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