 19 79 AMERICAN MOTORISTS INSURANCE COMPANY (Seal) Name of Surety By Suture and Title f Authorizes S H. RESTRICK, ATTY -IN -FACT Address of Agent 213 383 -2168 Telephone No. of Agent I! % STATE OF CALIFORNIA I SS. COUNTY OF LOS ANGELES) OFFICIAL SEAL - J. M. LEMANTINE NOTAR/ PUBLIC � CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY Commission Exp. Aug. 2, 191 ON 0 C 3 1 1979 19 — , before me a Notary Public in and for said State, personally appeared James H. Restriek known to me to be the person whose name is subscribed to the within Instrument as the Attorney in -Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney in Fact. Public AMERICAN MOTORISTS INSURANCE COMPANY Home Office: Long Grove, IL 60049 0 ®I� POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint******** Stephen C. Kolb, Mary M. Sullivan, and James H. Restrick of Los Angeles, California ( EACH)***** sE�ESE**** sEtE**** �r�rx�r* * *ar * *tEtta�r * *sE�EaHr�E>taFaFx KaF*ir its true and lawful agent(s) and attorney(s}in -fact, to make, execute, seal, and deliver during the period begin- ning with the date of issuance of this power and ending December 31, 1980, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds FIVE HUNDRED THOUSAND DOLLARS EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1980 This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in fact, and to authorize them to execute on behalf of the company, and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 22nd day of May, 1963: "VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of the Com- pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16, 1962, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 22nd day of June , 19Z Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY 7- t ` .-By d� C. G. Swan, Secretary H. L. Kennicou, Jr., Vice President STATE OF ILLINOIS ss COUNTY OF McHENRY I, Jo Anne Krein, a Notary Public, do hereby certify that H. L. Kennicott,Jr. and C. G. Swan personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth My commission expires: March 21, 1982 (f to Anne Krein, Notary Public CERTIFICATION I, Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated ,Tune 22, 1978 on behalf of Stephen C. Knlb,Mary M_ (EACH) * * * * * * * *** * *** * * * ** Sullivan and James H Restrick of Los Angeles, CA is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said H. L. Kennicou, Jr. and C. G. Swan who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed The corporate seal of the American Motorists Insurance Company on this day of OCT 3 1 197\g _19—. Sven L. Johanson, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 836 6.78 TM PRINTED IN LIS.A. Power 0 AnOrney—Ter Ll Page 12 C O N T R A C T THIS AGREEMENT, made and entered into this /yZ /. day of % Z « - _.. 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Mason Construction Co. 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 Marinapark Shelter Facility - Contract No. 2010 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. ATTEST: City Clerk CITY OF NEWPORT BEACH, CALIFORNIA By: Mayor MASON CONSTRUCTION /: CSEAL) 0 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF MARINAPARK SHELTER FACILITY PROPOSAL CONTRACT NO. 2010 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Sepcifications, 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. 2010 in strict conformance with the plans iden- tified as City of Newport Beach Drawing No. B- 5063 -S (consisting of 5 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 Construct Marinapark Shelter Facility and all site work, complete in place, except for work listed separately below, for the lump sum price of: Thirty Thousand Four Hundred and Eighty Dollars and no /100 Cents $ 30,480.00 Lump Sum Sandblast concrete columns and masonry walls, for the lump sum price of: One Thousand Two Hundred and Fifty Dollars and no /100 Cents $ 1,250.00 Lump Sum Construct sewer lateral, complete in place, for the lump sum price of: Six.Hundred and Ninety Dollars and no /100 Cents $ 690.00 . • PR 2 of NTITY ITEM DESCRIPTION TOTAL UNIT UNIT PRICE WRITTEN IN_ WORDS _PRICE 4. Lump Sum Construct electrical service, complete in place, including connection fees, for the lump sum price of: Three Thousand Dollars and no /100 Cents $$ 3,000.00 5. Lump Sum Relocate existing drinking fountain for the lump sum price of: Two Hundred Fifty Dollars and no /100 Cents $ 250.00 TOTAL BID PRICE (Items 1 -5 inclusive) $3_ 5,670.00 TOTAL BID PRICE (Items 1 -5 inclusive) WRITTEN IN WORDS Thirty -Five Thousand Six Hundred Seventy Dollars and no /100 Cents 10/15/79 Date er's Name S Geor e P. 5e ulveda Authorized Signature CONTRACTOR'S ADDRESS 4825 -D Valley View Avenue, Yorba Linda, CA (92686) CONTRACTOR'S LICENSE NO. 370029 TELEPHONE NO. (714) 993 -2130 INDEX TO SPECIAL PROVISIONS FOR CONSTRUCTION OF MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. BID PRICES . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . 1 IV. FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 2 VI. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. AWARD AND EXECUTING OF THE CONTRACT . . . . . . . . . . . . 2 VIII. TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 2 X. ARCHITECTURAL SPECIFICATIONS . . . . . . . . . . . . . . . . 3 DIVISION 1 GENERAL NOTES . . . . . . . . . . . . . . . . . . 3 DIVISION 2 SITE WORK . . . . . . . . . . . . . . . . . . . . 3 DIVISION 3 CONCRETE . . . . . . . . . . . . . . . . . . . . 4 DIVISION 4 MASONRY . . . . . . . . . . . . . . . . . . . . . 4 DIVISION 5 METALS . . . . . . . . . . . . . . . . . . . . . 5 DIVISION 6 CARPENTRY . . . . . . . . . . . . . . . . . . . . 6 DIVISION 7 MOISTURE PROTECTION . . . . . . . . . . . . . . . 6 DIVISION 8 DOORS, WINDOWS AND GLASS . . . . . . . . . . . . 7 DIVISION 9 FINISHES . . . . . . . . . . . . . . . . . . . . 7 DIVISION 10 MECHANICAL . . . . . . . . . . . . . . . . . . . 7 DIVISION 11 ELECTRICAL . . . . . . . . . . . . . . . . . . . 7 I. SCOPE OF WORK II III IV • • SP l of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF MARINAPARK SHELTER FACILITY CONTRACT NO. 2010 SPECIAL PROVISIONS The intent of the City of Newport Beach is to provide under this contract a complete shelter facility, including removals of existing pavement, turf, sprinklers, and other improvements; construction of a sewer lateral; construc- tion of an electrical service including paying connection charges; connection to an existing water service; relocation of an existing drinking fountain; and furnishing all transportation, labor, materials necessary to complete the project in a workmanlike manner. BID PRICES The price bid for item 1 -5 inclusive is the base bid and is intended to cover all work shown on the plans. The bids will be compared based on the prices bid for the base bid. The City reserves the right to delete bid item No. 2 (Sandblasting Columns and Masonry Walls) from the award of the contract. If bid item No. 2 is deleted from the contract, it will be done at the time the contract is awarded. ADMINISTRATION OF THE CONTRACT A. The Public Works Director of the City of Newport Beach shall administer the contract. B. 1. The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to the 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. 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; payment of any connection fee required by the Southern California Edison Company; and the furnishing of all material, labor, and transportation necessary to complete the construction. 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, and electrical permits. • • SP 2 of 7 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. V. 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 plans. VI, PLANS The complete set of plans for bidding and construction consists of Drawings No. B- 5063 -S, Sheets 1 through 5, inclusive, prepared by the Thirtieth Street Architects, VII. 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. VIII. 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 90 calendar days from the date of the notice to proceed. IX, PAYMENT 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 price bid for Item No. 1. 11 X, ARCHITECTURAL. SPECIFICATIONS DIVISION 1 GENERAL NOTES • SP 3 of 7 A, The contractor shall verify and check all dimensions and conditions at the site before starting work, Report any discrepancies to the architect or owner before starting construction, B, All workmanship and materials shall conform to the requirements for the 1973 Edition of the uniform building code, applicable uniform building code standards, and /or all additional requirements of the City of Newport Beach, C, All A.S,T,M. designations shall be amended to date unless noted otherwise. D. Verify all openings through construction with plumbing contractor and electrical contractor for size and location. Notify owner of any deviations from the Drawings, E. Any omissions or conflicts between the various elements of the working drawings and /or specification shall be brought to the attention of the owner before proceeding with any of the work so involved. All work is to be coordinated so that cooperation between trades where required is accomplished, F, Contractor shall repair or replace all damaged finish material and /or structural members as required and as confirmed by the building inspector. G. Install temporary toilet facilities on site. H. The contractor shall at all times keep the premises free from all accumula- tions of waste material or rubbish caused by his employees or work, and at the completion of the work shall remove all rubbish, debris, equipment and surplus materials from in and about the building and leave the work "broom clean." DIVISION 2 SITE WORK A. Demolition 1. Clear site of vegetation and debris. 2. Cap or remove all existing utility connections as required. 3. Remove existing wood picket fence as per drawings. 4. Remove existing asphaltic concrete as per drawings. 5. Relocate existing drinking fountain. B. Earthwork Grading contractor to examine site prior to bidding to confirm the establishment of finish grades as shown on plot plan. Any unusual or conflicting conditions shall be immediately brought to the attention of the owner. 0 C. Landscape - -None (by owner) D. Paving • SP 4 of 7 1. See drawings for locations of all decorative paving areas, patios and walkways, Verify texture with owner. DIVISION 3 CONCRETE A. Concrete Reinforcement 1. Reinforcing steel shall be intermediate grade deformed bars conforming to A.S.T.M. A15, 2. All reinforcing steel, dowels, anchor bolts, etc,, shall be well secured in place prior to pouring concrete. 3. Anchor bolts shall be 2" dia, x 10" embedded a minimum of 7" into concrete column as noted on drawings. B, Cast -in -place Concrete 1, All concrete shall conform to Chapter 26 of the U.B.C. and have a minimum ultimate compressive strength at 28 days of 2000 p.s.i. 2. Tests and inspections as required to be paid by owner upon notification and approval. 3. Cement shall conform to A.S.T.M. C150. Aggregate to A.S.T.M. C35. Cement shall be Type I or II, 4. Slab finish -- floors: broom finish. 5. Concrete columns and suspended concrete beams to receive (interior and exterior) a medium sandblast, a, Adjacent materials and work not to receive sandblast texture shall be adequately protected. DIVISION 4 MASONRY A. Masonry 1. Masonry units shall be Grade N -1 units conforming to the latest A.S.T.M. designation C -90 and in addition the requirements of the Quality Control Standards of the Concrete Masonry Association, manufactured by ORCO Block, Stanton, CA. Texture (Precision) ORCO color (Tan). • • SP 5 of 7 2. Portland cement shall conform to A.S.T.M. designation C -150. 3. Mortar shall be freshly prepared and uniformly mixed in the ratio by volumes of 1 part cement, 2 parts lime putty, 42 parts sand, and shall conform to A.S.T.M. designation C -270. Mortar to match color of block. 4. Grout shall be of fluid consistency and mixed in the ratio by volumes, 1 part cement, 3 parts sand or 1 part cement, 3 parts sand, 2 parts pea gravel. 5. Reinforcing steel shall be deformed bars conforming to A.S.T.M. desig- nation A -615 except that ," ties may be plain bars. Wire reinforce- ment shall conform to A.S.T.M. designation A -82. 6. Construction shall be of the highest quality workmanship and all walls shall be laid true and plumb. Provisions shall be made for all adjoining construction. 7. Construct a 4' x 6' sample panel for workmanship, joint treatment, pattern and color of mortar for approval by owner. Sample panel is part of structure. See drawings for location. 8. Tuck point all holes 1/8" or more, grind off all lumps, clean debris and leave masonry clean and free of any mortar drops. 9. During rainy weather, protect the block wall and stockpiled materials. 10. All masonry walls to receive (interior and exterior) a medium sandblast. Test panel, as located on drawings, shall be approved by owner. a. Adjacent materials and work not to receive sandblast testure shall be adequately protected. DIVISION 5 METALS A. Structural Steel- -None B. Miscellaneous Metals 1. Miscellaneous steel including supports and brackets as detailed on the drawings. 2. All items shall be shop primed with corrosion protection linear polymer formula -- Simpson Gray as per the "Simpson Co. ", or equal. 3. All welds shall be ground smooth and primed with rust - inhibiting paint. • • SP 6 of 7 DIVISION 6 CARPENTRY A. Rough Carpenter 1, All horizontal wood members shall be Douglas Fir grade No. 2 unless otherwise noted, conforming to WCLA grade rule #16. 2, All vertical wood members shall be Douglas Fir grade no. 2 unless otherwise noted, conforming to WCLA grade rule #16. 3. All plates and sills bearing on concrete shall be pressure treated Douglas Fir. 4, Roof sheathing shall be 1 x 6 "V" joint T & G Douglas Fir. 5, Nailing at roof shall be 3 - 10d at each support. 6. Nailing shall be with box nails and shall conform to the nailing schedule table no, 25 -P of the Uniform Building Code, 1973 edition. 7, Where flush framing use "Simpson" joist hangers or equal. 8. Plywood exposed to weather shall be exterior grade. B, Finish Carpentry 1. Include all wood cabinet work and exterior finish woods as detailed on plans. DIVISION 7 MOISTURE PROTECTION A. Building Insulation- -None B. Roofing 1. Roofing shall be class "C" redwood shingles. Apply over two layers of 15# felt. Install per U,B,C, Standards. C. Skylights -None D. Sheet Metal 1. All flashings 26 ga, galvanized iron primed and baked enamel finish. 2. Miscellaneous sheet metal work as noted or shown and detailed. E, Caulking 1. Caulking shall be G.E. Silicone Sealant, or equal, Color: clear. • • SP 7 of 7 DIVISION 8 DOORS, WINDOWS AND GLASS A. Wood Doors - -None B. Aluminum Windows and Doors - -None C. Finish Hardware 1. Finish hardware shall be installed by finish carpentry subcontractor. Use Schlage or approved equal door hard- ware. All plumbing fixtures to be installed by plumber. D. Glass and Glazing - -None DIVISION 9 FINISHES A. Tile Work 1. Tile at countertop 4;" x 4," by Del Piso or equal. Apply countertop by conventional mud set method. B. Staining 1. All wood to receive "Olympic #716 semi- transparent stain ", or equal, as per manufacturer's specifications, DIVISION 10 MECHANICAL A. Plumbing 1. All work and materials shall conform strictly to all requirements of local plumbing and building codes. DIVISION 11 ELECTRICAL A. Electrical 1. All work and materials shall conform strictly to all requirements of local electrical and building codes. 2. All electrical fixtures shall be installed by contractor. • SAMPLES CITY OF NEWPORT BEACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By - Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 i crOf .. NAME AND ADDRESS OF AGENCY North American Insurance Agency 12832 Garden Grove Blvd. Garden Grove, CA. 92643 Mason Dev.Corp & Mason Const.Co. and Mason & Associates & John C. Mason & Lynn C. Mason as Individuals COMPANIES AFFORDING COVERAGES CLETTEOMPANY R A Aetna Life & Casualty COMPANY LETTER I COMPANY LETTER COMPANY D LETTER 311 S. State College Blvd. Anaheim, CA. 92806 1 CLEOMPANY TT E ER i. 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. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms. exclusions and conditions of such Dolicies. I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Construction / State of California Cancellation: Should any of the above des�cr[ibed policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. _ NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach $AT c/o City Clerk 3300 Newport Blvd. Newport Beach, CA. 92663 25(1.79). AUTHORIZED REPRESENTATIVE DAVID H. SCHWARTZ, Limits of Liability in Thousands COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY ; 4 ❑ COMPREHENSIVE FORM ❑ PREMISES — OPERATIONS PROPERTY DAMAGE $ $ ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ ❑ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS PERSONAL INJURY $ ❑ PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ (EACH PERSON) ❑ COMPREHENSIVE FORM BODILY INJURY $ ❑ (EACH ACCIDENT) OWNED PROPERTY DAMAGE $ ❑ HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION Renewal of STATUTORY i A and 59CR953267CPA EMPLOYERS' LIABILITY $ IEACN ACCIOENn OTHER L I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Construction / State of California Cancellation: Should any of the above des�cr[ibed policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. _ NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach $AT c/o City Clerk 3300 Newport Blvd. Newport Beach, CA. 92663 25(1.79). AUTHORIZED REPRESENTATIVE DAVID H. SCHWARTZ, • i CITY OF NEWPORT BEACH Contract No. 2010 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. ItA s 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY General Liability 10/25/79 59GL58212CCA 9/11/79 -80 $50Q?OOO.CSL Aetna Cas.& Surety Contractual Liab. 10/25/79. 59GL58212CCA 9/11/79 -80 $500,000.CSL Aetna Cas,& Surety Products Liability 10/25/79 59GL58212CCA 9/11/79 -80 $1,000,000..Agg, Aetna Cas,& Surety This endorsement is effective October 25 , 19 79 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, ornt� 92�, c N OF � ��R BRii Address 12832 Garden Grove Blvd. CA,,,-�92643 By Authori d 'Representative) DAVID H, SCHWARTZ IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is.cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 CITY OF NEWPORT BEACH Contract No. 2010 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS ENDORSEMENT ATTACHES General Liability Contractual Liab. Products Liability EFFECTIVE DATE OF ENDORSEMENT 10/25/79 10/25/79 10/25/79 POLICY POLICY LIMITS OF INSURANCE NUMBER PERIOD LIABILITY COMPANY 59GL58212CCA 9/11/79 -80 $500,OOO.CSL Aetna Cas.& Surety 59GI582120CA 9/11/79 -80 $500,OOO.CSL Aetna Cas.& Surety 59GL58212CCA 9/11/79 -80 $1,000,OOO.Agg. Aetna Cas.& Surety This endorsement is effective October 25 , 19 79 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California, 3 ME . NA/OF B NT` ER / North American Insurance Address 12832 Garden Grove B1 By ( Authorized Representative) DAVID H. SCHWARTZ IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 October 29, 1979 MARINAPARK SHELTER FACILITY SUBCONTRACTOR LIST Concrete Rodco Construction Co. 963 -7020 18902 Flagstaff Huntington Beach, CA Framing Ravenscroft Construction Co. 778 -2564 736 Westwood Place Anaheim, CA 92805 Masonry Bledsoe Construction Co. 734 -7150 1663 Industrial Ave., #B Norco, CA 91760 Electrical M. B. Florin Electric 898 -3266 7475 Anaconda Avenue Garden Grove, CA 92641 Plumbing Dave's Plumbing 735 -3631 3510 State Street Corona, CA 91720 Roofing D. J. Roofing 540 -9212 2031 S. Anne St. Santa Ana, CA 92704 4825 -d valley.view avenue • yorba linda,ca.92686 • (714)993 -4130 ;4 0 RESOLUTION NO • A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MASON CONSTRUCTION COMPANY IN CONNECTION WITH THE CONSTRUCTION OF MARINAPARK SHELTER FACILITY (C -2010) WHEREAS, pursuant to the notice inviting bids to work in connection with the Marinapark Shelter Facility, in connec- tion with the plans and specifications heretofore adopted, bids were received on the 15th day of October, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is MASON CONSTRUCTION COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MASON CONSTRUCTION COMPANY in the amount of $35,670.00 for the Marinapark Shelter Facility be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 23rd day of Mayor ATTEST: October , 1979. City Clerk kv 10/16/79 0 0 r. O 'j- al NMI mn�miri� �IIU�l�lll�llgl��lll �nt�nn�vmm�u� aIInlMlll���E��1' ��nmi��mmnbnn� I�I��I�I��IIINIn�llllll� nnnnnnnn�iumunn u�I�I�Yl�llll '�,9�f r. O 'j- al m 1 4 fi•- J� LAJ prom h A z to L.< w Q W �irz z 0 E- -oz F- U W y Ci W u x N d �mm� niu uMNl�ll 1ell � p�lY I � ■1111 II�IIINIIIIN01111�111111� A ERIC= 111110 In y Ci W u x N d OCT 23 1979 gy 00 CITY COUNOL all OF 14R0vW NAM TO: CITY COUNCIL October 23, 1979 CITY COUCIL AGENDA ITEM NO. H -2 FROM: Public Works Department SUBJECT: CONSTRUCTION OF MARINAPARK SHELTER FACILITY (CONTRACT 2010) RECOMMENDATIONS: Adopt a resolution awarding the contract to Mason Construction Company, of Yorba Linda,in the amount of $35,670.00; and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: On October 15, 1979 the City Clerk opened seven bids for the subject project: Bidder Bid 1. Mason Construction Company, Yorba Linda $ 35,670.00 2. Fairchild Design & Development, Inc., Santa Ana 42,516.00 3. Siino Construction Co., Santa Ana 42,888.00 4. Virgil E. Miller Co., Inc., Hawaiian Gardens 44,676.00 5. Wilson - Niblo, Fullerton 47,513.00 6. Aspen Construction, Anaheim 51,170.00 7, Newport Harbor Construction, Newport Beach 54,980.00 The low bid is 13% under the Engineer's estimate of $41,000. The original plans were prepared by the Thirtieth Street Architects. Subsequent revisions were made by the Public Works Department. The low bidder has not previously done work for the City, but he is properly licensed. A check of his references indicates that he is ualified. Benjamin B. Nolan Public Works Director KLP:do Att. •` YT43 NEWPORT BAY ,�jl U i Ij LD y 1-1 ^*� Day . r i rl s 1lnkir�.a`r�Y �- l'H'Lt4 con telex r • .. x.86+ B F. .a :r ?� B A L.b OA el t, v tz �.r�ru -� I,aeel rye INMID }� C. 89412 P�LQG�J SI4ELTER FACILITY - n r f c IF 111 WIN OCT 23 1979 BY a» an COW 40L CITY OF N/*l= WAiCH RESOLUTION NO. 9 66 8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MASON CONSTRUCTION COMPANY IN CONNECTION WITH THE CONSTRUCTION OF MARINAPARK SHELTER FACILITY (C -2010) WHEREAS, pursuant to the notice inviting bids to work in connection with the Marinapark Shelter Facility, in connec- tion with the plans and specifications heretofore adopted, bids were received on the 15th day of October, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is MASON CONSTRUCTION COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MASON CONSTRUCTION COMPANY in the amount of $35,670.00 for the Marinapark Shelter Facility be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 23rd day of October , 1979. Mayor kv 10/16/79 I have received the above Cashier's check Newport Beach. Signed i 032076 10 -15 >9 79 9 M&se, .A Co ,4sT-- Co . THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the aae of eighteen years . and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer cf the Newport Harbor Ensign newspaper of general circula tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general CirCUtatiOn by the Superior COUrt Of the C: :until OE Or ange, State of California, under '.he. data 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 puhhshed in each regular and entire issue of said newspaper and ni;t in any supplement thereof on thefc1lowing dates to Twit >e.ntember 19, 19 79 I certify (or decl are) under pe.naity cl perjury that the foregoinc is true and correct. Dated at Newport Beach, California. this 19dayof S?1)l`19 %9 r/y Signature THE NEWPORT ENSIGN 2.721 F. Coast Hwy., Corona del Mar. California 92625. PROOF OF P1 a This space is for the County Clerk's Filing Stamp A Proof of Publics! ion of +0t_Ce J.nvi ip l E34ds PUBLIC NOTICE CITY OF NEWPORT BEACH CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clark, City Hall , New. port Beach, Celifomfa, aatil 2:30 P,M, I an determined by telephone time mgnap on the 'Sib day of October, 1979, at which time they will be opened and read, for Pedmonf vi work as fallow.. CONSTRUCT MARINAPARK SHEL, TER FACtury, CONTRAC{ NO.2010. Bide most he submitted on the propos. at form attached with the contract doer. meats tumuhed by the Public Warta De. red t. The additio..I copy of the proposal for u to be retained by the bidder for his records. Each bid must be accampenied by cash, certified cheek or Bidders &ad, made Payable to the City of Newport Beack bran amount equal to at least 10 Percent of the amount bid. The title of the Pseject and tba word. "SEALID BID" .ball be dead, marked me the outside of th.. I cevtaiaing the bid, The contract documents that net w remPleted, executed and remmed in the sealed bid are: A. Proposal B. Deaignahon of Subcontractors C, Bidder's Bond D. Nam collusion Affidavit E, Statement of Financial Res,., bility F. T.cbracd Ability and Experience References These document, shall be affixed with the eigvalme red iftlm of the persons signing on beha l of the bidder. For corn Borah.., the sigaaturea of the President Or Vice President and Secretary o Assistant Secretary are required and the Corporate Seat shall be affixed to art documents requidn9 eigamtm.a. In the crew of a PartnerebiP, the signature of at least one general Dmi.., ie required. No bids will be accepted from a con. tractor who has non been licenaed is accordance with the provisions of Chair. or 9, Divieioe Ur of the Bossiness and Pro. /ewioai Code. The contractor shall mate his lice.. number and clraedleadoa in the proposal. One set d plans and contract docm menu, including special provisions, may he obtained at the Public Wor6 De- partment, City Hall, Newport Beach, Calibrrda, at n oat to Beamed con- tractor. It is .quested that the pram and contract documents he retmved within 2 weeks alley the bid opening. The City hoe adopted the Standard JBLICAT.Speniffcatinns 1. Public Works awrtion (1970 Edition) w prepared by the Southern Cardinale Chapters d the American Public Works Aeecrandsn and the Associated General Covhactom of America. Copies may be obtained hem Building News Inc. 3055 Overland Ave, iver. Loe Angeles, Car,,wee 90034, (213)M09871. The City has adopted Standard Spe. cid Provisions arrd Standard Drawings. Copies d these are available at the Pub. Ifs Works Department at a coat of $5 Per set. A standard "City d Newport Beach Species End ... meet" form has bee. a dopted by the City of Newport Beach. his form is the only endorsement accep. ble to the City for liability insurance urposes. The successful low bidder will e raguhed to complete the farm upon ward d contract. IA sample form u ttached for reference.) For any required bonds, the company Miring bid bonds, Labor and material bonds, and faithful padoanance be.& most be an ins.mnce company or surety company licensed by the State Of Cali foods. In accordance with the Provisions of Article 2, Chapter 1, Part 7 of the Carr. bmia Labor Cade ((sections 1770 at "), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages to the locality iv which the work is to be performed for . each craft, classification m type of work- ... co meohmdc needed to execute the contract. A copy of said determir a in. is available to the office of the City Clerk. All parties to the roatract shall be on, erred by all provisions of the California La?"JI90, rtlsow to p1monling wage hatea r5actfons 1770 -7981 Imfvel. ,*agkWagPsda r "Ibre, for :t> o m pliance with Seotlon 17775 .1 the Califamia Labor Code for all app,o. tirwaffin.upatio.s. The contractor shall pw prevailing wage rates at the job Copies may be obtained from the Public Works Department. The City amerves the fight to reject may or all bids and to waive any idor- maBtyfnemh bida. Pub4-Is SnA 1$ 1870 has Tb..Nnr- :nmtPalen. -. _ ,vianva ) of 7 1 C F:0