HomeMy WebLinkAboutC-2002 - Parking lot, Mariners Fire Station & Handball Court, Mariners ParkAUG 14 19/8
By +he C 1Y COUNCIL
"TY OF Nr' `PORT BEACF
TO: CITY COUNCIL
FROM: Public Works Department
August 14, 1978
CITY COUNCIL AGENDA
ITEM NO. D -12
SUBJECT: ACCEPTANCE OF CONSTRUCTION OF PARKING LOT AT MARINERS FIRE STATION
AND HANDBALL COURTS AT MARINERS PARK (C- 2002)"
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for enlarging the parking lot at Mariners Fire Station and
constructing two handball courts at Mariners Park has been completed to the satis-
faction of the Public Works Department.
The bid price was $48,864.50
Amount of unit price items constructed 48,734.25
Amount of change orders None
Total contract cost 48,734.25
Amount budgeted: 53,676.00
General Fund $12,500.00
Building Excise Tax Fund 21,544.00
State S.B. 174 Funds 19,632.00
Total $53,676.00
The design engineering was performed by the Public Works Department
and the Parks, Beaches and Recreation Department.
The contractor is Masonry Engineers, Inc., of Long Beach, California.
The contract date of completion was September 28, 1978. The work was
completed by August 9, 1978.
A map showing the location of the work is attached.
/ Jbseph �. Devlin
Pyiblic ks Director
J
KLP:jd
C
Q
b
`ice
C3
v
c
L�.
Qi
v
0
;r
l
BY the CITY !'-
:Z 4`�/y4: +r
0
4
0
RESOLUTION NO./
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
MASONRY ENGINEERS, INC. FOR ENLARGING THE
PARKING LOT AT MARINERS FIRE STATION, AND
CONSTRUCTING HANDBALL COURTS AT MARINERS
PARK, CONTRACT NO. 2002, AND DELETING THE
DRAFTING PIT
WHEREAS, pursuant to the notice inviting bids for
work in connection with the enlargement of the parking lot
at Mariners Fire Station and construction of the handball
courts at Mariners Park, and deleting the Drafting Pit, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 10th day of May, 1978,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is MASONRY ENGINEERS, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Masonry Engineers,
Inc, for the work in the amount of $48,864.50 be accepted,
and that the contract for the described work be awarded to
said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 22nd day of
Mayor
ATTEST:
City Clerk
1978.
DDO /bc
5/19/78
May 22, 1978
`V'. Y "`_' 1'_'^ CITY COUNCIL AGENDA
ITEM N0. F -8
CITY COUNCIL
FROM: Public Works Department
SUBJECT: CONSTRUCT DRAFTING PIT, ENLARGE PARKING LOT AT MARINERS FIRE STATION,
AND CONSTRUCT HANDBALL COURTS AT MARINERS PARK (CONTRACT NO. 2002)
RECOMMENDATIONS:
1. Adopt a resolution awarding the contract to Masonry Engineers,
Inc., of Long Beach; deleting the drafting pit and drainage
improvements from the award of contract, for a total contract
amount of $48,864.50; and authorizing the Mayor and City Clerk
to execute the contract.
2. Approve a budget amendment appropriating an additional $5,000
from the Building Excise Tax Fund; and transferring a $12,500
appropriation for the drafting pit from the General Fund to
the Building Excise Tax Fund for use in constructing the
parking lot and handball courts.
DISCUSSION:
At 2:30 P.M. on May 10, 1978, the City Clerk opened and read four
bids for the subject project. Attached is a copy of the bid summary and a
sketch showing the location of the proposed projects.
Bidder Total Bid
1. Masonry Engineers, Inc., Long Beach $73,964.50
2. Blystone Co., Orange 81,173.00
3. Mac -Well Co., Anaheim 85,932.40
4. Markel Cement Contracting, Inc., Costa Mesa 99,325.00
The low bid is 12.1% above the Engineer's estimate of $66,000. The
plans were prepared by the Public Works Department.
The 1977 -78 budget contains three appropriations for the project.
ITEM
Construct drafting pit
Enlarge parking lot
Construct handball courts
APPROPRIATION SOURCE OF FUNDS
$12,500 General Fund
10,000 Building Excise Tax
26,176 Building Excise $ 6,544
State S.B.174 $19,632
Total $48,676
May 22, 1978
Subject: Construct Drafting Pit, enlarge Parking Lot at Mariners Fire Station
Page 2 and Construct Handball Courts at Mariners Park (Contract No. 2002)
Proposed work consists of: (1) constructing a drafting pit to test
fire engines and train engineers; (2) extending the parking lot 45 feet; (3)
constructing a new & wider driveway; (4) replacing the existing asphalt concrete
pavement with portland cement concrete pavement; and (5) constructing two
handball courts.
On March 27, 1978, the City Council directed that the contract be
prepared so that all or part of the contract could be awarded. The contract
was prepared so the City has the option of awarding all or part of the contract
to the bidder who submitted the lowest total bid.
The work lends itself to being done in phases, except that the
parking lot must be extended before the pumper test pit can be built. If the
handball court is not built at this time, the 43- foot -wide gap where the head-
wall of the handball courts is supposed to be can be closed with a temporary
chain link fence for $559, or a permanent masonry wall for a cost of $1,720.
Option "A" below is based on using a chain link fence.
The low bidder has not worked for the City, however, a check of his
references shows that he has worked for public agencies in Los Angeles County
and is considered to be well qualified and cooperative.
The estimated cost of the different items are as follows:
ITEM
BID
CONTINGENCIES
TOTAL
APPROP.
SHORTAGE
Drafting Pit and
(10 %)
Parking Lot
$47,778
$4,721
$52,500
$22,500
$30,000
(5 %)
Parking Lot
24,000
1,200
25,200
10,000
15,200
(5 %)
Handball Courts
26,745
1,431
28,176
26,176
2,000
(8 %)
All of above
73,964
6,035
80,000
46,500
33,500
If approved, the estimated date of completion is October 6, 1978.
Att.
lin
Director
J
}
0
§•.�,
Q �
§\§§
ItH
A
/
«
\
\
g
§
k
�
\
)
}
Zt-
a
e
S
3
CN
3/®
-)
v
ac
|
>
\
R
\[\
e
2
5k
»
�
�
37e
&
�
�
J~
�
,
9
e
<
7
¥
J
a
cy
—
|,.
fr
§
H
%
°
.,y
3nN3A V 3AMA81
C
R-
`f
k
C c �iG.
_
1 R 9 7 1978
By the CIiY COUNCIL
CITY OF MGWXMT AGAGH
TO: CITY COUNCIL
FROM: Public Works Department
March 27, 1978
CITY COUNCIL AGENDA
ITEM NO. F -2
SUBJECT: i'CONSTRUCT DRAFJING PIT - 'ENLARGE PARKING LOT AT MARINERS FIRE STATION,
AND CONSTRUCT HANDBALL COURTS AT MARINERS PARK (CONTRACT 2002)
RECOMMENDATIONS:
1. Approve plans and specifications for one of the following options:
OPTION A. Construct drafting pit and enlarge parking lot at
Mariners Fire Station.
OPTION B. Construct handball courts at Mariners Park.
OPTION C. All of above.
2. Authorize the City Clerk to advertise for bids to be opened at
2:30 P.M. on May 10, 1978.
DISCUSSION:
The 1977 -78 budget contains three appropriations to construct
improvements adjacent to Mariners Fire Station. The location is shown on the
attached sketch. A complete set of plans is on display in the Council Chamber.
ITEM
Construct Drafting Pit
Enlarge parking lot
Construct handball courts
Total
APPROPRIATION SOURCE OF FUNDS
$12,500 General Fund
10,000 Building Excise Tax
24,000 Building Excise $ 6,000
State S.B.174 $18,000
$46,500
Proposed work consists of : (1) constructing a drafting pit to test
fire engines and train engineers; (2) extending the parking lot 45 feet; (3)
constructing a new and wider driveway; (4) replacing existing asphalt concrete
pavement with portland cement concrete pavement; and (5) constructing two
handball courts.
The work lends itself to being done in phases, except that the
parking lot must be extended before the pumper test pit can be built. If the
handball court is not built at this time, the common wall between the parking
lot and future handball court will be closed with a 6 feet high chain link fence.
March 27, 1978
Subject: Construct Drafting Pit, enlarge Parking Lot at Mariners Fire
Station, and construct Handball Courts at Mariners Park (Contract 2002)
Page 2
The estimated cost of the work is as follows:
ITEM
COST
APPROPRIATION
SHORTAGE
OPTION A. Drafting pit & parking lot
$37,500
$22,500
$15,000
OPTION B. Handball Courts
$30,000
24,000
6,000
OPTION C. AT] of above
$66,000
46,500
19,500
Since the estimated costs exceed the budgeted funds, it is very
likely that additional funds will be needed before a contract can be awarded.
If the Council wishes to proceed, an additional appropriation could be made
at this time or a budget amendment could be considered after the bids are
opened.
The plans were prepared by the Public Works Department. If approved
the estimated date of completion is October 6, 1978.
Eic ph T. D vlin
P Wo Director
,.
Att.
.3nN .7/1 b' 3NIAW
C
Piz
Z
0
v
0
FROM: Public Works Department
i
March 27, 1978
CITY COUNCIL AGENDA
ITEM NO. F -2
F
SUBJECT: CONSTRUCT DRAFTING PIT, ENLARGE PARKING LOT A%NARINERS FIRE._.STAT_ION,_.1
AND CONSTRUCT HANDBALL COURTS AT MARINERS PARK (CONTRACT 2002
RECOMMENDATIONS:
Approve plans and specifications for one of the following options:
OPTION A. Construct drafting pit and enlarge parking lot at
Mariners Fire Station.
OPTION B. Construct handball courts at Mariners Park.
OPTION C. All of above.
2. Authorize the City Clerk to advertise for bids to be opened at
2:30 P.M. on May 10, 1978.
DISCUSSION:
The 1977 -78 budget contains three appropriations to construct
improvements adjacent to Mariners Fire Station. The location is shown on the
attached sketch. A complete set of plans is on display in the Council Chamber..
ITEM
Construct Drafting Pit
Enlarge parking lot
Construct handball courts
Total
APPROPRIATION SOURCE OF FUNDS
$12,500 General Fund
10,000 Building Excise Tax
24,000 Building Excise $ 6,000
State S.B.174 $18,000
$46,500
Proposed work consists of : (1) constructing a drafting pit to test
fire engines and train engineers; (2) extending the parking lot 45 feet; (3)
constructing a new and wider driveway; (4) replacing existing asphalt concrete
pavement with portland cement concrete pavement; and (5) constructing two
handball courts.
The work lends itself to being done in phases, except that the
parking lot must be extended before the pumper test pit can be built. If the
handball court is not built at this time, the common wall between the parking
lot and future handball court will be closed with a 6 feet high chain link fence.
7
TO: CITY
COUNCIL
FROM: Public Works Department
i
March 27, 1978
CITY COUNCIL AGENDA
ITEM NO. F -2
F
SUBJECT: CONSTRUCT DRAFTING PIT, ENLARGE PARKING LOT A%NARINERS FIRE._.STAT_ION,_.1
AND CONSTRUCT HANDBALL COURTS AT MARINERS PARK (CONTRACT 2002
RECOMMENDATIONS:
Approve plans and specifications for one of the following options:
OPTION A. Construct drafting pit and enlarge parking lot at
Mariners Fire Station.
OPTION B. Construct handball courts at Mariners Park.
OPTION C. All of above.
2. Authorize the City Clerk to advertise for bids to be opened at
2:30 P.M. on May 10, 1978.
DISCUSSION:
The 1977 -78 budget contains three appropriations to construct
improvements adjacent to Mariners Fire Station. The location is shown on the
attached sketch. A complete set of plans is on display in the Council Chamber..
ITEM
Construct Drafting Pit
Enlarge parking lot
Construct handball courts
Total
APPROPRIATION SOURCE OF FUNDS
$12,500 General Fund
10,000 Building Excise Tax
24,000 Building Excise $ 6,000
State S.B.174 $18,000
$46,500
Proposed work consists of : (1) constructing a drafting pit to test
fire engines and train engineers; (2) extending the parking lot 45 feet; (3)
constructing a new and wider driveway; (4) replacing existing asphalt concrete
pavement with portland cement concrete pavement; and (5) constructing two
handball courts.
The work lends itself to being done in phases, except that the
parking lot must be extended before the pumper test pit can be built. If the
handball court is not built at this time, the common wall between the parking
lot and future handball court will be closed with a 6 feet high chain link fence.
March 27, 1978
Subject: Construct Drafting Pit, enlarge Parking Lot at Mariners Fire
Station, and construct Handball Courts at Mariners Park (Contract 2002)
Page 2
The estimated cost of the work is as follows:
ITEM
COST
APPROPRIATION
SHORTAGE
OPTION A. Drafting pit & parking lot
$37,500
$22,500
$15,000
OPTION B. Handball Courts
$30,000
24,000
6,000
OPTION C. All of above
$66,000
46,500
19,500
Since the estimated costs exceed the budgeted funds, it is very
likely that additional funds will be needed before a contract can be awarded.
If the Council wishes to proceed, an additional appropriation could be made
at this time or a budget amendment could be considered after the bids are
opened.
The plans were prepared by the Public Works Department. If approved
the estimated date of completion is October 6, 1978.
eph T., D vl i n
P lic Wt
Director
..
Att.
r
O
O
Z
b
/R/NE AENUE
-)
NEWPORT BEACH FIRE DEPARTMENT
;t NT.
By C i : ''-
VTY :x ,�, � ��p t L. Wynn, City Manager
FROM: Leo H. Love, Fire Chief
SUBJECT: Mariners Fire Station Expansion
•
DATE August 1, 1977
The primary reason for the proposed expansion of the rear yard is to
alleviate the hazardous condition created when the fire unit returns
to quarters. This, we feel, can best be accomplished by entering
the station from the rear off of Dover Drive.
The secondary benefit of the expansion will be to provide a larger
drill or training area, plus a larger concrete slab for servicing the
equipment, washing fire hose, etc.
If approved, this will also provide additional parking spaces for on
duty personnel and the City Librarian's car. The P.B. and R. Commission's
proposal would knock out two parking spaces and would add to an already
over - crowded condition.
In conclusion, it seems only reasonable to us that the enclosed rear
yard extension, as proposed by the fire department staff, is not only
more attractive, but is more sensible from a safety point of view.
Leo H. Love, Fire Chief
Form No. 36
0
MAR 13 1978
March 13, 1978
BY the CITY COUNCIL C
CITY OF �T ASACH ITY COUNCIL AGENDA ITEM N0. H -9
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CONSTRUCT DRAFTING PIT AND PARKING LOT AT MARINERS FIRE STATION, AND
CONSTRUCT HANDBALL COURTS AT MARINERS PARK (CONTRACT 2002)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
2:30 P.M. on April 13, 1978.
DISCUSSION:
The 1977 -78 budget contains three appropriations to construct adjoining
facilities in Mariners Park. The location is shown on the attached sketch. A
complete set of plans will be on display in the Council Chamber.
ITEM
Parking lot at Mariners Fire Station
Handball courts at Mariners Park
Drafting pit at Mariners Fire Station
APPROPRIATION
$ 10,000
24,000
12,500
TOTAL $ 46,500
B1dg.Excise Tax
Bldg.Excise Tax
General
The proposed work includes (1) extending the parking lot 45 feet, (2)
constructing a new and wider driveway, (3) replacing the existing asphalt pavement
with portland cement concrete pavement, (4) constructing two handball courts, and
(5) constructing a drafting pit to test fire engines.
The estimated cost of the work is $65,000. Since the estimated cost
exceeds the budgeted funds, it is very likely that additional funds will be needed
before a contract for all of the work can be awarded. If the Council wishes to
proceed, an additional appropriation could be made at this time or a budget amend-
ment could be considered after the bids are opened.
The plans were prepared by the Public Works Department. If approved the
estimated date of completion is September 8, 1978.
1.
J seph T. evlin
P blic or Director
LP:do
Att.
3nN3A V 3N/AYI
C
cq
Z
z
Qi
O
v
0
41
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
October 10, 1978
Masonry Engineers, Inc. of Long Beach
2231 E. Curry Street
Long Beach, CA 90805
Subject: Surety The Ohio Casualty Insurance Company
Bonds 1- 962 -560
Project Parking Lot at Mariners Fire Station and
Handball Courts at Mariners Park
Contract No.: 2002
The City Council on August 9, 1978 accepted the work of
subject project and authorized the City Clerk to file a Notice
of Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completions was filed with the Orange County Recorder on
September 20, 1978 in Book 12848, Page 1798. Please notify your
surety company that bonds may be released 35 days after recording
date.
Doris George
City Clerk
DG:swk
cc: Public Works Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
cam ,, ^,�TU,M To R PPee
UFS t �y 3:� 1 2848ps 1798
:11I C`I rnl�
TY OF NES;'POF 3EACI-I AE APT
;300 NEVr'l -OrT 3CULEVARD 9
:EWPORT BEACH, CALIF. 92553
NOTICE OF COMPLETION
9:0e n.rt. , _, :: •J 1978
PUBLIC WORKS LEE A. BRANCH, Coorty Recorder
'I 'o All Laborers and Material Men and to Every Other Person Interested:
YOU WII..L PLEASE TAKE. NOTICE that on August 9, 1978
the Public Works project consisting of Parking Lot at Mariners Fire Station and
Handball Courts at Mariners Park.
on which Masonry Engineers, Inc. of Long Beach.
was the contractor, and The Ohio Casualty Insurance Company
was the suri-ty, was completed.
VERIFICATI1
I, the undersigned, say:
CITY OF NEWPORT BEACH
c Wdrrks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 19, 1978 at Newport Beach, California.
1
VERIFICATIOIf OFJ CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on August 9, 1978 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 19, 1978 at Newport Beach, California.
Deputy City Idlerk
Mo"EiVE3
CITY CLEt7K
OCT 10 Jg78.
CITY OF
NEWPOORT F EACH
CA
, I
f
W apRT •
° �! CITY OF NEWPORT BEACH
_
r' \
k'"
. . �' CALIFORNIA City Hall
q� /FOW 3300 W. Newport Blvd
640 -2251
Date: September 19, 1978
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public
Works project consisting of Parking Lot at Mariners Fire
Station and Handball Courts at Mariners Park 2002
Contract No.
on which Masonry Engineers, Inc. of Long B was the Contnactor
and The Ohio Casualty Insurance Company was the surety.
Please record and return to us.
Very trul} yours,
Ao`rls George V
4
City Clerk
City of Newport Beach
Encl.
N
H
PROOF OF PUBLICATION
(4019.5 C.C.P.)
STATE OF CALIFORNIA, I
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above - entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to -wit:
Apr ..1] ...13, ;: 97.8 .:.............
.................. ..... ,r..,.......1
I certify (or declare) under p that the
foregoing is true and correct. Dated at Newport Beach,
California, this 14 day of Apr 19 78
Signature
This spas for the County Clerk's Filing Stamp
Proof of Publication of
Public Notice
Con a.. No. 2002
Paste Clipping of
CITY QF. Notice
SECURJR_ Y. _
N 1 In This9ppq� .a
� I
teceived�` the- f _
CitY C7erTr; s
Beach, Ce_11tcmY: '2:30 }-
r
p:m. on . RR1t #ley.:
1978, at - will
be operta� ^71fi'd
forming
CO
V iS
F
k
the - I?r ..
WA _11he
c°vY ppt.f 11r -
be reUyd
his reed. -
Eaclk
ponied .
check or Bid..
payab'FdY6,iAe ft.' ..
Beach, for an to -
at least 10 the: `-
amount bid.
The title of th
the worda-`SEALEBID_" shetf .
be clearly marked ou the out -; -
side of the enwkpe
twining the bid.
The contract. 11;
that moat bio' . f
as arocuted, eetl tofu ' r.
N t *B
A: _
2721 E. Coast Hwy., Corona del Mar, California 92625. V C:
D. Non4o11usion Aflidetit -
E. Statement of Financial i
PROOF OF PUd Responsibility
F. Technical Abdfq :dad
.._._. I F.xpssience Belwaoes
These documents shelf be
affixed with the signature and
titles of Wa pcgons.siggimfan_ _
behalf of the biddgr -Fa!:�_: =
porations, the signatures of'.
the President or Vice
r
torn is the only cartimcefe.of
insurance acceptable to the
City. The successful low bid.
der will be required to com.
plate this form upon award of
the contract. (A sample form is
attached for reference.)
FPr any required �,Ic the
company issuing bid bonds,
labgr ayskamtrsial bowie; and
-'�menoe bands
rdn inis""Ce.
4 .ltmety Gamif lcaA.
¢ �e Stale. C'a1t(omfa,'
companies must also have
a current general `policy
holder's rating of A or better;
and a financial category of at
least Class X as per the taut
edition of Beet's Key Rating
Guide (Property - Liability).
In accordance, with -the
provisions of Article 2, Chap-
ter 1, Part 7 of the California
Labor Code (Sections 1770 at
seq.), the Director of Industrial
Relations has ascertained the
general prevailing rate of per
diem wages in the locality in
which the work is to be per-
formed for each craft,
classification, or type ' = of
workman or mechanic needed
to execute the contract. A
copy of said determinatlaa is
available in the office of the
City Clerk. All parties to the
contract shall be governed by
all provisions of the California
Laboi Code relating to
prevailing wage rated (Sec-
tions 1770 -1781 inclusive).
The contractor shall be
responsible for compliance
with Section 1777.5 of Use
California Labor bode for all
apprenticeable occupations.
The contractor shall poet 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.
Publish: April 13, 1978 in
the Newport Harbor Ensign.
0 6
CITY OF NEWPORT BEACH
Date June 6, 1978
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2002
Project Construction of Handball Courts & Parking Let
Improvements /Mariners Park
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Masonry Engineers, Inc.
Address: 2231 E. Curry St., Long Beach, CA 90805
Amount: $ 48,864.50
Effective Date: 5 -31 -78
Resolution No. 9337
Al Doris Geo e
Att.
cc: Finance Department []
Cite Hall • 3300 Newport Boulevard, Newport Beach, California 92663
't.
CITY CLERK
CITY OF.NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVEMENTS
Authorized by the City Council
this 27th d of March
oris eorge, C-itwZlerk
AT
MARINERS PARK
CONTRACT NO. 2002
SUBMITTED BY:
MASONRY ENGINEERS, INC.
Contractor
2231 E. Curry Street
Address
Long Beach, Calif. 90805
City Zip
774 2404
Phone
$ 48,864.50*
$ 73r964r69
Total Bid Items 1 through 11 incl)
*The City Council deleted Items No. 2 and 3 in the award of contract, resulting
in a new contract amount of $48,864.50.
.. Page 1
CITY Of i16 llT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at-Atha office of the City Clerk, City Hall, Newport Beach,
California, until 2:30 P.M.` on the 10th - day of _ May , 1978 ,
at which time they wig be opened and read, for performing work rk as follows:
CONSTRUCTION OF PUMPER 1t$7:PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVrM NTS AT MARINERS PARK
CONTRACT NO. 2002
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 and theCorpora —te Seal
sha- T be axed to all documents requiring signatures. In the case of a. ark tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
z, ..
r'
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 79871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set. .
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or better; and a financial category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1., Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance
with Section 1777.5 of the California Labor Code for all apprenticeable.occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
. tair4lt}- �T�f7,
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully.all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 260218 Classification-A, .
Accompanying this proposal is 10% Bond
(Cash. Certified Check, as ier s Check or o-n
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
213 774 -2404
Phone Number
May 9, 1978
Date
Bid er s Wa=ue EERS INC.
(SEAL)
u on a ignature
Authorized Signature
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:
Rex W. Richmond, President
Paul Roghair, Vice President
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
S /Rpx W. Rirhmond� ident
Authorized ignatY�ure
Cnrppratinn
Type of Organization
(Individual, Co- partnership or Corp.)
2231 E. Curry
Long Beach, Calif., 90805
dress
FOR 0 INAL SEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, MASONRY ENGINEERS INC. , as Principal,
and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT
OF THE AMOUNT BID - - - Dollars ($10% of Amt.Bid), 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 -
Pumper Test Pit, Handball Courts, and Parking Lot Improvements
at Mariners Park - Contract No 2002
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 9th day of
Corporate Seal (If Corporation)
MASONRY ENGINEERS, INC.
Principal
S /Rex W. Richmond. President
(Attach acknowledgement of
Attorney -in -Fact)
p 4
Rage::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 wady, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 10thday of May ,
19 78 .
My commission expires:
April 20, 1981
MASONRY ENGINEERS, INC.
S /Rex W. Richmond, President
SlldendK Yon Notary Public
FOR ORIGINAL 4 CITY CLERK'S FILE COPY
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent law bidder.
On File with City Clerk
S /Rex W. Richmond, President
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1978 City of Montebello Randy Paulin 725 -1200
4 fl I ! • • - 1
•
Bond No. 1 -0 -560
LABOR AND -OR SAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
WHEREAS, the City Council - of-the City of Newport Beach, State of California, by
motion adopted May 22_ 1g18.`
has awarded to Masonry Engineers, Inc.
hereinafter designated as the "Principal ", a contract.for Construction of Pumper Test
Pit, Handball Courts, and Parking Lot Improvements at Mariners Park
Contract No. 2002
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute.said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for_any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed.to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth.:
NOW, THEREFORE, We
as Principal, and"
MASONRI
INC.
THE OHIO CASUALTY INSURANCE COMPANY
as Surety, are held firmly.bound unto the City of Newport Beach, in the sum of Tlrentp
Four Thousand Four Hundred Thirtyd'wo and 951100 - Dollars ($ 24.432.25 ),
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
severalty, 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
f • Page 9
(Labor.and Material Bond - Continued)
this bond, as required by..the Prov 0 lions 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-ft -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 instrumen as been duly executed by the Principal and
Surety above named, on the 23rd day of May 19 7$
MASONRY ENGINEERS INC.
Name of Contractor (Principal
;
Authorized Signature And Title
u7� o ized S at r A an it e
THE OHIO CASUALTY INSURANCE COMPANY
(Seal)
Name of Surety
P. 0. Box 2491, Long HEa:ii, Cam# 9043
ress of Surety
L.,111 G1 I• i¢1VV {101 � 1,YVV31 {C r'�yil�l ¢VV
East germ BIYd.0 e Be_aeh; Cn�
Address of. gent
435-$291
Telephone No. of Agent
E
E 5
0 o
u
C
T
u � u
u
O "0
: u
0
u T
.� U
H M
a
m
E
U L
L ip0 0
C
tO
ro
o
v o q
z
F
a'
q
oH:
.E 0 ° u
u y
c a
0 9v o
C.
C/J
0 p q
in
w
`L
F
„x
ov a
W:
W:
Q,
Ep:
N'
t aC
O m'D
z
a
U°a3�
.9
0 .. u
O
� u._
u
a P
—0 o
J c
O
A
¢i
Coo
m
0L
LL
(; it CL Jw
as
O Z
Q
4
a
9
p._ E o u
X
O
2
r.. G r
"' ....
4.
q
0
I'.
L
Lo
O m
0 0
:
r c
E
F
Z
°
o
u 3
V°°
or!
M u. u,o
m
°
U
OO
T
ps
`n
a
o 'v'
Qus a s
E
A
IN
CERTI COPY OF POWER OF ATT�EY
THE OHIOIASUALTY INSURANCE COMPANY
HONE OFFICE, HAU.TON, OHIO
No. 9560
Fawnt AU Mtn bg (o1 hru FrFBFt4ji: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint:
Daniel V. Falconer - - - - - - - of Long Beach, Cali£omia - -
its true and lawful agent and attorney -fn -fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and dead any and all BONDS. UNDERTAKINGS. and RECOGNIZANCFS, not exceeding in any single instance
07 HUNDF(ED THOUSAND - -- - - - -._ - - - - -- - - - - - ($ 100)000.00 - - ) Dollars,
eze uding, however, any bond(&) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons.
The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(.) -in -Fact.
nnnrnnnnrm In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casuals
�4lYdR:[nq $
Insurance Company has hereunto subscribed 6ie name and affixed the Corporate Seal of the
kni '�s said The Ohio Casualty Insurance Company this 2316 day of June 1967.
am; SEAL 'iE-
®x` ies (Signed) Arthur S. Thompson
�9mgb111oM I .......................................... .......... ».
STATE OF OHIO, Vice President
COUNTY OF BUTLER I SS.
On this 23 id day of June A. D. 19 67 before
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Arthur S. Thompson, Vice President - - - of THE OHIO CASUALTY INSURANCE COMPANY, to me
personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknow-
ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
5e31 and his signature as officer were duly affixed and subscribed to the said inatrument by the authority and direction of the
said Corporation.
,peiaammueq " IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official
a \epQtu!rG�0 Seal at the City of Hamilton. State of Ohio• the day and year first above written.
=s( , „ ,, �• (Shined) Dorothy Bibee
. .. .... . ... . .
. . ..... ... ...
''b "''` "')'•'e \os otary Public is cad for County of Butler, State of Ohio,
�%4evl n 0 December 9, 1971.
Illlaa� MY Commission expires ..................... ...............................
This power of attorney is granted under and by authority of Article Vl, Section 7 of the By -Laws of the Company, adopted by
its directors on April 2, 1954, extracts from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney -in -Fact, etc. The chairman of the board, the president, any vice- president. the
secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate &eel, acknowledge
and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of
insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county
or state• or any official board or boards of county or state, or the United States of America, or to any other political sub.
division.”
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27, 1970:
-RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
Power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and sent are hereby adopted by the Company as original signatures and seal,
to be valid and binding upon the Company with the same force and effect as though manually affixed."
CERTIFICATE
1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Director, are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, 1 have hereunto set my hand and the seal of the Company this 23 day of May A. D., 19 7$s
ennemumsy
SEAL i c ==
9s♦
dtw ux11UMP�
Assistant Secretary
Bond No. 1 -96060
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page-10,
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 22, 1978
has awarded to Macnnry Enaineers. Inc.
hereinafter designated as the "Principal ", a contract for Construction of Pumper Test
Pit. Handball Courts, and Parkinq Lot Improvements at Mariners Park - Contract No. 2002.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
XMNR7 ENGIHEM, INC.
as Principal, and
THE OHIO CASUALTY INSURANCE COMPANI
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Forty.
Eight Thousand Eight Hundred Sixty Four and 50/100 - Dollars ($ 4$0$64,50 �
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
Page.- 1 a
(Performance Bond - Conti6UM" s..
- T
of any such change, extension of ti;erations or additions to the terms of the
contract or to the work or to the spec catiaRS:
In the event that any principal abov -d executed this bond as an individual,
it is agreed that the dear.. f any such principal shall not-exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrualet!t.has been duly executed. by the Principal
Surety above named, on the 23rd = ` day of may 19 7
MASONRY ENGINEERS INC.
Name —of Contractor (Principal)
��� r�fJ /./� ° -- _ _=
ut o�r�ze�d�Signat�ure a Title
Authorized Sign retAnd Title
THE OHIO CASUALTY INSURANCE COMPANY
(Seal)
Name of Surety
P. 0. Box 2491, Long Beach3. -fir:
Address of Surety
Mitred reed Ti tl a of Auth oi� ��
Falconer, ey .,5riicis
App ved as f jr: 555 East Ocean Blvd., Long Beach, Ca.
-'LL'A Address of Agent
it ttor •�
435 -$991
Telephone No. of Agent
\
a
_
{
c
w
B
Q
<
\
/
�
c
H
e
<
0
R
>
k
§
\
( 2 /
/a a
�� w -.
o »
}
})) §;
})
}
\
�
{
] /}
2
<
ai��±
f
}fo
!
2[
¥
)}
77
C
(|&
Q
\ (
°
X23
}
./ .
:R:
e S!
($ 2�
&
:
@ :a:
a
u0
-
i)
§
:Q
:
(\
Ids
a
:Q:
u
§ !r
§
/
&
of
.
j }
/2CEZ;
±
|
{}
aE 'r \\
z: o
-
& 7
~
)
\ /2)
:1 f,;-%
(
(
®"
& &
k
§(;-0,
o \�(
C'
ƒ
-0
4)
£
( 2 /
/a a
�� w -.
o »
»
CERTI COPY OF POWER OF ATT EY
THE OffiOASUALTY INSURANCEMPANY
tiom GMCg, H" roN, muo
No. 9560
Xww Ali Ant bg 01pu preffenta- That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 7 of the By.Uws of said Company, does hereby nominate, constitute and appoint:
Daniel V. Falconer - - - - - - -- - - -- -- -- - - of Long Beach, California
its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance
ON HUND= THOUSAND -- - - - .- -- - - - - -- - - - - - ($100,000.00 - - ) Dollars,
axe uding, however, any bond (a) or undertaking(.) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shell be as binding upon said Company,
as fully and amply, to all intents and purposes, as if they bad been duly executed and acknowledged by the regularly
elected officers of the Company at its office in Hamilton. Ohio, in their own proper persons.
The authority granted hereunder supersedes any previous authority heretofore granted the above named attorneys) -in -fact.
� \yf111101111y
�e4�iilt inJUa� w
a
to ,H
�9t SEAL s
/IIYIMIUn,u1�Y` ;�
STATE OF OHIO, j Sc
COUNTY OF BUTLER J
In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty
Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the
said The Ohio Casualty Insurance Company this 231d day of June 1967.
(Signed) Arthur S, Thompson
................................................................ .....r.........................
Vice President
On this 23rd day of June A. D. 19 67 before
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Arthur S. Thompson, Vice President — — — of THE OHIO CASUALTY INSURANCE COMPANY, to me
personally known to be the individual and officer described in, and who executed the preceding inetrument, and he acknow-
ledged the execution of the same, and being by me duly sworn deposeth and with, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
eoaaamuoes IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official
��t}... i. 9 Seal at the City of Hamilton, State of Ohio, the day and year first above written.
\I
s! .-1,+ _ (Signed) Dorothy Bibee
i'�'m'ai,,l,u,•'m 3 .............................. ..........................................................
.....
c Notary Public in and for County of Butler, State of Ohio
,..._..:
Q "'Muum °c� December 9, 1971.
My Commission expires ..................... ...............................
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by
its directors on April 2, 1954, extracts from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney -in -Fact, etc. The chairman of the beard, the president, any vice - president, the
secretary or any assistant secretary shall he and is hereby vested with full power and authority to appoint attorneys -in -feet
for the purpose of signing the mine of the Company as surety to. and to execute, attach the corporate seal, acknowledge
and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of
insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county
or state, or any official board or boards of county or state, or the United States of America, or to any other political sub-
division."
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company an May 27, 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures end seal,
to be valid Bad binding upon the Company with the same force and effect as though manually affixed."
CERTIFICATE
1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney, Article VI Section 7 of the by -lows of the Company and the above Resolution of its Board of Directors are true
and correct copies and are in full force and affect on this date.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 23 day of MaY A. D., 19 7$a
paNmnulgl
a1111lNIOy I
` `&
G! SEAL3
(9:f � /
o s'
Assistant Secretary
5- 4300 -C 70.74 -3M
0 0
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this Ptt day of
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and Maennry Foginpers, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Pijmppr Tact Pit, Handhall rnurtc, and Parking Lot Improvements at Mariners Park
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
0 0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
By:� Lb
Ma fbr r'r- e w
ATTEST:
City Clerk
MA M BY ENGINEERS, INC.
Contractor
Title
r OPM
Approved as to rm:
y
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
PARKING LOT IMPROVEMENTS, AND HANDBALL COURTS
AT MARINERS FIRE STATION AND MARINERS PARK
CONTRACT NO. 2002
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location
the Notice Inviting Bids, has examined the Plan (Dwg. No. P- 5086 -S,
and Special Provisions, and hereby proposes to furnish all materials
required to complete Contract No. 2002 in accordance with the Plans
will take in full payment therefor the following unit prices for the
place, to wit:
QUANTITY ITEM DESCRIPTION
AND UNIT UNIT PRICE WRITTEN IN WORDS
Lump Sum Site preparation for pumper test pit
and parking lot improvements; including
sawcutting, demolition, removal and
disposal of block walls, driveway
approach, pavement, turf, trees and
vegetation for the lump sum price of:
PR 1 of 3
of the work, has read
sheets 1 -3 inclusive)
and do all the work
and Specifications, and
work, complete in
F"
Two Thousand Five Hundred Dollars
and
No Cents $_ $_ 2,500.00
Lump Sum Construct pumper test pit, complete
in place including inlet pipe
assembly and drafting pipe, for the
lump sum price of:
Twenty- two- Theusapd
F4Ye- WWRd42ed Dollars
and
NQ Cents
This item deleted by
City Council from
awarded contract.
$722.599,99 $ 2235QQ'gQ
0 •
PR2of 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Construct drainage improvements, includ- This item deleted by
ing inlet, traffic grates, underground City Council from
pipe, and sump pump, for the lump sum of: awarded contract.
lwe- iksesap�- Sox- Ndpdwed Dollars
and
No Cents $ 2 :699:99 $ ;Z=fiaeSaa
4. 122 Construct 6' high concrete block wall
Linear feet and footing for the unit price of:
Forty Dollars
and
No Cents $ 40.00 $ 4,880.00
per linear foot
5. Lump Sum Construct commercial driveway approach
per CNB Std.160 -L including curb,
gutter, and apron to the back of the
walk, for the lump sum price of:
Four Hundred Fifty Dollars
and
No Cents $ 450.00 $_ 45n-On
6. 5,742 Construct 6" thick P.C.C.parking lot
Square feet pavement over 4" of imported aggregate base
for the unit price of:
@ Two Dollars
and
Twenty -five Cents $ _25 $12,91q 5n
per square foot
7. 90 Construct 5' high chain link fence
Linear Feet on top of concrete block wall for
the unit price of:
@Thirteen Dollars
and
No Cents $_ 13-on $x,1_70 00
per linear foot
8. 43 Construct 5' high chain link fence on top
Linear Feet of handball court headwall for the unit
price of:
@Fifteen Dollars
and
No Cents $_ 15.00 $ 645.00
per linear foot
0
• PR 3 of 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. Lump Sum Replace existing driveway approach with
Type A curb and gutter, and 4" thick
P.C.C. sidewalk, for the lump sum price of:
Three Hundred Dollars
and
No Cents $ 300.00 $ 300.00
10. Lump Sum Site preparation for handball courts,
including demolition, clearing, grubbing,
removal and disposal for the lump sum
price of:
One Thousand Dollars
and
No __ Cents $ 1.000.00 $ 1.000.00
11 Lump Sum Construct two handball courts complete
in place, including chain link fence
on top of headwall, complete in place,
for the lump sum price of:
Twenty -five Thousand Dollars
and
Total bid price (items 1 -11 inclusive)
Total bid price written in words (items 1 -11 inclusive)
Forty -eight Thousand Eight Hundred Sixty -four
-.& QyQ Dollars
Fifty and
tom.. Cents
9-mu'-19M
Date
CONTRACTOR'S LICENSE NO. 260 218
$25,000.00 $25,000.00
$ 48,864.50
$ 73 ;964 -58
S Rex W Richmond President
Authorized Signature
TELEPHONE NUMBER (2-3) 774 -2404
May 1, 1978
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
PARKING LOT IMPROVEMENTS, AND HANDBALL COURTS
AT MARINERS FIRE STATION AND MARINERS PARK
CONTRACT NO. 2002
ADDENDUM NO. 1
NOTICE TO BIDDERS:
PROPOSAL
Please be advised that Bid Item No. 11 has been amended to read as
follows:
11 Lump Sum Construct two handball courts, complete
in place except for chain link fence on
top of headwall, for the lump sum of:
Twenty -five Thousand Dollars
and
No Cents $25,000.00 $25,000.00
Please sign and show the date of receipt of this addendum, and include
a copy as a part of your bid proposal.
'ry
Project Engineer
Contractor's signature S /Rex W. Richmond
Date of receipt by contractor 8 May, 1978
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PUMPER TEST PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVEMENTS
AT
MARINERS PARK
CONTRACT NO. 2002
i
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 1
II.
AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . .
. . . . 1
III.
SPECIAL CONDITIONS . . . . . . . . . . . . . . . . . . . . .
. . . . 2
IV.
SAFETY ORDERS . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 2
V.
GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 2
VI.
TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . .
. . . . 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . .
. . . . 2
VIII.
SITE ACCESS AND WORK AREA . . . . . . . . . . . . . . . . . .
. . . . 2
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . 2
X.
EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . .
. . . . . 3
XI.
SITE PREPARATION . . . . . . . . . . . . . . . . . . . . .
. . . . . 3
XII.
SUBGRADE PREPARATION . . . . . . . . . . . . . . . . . . .
. . . . . 3
XIII.
HANDBALL COURTS . . . . . . . . . . . . . . . . . . . . . .
. . . . . 3
A. QUALIFICATIONS OF CONTRACTOR AND SUB - CONTRACTORS . . .
. . . . . 3
B. MATERIALS . . . . . . . . . . . . . . . . . . . . . . .
. . . . . 4
i
INDd TO SPECIAL PROVISIONS (Cont'd)
Page
C. CONCRETE MIX DESIGN FOR HANDBALL COURTS. . . . . . . . . . 4
ii
D. FORMS . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . 4
E. REINFORCING STEEL. . . . . . . . . . . . . .
. . . . . . . 4
F. TRANSIT MIXED CONCRETE . . . . ... ..... . . . .
. . 5
G. PLACING CONCRETE . . . . . . . . . . . . . . . . .
. . . . . . . 5
H. FINISHING . . . . . . . . . . . . . . . . . . . . .
. . . . . . . 5
I. CURING . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . 6
J. TESTS AND QUALITY CONTROL . . . . . . . . . . . . .
. . . . . . . 6
K. CLEAN -UP . . . . . . . . . . . . . . . . . . . . .
. . . . . . . 7
L. EXPANSION JOINTS FOR HANDBALL COURTS . . . . . . .
. . . . . . . 7
M. MOW STRIPS . . . . . . . . . . . . . . . . . . . .
. . . . . . . 7
N. PRE -CAST WALL PANELS . . . . . . . . . . . . . . .
. . . . . . . 7
XIV.
PUMPER TEST PIT . . . . . . . . . . . . . . . . . . . .
. . . . . . . 7
A. GENERAL . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . 7
B. FIELD PREPARATION . . . . . . . . ... . . . . . . .
. . . . . . . 7
C. DESIGN LOADS . . . . . . . . . . . . . . . . . . .
. . . . . . . 8
D. CONCRETE (PUMPER TEST PIT) . . . . . . . . . . . .
. . . . . . . 8
E. REINFORCING STEEL . . . . . . . . . . . . . . . . .
. . . . . . . 9
XV.
DRAINAGE IMPROVEMENTS . . . . . . . . . . . . . . . .
. . . . . . . . 9
A. GENERAL . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
B. MATERIALS . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
C. ELECTRICAL POWER SUPPLY . . . . . . . . . . . . .
. . . . . . . . 9
XVI.
CHAIN LINK FENCE . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
A. MATERIALS . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
B. INSTALLATION . . . . . . . . . . . . . . . . . .
. . . . . . . .10
XVII.
PORTLAND CEMENT CONCRETE PAVEMENT . . . . . . . . . .
. . . . . . . .10
ii
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PUMPER TEST PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVEMENTS
AT
ZIL111119 1. :1U7
CONTRACT NO. 2002
SCOPE OF WORK
SP 1 of 10
The work to be done under this contract consists of removal and disposal of
trees, shrubs, turf, asphalt concrete pavement, concrete block walls, a drive-
way approach, curb, gutter, and sidewalk; and construction of a pumper test
pit, two handball courts, block walls, chain link fence, curb, gutter, side-
walk, a new driveway approach, portland cement concrete pavement, and an area
drain system.
Incidental items of work include, but are not limited to layout, sawcutting,
protection of existing improvements, removal and disposal of curb, gutter,
sidewalk, concrete driveway, asphalt concrete pavement, concrete block walls,
trees, turf and sprinklers. The contract does not call for any planting or
replacement of sprinklers.
The contract requires the contractor to furnish all labor, equipment, material,
transportation, and services necessary to complete all the work as shown on
the City of Newport Beach Drawing No. P- 5086 -S (Sheets 1 -3 incl.) and in accor-
dance with these Special Provisions, the City's Standard Special Provisions
and Drawings, the City's Standard Specifications, and the 1973 Uniform Build-
ing Code.
The City's Standard Specifications are the Standard Specifications for Public
Works Construction, 1976 Edition. Copies may be purchased from Building News,
Inc., 3044 Overland Avenue, Los Angeles, California 90034, telephone (213)
870 -9871. Copies of the City's Standard Special Provisions and Drawings may
be purchased from the Public Works Department at a cost of $5.
II. AWARD OF CONTRACT
The City reserves the right to delete one or more items of work from the award
of the contract without affecting the prices bid for the other items of work.
The City in its award of the contract shall specify which, if any, of the items
of work it desires to delete from the contract. After the contract has been
SP 2 of 10
awarded by the City, the provisions of Section 3 -2 of the Standard Specifications
shall apply to this contract.
III. SPECIAL CONDITIONS
THE SPECIAL CONDITIONS contain additions to the Standard Specifications. In
the event of conflict between the Special Conditions and the Standard Specifi-
cations, the Special Conditions shall prevail.
IV. SAFETY ORDERS
The contractor shall have at the work site, copies or suitable extracts of
Construction Safety Orders and General Industrial Safety Orders issued by the
State Division of Industrial Safety. He shall comply with the provisions of
these and all other applicable laws, ordinances and regulations.
V. GUARANTEES
Besides guarantees required elsewhere, the contractor shall guarantee all work
for a period of one (1) year after the date of acceptance of the work by the
City; and shall repair and replace any such work, together with any other work
which may be displaced in so doing, that may prove defective in workmanship
and /or materials within the one -(1) year period from date of acceptance, with-
out any expense to the City, ordinary wear and tear and unusual abuse or neglect
excepted. In the event of failure by the contractor to comply with the above -
mentioned conditions after being notified in writing, the City is hereby author-
ized to have the defects repaired at the expense of the contractor, who hereby
agrees to pay the cost therefor.
VI. TIME OF COMPLETION
The contractor shall begin work within ten (10) calendar days after the execu-
tion of contract by the City. All work shall be completed one hundred twenty
(120) calendar days after execution of contract by the City. The time slated
for completion shall include final clean -up of the premises.
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of all grading and construction shall be the responsi-
bility of the contractor. All such surveys, including construction staking,
shall be under the supervision of a California licensed surveyor or civil engi-
neer. Staking shall be performed on all items ordinarily requiring grade and
alignment at intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included in the
various items of work, and no additional allowance will be made thereof.
VIII. SITE ACCESS AND WORK AREA
Special attention is directed to Section 7 -8 and 7 -9 of the Standard Specifi-
cations regarding site maintenance and protection of existing improvements.
IX. WATER
The City will furnish water necessary to perform the contract at no cost to the
contractor.
X. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in con-
formance with Section 5 of the Standard Specifications. Known utilities are
indicated on the drawings. Prior to performing construction work, the contrac-
tor shall be responsible for requesting each utility company to locate its
facilities. 'The contractor shall protect.in place and be responsible for, at
his own expense, any damage to any utilities encountered during construction
of the items shown on the drawings.
XI. SITE PREPARATION
The contractor shall grade the site to the lines and grades shown on the plans.
Debris, trees, vegetation, other deleterious materials, and non - organic debris
or concrete, etc., encountered during the grading operation shall be removed
from the site and disposed of in a legal manner.
The lump sum price bid for site preparation shall include but not be limited
to the required unclassified excavation and fill necessary to bring the paved
areas to sub -grade elevation utilizing the material available on the site.
This item shall also include all costs.involved with the removal and disposal
of debris, trees, vegetation, other deleterious materials and non - organic debris
or concrete encountered in the grading operation.
XII. SUBGRADE PREPARATION
Paved areas include the handball courts, the parking lot, sidewalks, slabs,
curbs, gutter, driveway, mow strips, and concrete on grade. The subgrade for
paved areas shall be prepared in accordance with Section 301 -1 of the Standard
Specifications.
In addition to the requirements of the Section 301 -1, the subgrade within the
parking lot and handball court areas and five feet beyond on each side shall
be scarified and cultivated (if necessary, cleansed) to a depth of at least
12 inches.
The excavated and processed soils and other fill soils shall then be replaced
in uniform lifts (6 -8 inches thick), cleansed of all vegetation or debris, brought
to approximate optimum moisture content and compacted to a minimum relative com-
paction of 95 percent of the laboratory standard. The laboratory standard is
ASTM D- 1557 -70, the 5 -layer method.
Structural excavation and backfill shall be in accordance with Section 300 -3
of the Standard Specifications.
XIII. HANDBALL COURTS
A. QUALIFICATIONS OF CONTRACTOR AND SUB - CONTRACTORS
General. Because of the nature of this work, the contract will be awarded
only to a bidder with experience in the construction of concrete struc-
tures or one who proposes to use a sub - contractor with experience in con-
crete structures.
SP
3 of
10
X. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in con-
formance with Section 5 of the Standard Specifications. Known utilities are
indicated on the drawings. Prior to performing construction work, the contrac-
tor shall be responsible for requesting each utility company to locate its
facilities. 'The contractor shall protect.in place and be responsible for, at
his own expense, any damage to any utilities encountered during construction
of the items shown on the drawings.
XI. SITE PREPARATION
The contractor shall grade the site to the lines and grades shown on the plans.
Debris, trees, vegetation, other deleterious materials, and non - organic debris
or concrete, etc., encountered during the grading operation shall be removed
from the site and disposed of in a legal manner.
The lump sum price bid for site preparation shall include but not be limited
to the required unclassified excavation and fill necessary to bring the paved
areas to sub -grade elevation utilizing the material available on the site.
This item shall also include all costs.involved with the removal and disposal
of debris, trees, vegetation, other deleterious materials and non - organic debris
or concrete encountered in the grading operation.
XII. SUBGRADE PREPARATION
Paved areas include the handball courts, the parking lot, sidewalks, slabs,
curbs, gutter, driveway, mow strips, and concrete on grade. The subgrade for
paved areas shall be prepared in accordance with Section 301 -1 of the Standard
Specifications.
In addition to the requirements of the Section 301 -1, the subgrade within the
parking lot and handball court areas and five feet beyond on each side shall
be scarified and cultivated (if necessary, cleansed) to a depth of at least
12 inches.
The excavated and processed soils and other fill soils shall then be replaced
in uniform lifts (6 -8 inches thick), cleansed of all vegetation or debris, brought
to approximate optimum moisture content and compacted to a minimum relative com-
paction of 95 percent of the laboratory standard. The laboratory standard is
ASTM D- 1557 -70, the 5 -layer method.
Structural excavation and backfill shall be in accordance with Section 300 -3
of the Standard Specifications.
XIII. HANDBALL COURTS
A. QUALIFICATIONS OF CONTRACTOR AND SUB - CONTRACTORS
General. Because of the nature of this work, the contract will be awarded
only to a bidder with experience in the construction of concrete struc-
tures or one who proposes to use a sub - contractor with experience in con-
crete structures.
B. MATERIALS
Forms. Wood, free of warps, smooth, straight.
Base. 1Ig" maximum size aggregate.
Aggregates. Aggregate for the handball court slabs and walls shall be from
San Gabriel River pits approved by the engineer, stockpiled at the batch
plant and removed in horizontal layers of uniform thickness. To prevent
spalling and popping on slab surface, all aggregates shall be free of re-
active materials.
Fine Aggregate shall consist of hard, strong, durable particles of natural
sand. Fine aggregate shall pass a 3/8" sieve and be uniformly graded from
coarse to fine with at least 90% passing a No. 4 sieve, not to exceed 7%
passing a No. 100 sieve, and all retained on a No. 200 sieve.
Coarse Aggregate shall consist of clean, hard, sound, durable crushed rock
or washed graver, and shall contain not more than 5% by weight of flat, thin,
elongated, friable, or laminated feces. Any piece having a major dimension
in excess of two and one -half (2� times its average thickness shall be
considered as flat or thin elongated. Coarse aggregate shall have a speci-
fic gravity of not less than 2.50.
C. CONCRETE MIX DESIGN FOR HANDBALL COURTS
Portland cement concrete used in handball court foundations, slabs, and walls
shall be Concrete Class 560 -C -3250 with maximum of 4 inches slump.
D. FORM$
The contractor shall notify the City 24 hours before pouring concrete in
order that the City's inspector may check all forms for location and ele-
vation.
E. REINFORCING STEEL
All reinforcing bars shall be secured to insure no movement during the
placing operations. Slab reinforcement shall be securely tied and set on
chairs to prevent movement during concrete placing. At all times and at
each location during the placing of concrete, there shall be a competent
representative of the contractor present, whose duty shall be the inspec-
tion of all reinforcement steel and the maintenance of bars in their proper
position.
SP
4
of
10
B. MATERIALS
Forms. Wood, free of warps, smooth, straight.
Base. 1Ig" maximum size aggregate.
Aggregates. Aggregate for the handball court slabs and walls shall be from
San Gabriel River pits approved by the engineer, stockpiled at the batch
plant and removed in horizontal layers of uniform thickness. To prevent
spalling and popping on slab surface, all aggregates shall be free of re-
active materials.
Fine Aggregate shall consist of hard, strong, durable particles of natural
sand. Fine aggregate shall pass a 3/8" sieve and be uniformly graded from
coarse to fine with at least 90% passing a No. 4 sieve, not to exceed 7%
passing a No. 100 sieve, and all retained on a No. 200 sieve.
Coarse Aggregate shall consist of clean, hard, sound, durable crushed rock
or washed graver, and shall contain not more than 5% by weight of flat, thin,
elongated, friable, or laminated feces. Any piece having a major dimension
in excess of two and one -half (2� times its average thickness shall be
considered as flat or thin elongated. Coarse aggregate shall have a speci-
fic gravity of not less than 2.50.
C. CONCRETE MIX DESIGN FOR HANDBALL COURTS
Portland cement concrete used in handball court foundations, slabs, and walls
shall be Concrete Class 560 -C -3250 with maximum of 4 inches slump.
D. FORM$
The contractor shall notify the City 24 hours before pouring concrete in
order that the City's inspector may check all forms for location and ele-
vation.
E. REINFORCING STEEL
All reinforcing bars shall be secured to insure no movement during the
placing operations. Slab reinforcement shall be securely tied and set on
chairs to prevent movement during concrete placing. At all times and at
each location during the placing of concrete, there shall be a competent
representative of the contractor present, whose duty shall be the inspec-
tion of all reinforcement steel and the maintenance of bars in their proper
position.
1 3y
SP 5 of 10
F. TRANSIT MIXED CONCRETE
1. Transit mix concrete shall be mixed for a period of not less than fif-
teen (15) minutes. At least.three minutes of the mixing period shall
be at the work site immediately prior to discharging from the mixer.
2. Concrete shall be rejected if.not placed in final position within 45
minutes after water is first added to the batch.
3. Transit -mixed concrete is not to be delivered to the site with the
total specified amount of water incorporated therein. Two and a half
(22) gallons of water per cubic yard shall be withheld and may be
incorporated in the mix before the concrete is discharged from the mixer
and mixing time shall be not less than five minutes after such water
has been added.
G. PLACING CONCRETE
1. Finished subgrade and footing excavations shall be thoroughly watered
immediately prior to placing of concrete.
2. No concrete shall be placed without approval, and this operation shall
be carried on only in the presence of the engineer. The contractor
shall give 24 hours advance notice before placing any concrete.
3. Once concrete placing is started, it shall be carried through.in a
continuous, monolithic operation between predetermined expansion
joints as shown on the drawings. No construction joints not shown on
the plans shall be allowed. Under no circumstances shall concrete which
has partially hardened be deposited in the work, nor shall retempering
of concrete be allowed.
4. All concrete when placed shall be sufficiently tamped and manipulated
to insure proper compaction, elimination of air pockets and flow around
all reinforcing steel, embedded fixtures and into corners of all forms.
5. The top surfaces of all interior concrete grade beams, all perimeter
footings and all post footings shall be troweled to a smooth surface
and painted with asphalt or other approved bond breaker. Slabs shall
not be placed over footings or beams until 24 hours after application
of asphalt.
6. No concrete shall be placed during rain or dust storms. If such storms
should develop immediately after placement of concrete, the finished
concrete shall be protected by means of plastic sheeting, canvas,
"Sisalkraft" paper or other approved covering. This covering shall
be provided on the job site prior to placing concrete.
H. FINISHING
1. Finish course shall be brought to a true and even plane by two wood
floatings and two steel trowelings. Following this, the slabs shall
receive a fine, soft broom finish. Only skilled workmen with experi-
ence in this type of finish are to be employed in cement finishing work.
,f
,
I.
SP 6 of 10
Cement finish shall be true to line, plane and elevations as shown
on the drawings. Finished concrete slab surfaces shall not deviate
from a flat plane more than 3/16 of 1" when tested with an eight -foot
straight edge held in any.direction. The contractor shall furnish and
maintain in good condition an eight -foot straight edge for use by the
engineer.
3. Any slab showing a greater variation than the specified 3/16 of 1"
and /or showing voids or separation of the aggregates and /or showing a
texture of variance to the accepted sample shall be deemed defective,
and the entire slab to expansion joints, as shown on the drawings, shall
be removed and replaced with concrete acceptable to the engineer. Re-
moval and replacing defective work shall be at the contractor's expense.
CURING
Immediately after finishing and final set, apply fog seal as directed by
City. After finishing operations, slab surfaces shall be covered for pro-
tection from injury and for proper curing. Concrete shall be kept con-
tinuously wet for a period of at least 14 days after being deposited. After
the concrete curing period, the contractor shall remove protective covering
from the handball courts. No mechanical equipment shall be allowed on the
courts.
J. TESTS AND QUALITY CONTROL
1. Aggregate and concrete testing will be the responsibility of the City
and will be performed by a testing laboratory to be selected by the
City after the contract has been awarded. The contractor shall notify
the City of the location of the proposed San Gabriel aggregate source
allowing ten (10) days to determine if source is acceptable.
2. Aggregates shall be tested for and shall pass the following tests.
Aggregates shall be sampled at their production source and tested.
They shall again be sampled and tested upon delivery to the ready -mix
plant prior to placement. The tests are as follows:
Tests
Test Method
Requirements
Gradation
ASTM
C136
ASTM C33
Specific Gravity
ASTM
C127 & C128
2.50 (Min.)
Potential Reactivity
ASTM
C289
Sc /Rc 1.0
Soundness by Sulfate
ASTM
C88
8% Loss (Max.)
Organic Impurities of Sand
ASTM
C40
ASTM C 33
3. Samples of concrete shall be obtained by the molded cylinder method.
Three cylinders of concrete from each one -half tennis court shall be
taken. Each cylinder shall be given a number and the point in the
courts where the samples were noted thereon. One cylinder of each
set shall be tested at seven days, another at 28 days and the third
shall be held in reserve.
4. When subjected to a slump test for consistency, the concrete shall not
have a slump in excess of 431".
I A
SP 7 of 10
5. Job -site Inspection: The City shall arrange for the performance of
the following tests:
Test Test Method. Frequency
Slump ASTM C143 First load of each pour and when
taking strength specimens.
Compressive ASTM C31 One set of 3 per 100 cubic yds.;
Strength minimum of one set per pour.
Samples
Samples-shall be tested for compressive strength; one at seven (7)
days and one at twenty -eight (28) days per set.
K. CLEAN -UP
The contractor shall clean up and remove from the premises all unused
material debris resulting from the performance of the work of this section.
L. EXPANSION JOINTS FOR HANDBALL COURTS
Expansion joints shall be filled with No. 90 silica sand and sealed with
Thiokol joint sealer.
M. MOW STRIPS
The mow strips shown on the plans shall be considered part of the handball
courts, and the cost of the mow strips shall be included in the lump sum
price bid for constructing the handball courts.
N. PRE -CAST WALL PANELS
The contractor shall be responsible for designing the precast concrete
wall panels; for adding extra reinforcing steel necessary so that the
panels may be lifted without cracking; and for adding inserts and lift
points necessary to lift the panels. The lump sum price paid for construc-
ting the handball courts shall include compensation for designing the pre-
cast panels and adding extra steel and inserts; and no separate payment will
be made therefor.
XIV. PUMPER TEST PIT
A. GENERAL
All precast concrete manhole sections will be manufactured in a plant
especially designed for the purpose. All work shall be done under strict
plant controlled supervision.
B. FIELD PREPARATION
The contractor shall prepare a hole large enough to accomodate the outside
dimensions of the manhole as shown on the drawings. Prior to setting, the
contractor shall provide a minimum of six (6) inches of base material to
receive the manhole. The base material shall be compacted and graded
level and at proper elevation.
SP8of10
Delivery of the manhole will be made by manufacturer's boom - equipped
truck. Contractor shall provide sufficient labor to assist the carrier in
placing the units.
Sealants used between the joints of the manhole are at the contractor's
option. If grout is used, it shall consist of two parts plaster sand to
one part cement with sufficient water added to make the grout flow under
its own weight. The grout sha 11 be poured into a water soaked groove,
and filled to the top of groove in the previously set section. If mastic
joint compound or an approved equal is used, it shall be placed at the
bottom of the groove unless a double amount is to be used as a further pre-
caution against leakage. In this case, the mastic sealant shall be placed
on the two shoulders of the groove. If polyurethane or approved equal is
used, it shall be mixed at job site, as directed on the label, and placed
in the groove. The next section of manhole shall be placed while the foam-
ing action is still in process.
C. DESIGN LOADS
Design loads shall consist of dead load, live load, impact, and in addi-
tion, loads due to water table, and any other loads which may be imposed
upon the structure.
Live loads shall be for H -20 and/or-H-20-S16 per A.A.S.H.O. Standard Speci-
fications for Highway Bridges with revisions. Design wheel load shall be
16 kips. The live load shall be that loading which produces the maximum
shears and bending moments in the structure. .
D. CONCRETE (PUMPER TEST PIT)
1. Aggregates. All aggregates, fine and coarse, shall conform to specifi-
cations outlined by ASTM C- 33 -64. Aggregates shall be free of deleter-
ious substances causing reactivity with oxidized hydrogen sulfide.
Both types of aggregate shall be graded in a manner so as to produce
homogeneous concrete mix. All materials are to be accurately weighted
at a central batching facility for mixing.
2. Cement. All cement shall be Portland cement conforming to ASTM C150,
Type II. Cement content shall be sufficient to produce minimum
strength of 3,000 PSI, or other design strengths required.
3. Plate. All concrete shall be handled from the mixer or transport
vehicle to the place of final deposit in a continuous manner, as
rapidly as practicable, and without segregation or loss of ingredients,
until the approved unit operation is completed. Concrete shall be
placed in layers not over two (2) feet deep. Each layer shall be com-
pacted by mechanical internal or external vibrating equipment. Duration
of the vibration cycle shall be limited to the time necessary to pro-
duce satisfactory consolidation without causing objectionable segrega-
tion.
r ' -
1 r.
. � SP 9 of 10
E
REINFORCING STEEL
All reinforcing steel, including welded wire mesh, shall be of the size
and in the location as shown on the plans. All reinforcing shall be suf-
ficiently tied to withstand any displacement during the pouring operation.
All bars shall be intermediate or hard -grade billet steel conforming to
ASTM A15. Bars other than 1/4" round, or smaller, shall be deformed in
accordance with ASTM A305.
XV. DRAINAGE IMPROVEMENTS
A. GENERAL
The work to be done under this section consists of constructing an area
drain with traffic cover; a 4" cast iron drain line to an existing sand and
grease trap; cutting off and abandoning the present line from the existing
sand and grease trap; furnishing, installing and connecting an electric sump
pump in the existing sand and grease trap; and constructing a 3" P.V.C.
drain line from the sump pump to a drain through the curb.
B. MATERIALS
The grate for the area drain shall be 10 inches wide for traffic with steel
angle frame, Alhambra Foundry Company No. A -2422, or equal.
The sump pump shall be upright non - submersible sump pump for 36" deep sump.
Pump shall have 1/3 h.p. 115 volt motor with internal overload protection,
Enpo - Cornell Pump Co. Model 1100, or equal.
The owner will provide a 115 volt electrical circuit complete with disconnect
switch, mounted on the building adjacent to the sand and grease trap. The
contractor will be required to connect the pump to the disconnect switch.
XVI. CHAIN LINK FENCE
A. MATERIALS
Chain -link Fabric. No. 9 gauge 1 -3/4" mish, hot - dipped galvanized after
weaving. Wire pickets of which fabric is made shall have a minimum
tensile strength test of 70,000 pounds per square inch based on the cross
sectional area of the galvanized wire. Galvanized steel fabric after weav-
ing shall withstand twelve (12) one - minute immersions under the Preece Test.
The produce shall have a knuckled selvage along the top and bottom.
Pipe Framework. Standard hot - dipped galvanized steel pipe of sizes shown
on drawings, as herein specified and conforming to the following:
Outside Diam.
in Inches
Min. Wt. in
Lbs. /Ft.
Outside Diam.
in Inches
5 14.62 2 -7/8
4 9.11 2 -1/2
3 -1/2 7.58 2
1 -5/8
Min. Wt. in
Lbs. /Ft.
5.79
3.65
7.72
2.27
1 � ;
1
Tops. Galvanized, apron base, cast iron.
gate posts; eye type for line posts.
SP 10 of 10
Dome type for terminal and full
Fittings. Malleable cast iron or pressed steel, unless otherwise speci-
fied, hot - dipped galvanized, outside sleeve couplings.
Posts. In the locations and of size indicated on the drawings.
B. INSTALLATION
Selvages. Top and bottom selvages knuckled.
Fabric. One width of fabric up to and including 12 feet.
Top Rail. With couplings approximately every twenty (20) feet. Couplings
at least seven inches (7 ") long; one (1) coupling in every five (5) shall
contain a heavy spring to take up expansion and contraction of top rail.
Top rail shall pass through line post tops and form a continuous brace from
end to end of each stretch of fence. Top rail shall be securely fastened
to terminal and gate posts by pressed steel connections.
Galvanizing. All metal, including bolts and nuts, shall be hot - dipped
galvanized to withstand twelve (12) one- (1) minute immersions under the
Preece test. The contractor shall furnish the owner a manufacturer's
certification statement that the chain link fence fabric, fittings and all
miscellaneous metal parts meet requirements as herein specified. Welding
will not be acceptable in any fence construction components after galvan-
izing.
Fabric Fastening. Fastened to line posts on court side of fence with
fabric bands spaced approximately fourteen inches (14 ") apart and to
railings with tie wires spaced approximately twenty -four inches (24 ")
apart. Fabric shall be fastened to terminal and gate posts with 1/4" x
3/4" stretcher bars which shall have bar bands at a maximum of fourteen
inches (14 ") on center.
Erection. It shall be the contractor's responsibility to erect the fence
true to line and level, and with a taut fabric. Any fence construction not
meeting the City's approval shall be replaced at the contractor's expense
with acceptable construction.
XVII. PORTLAND CEMENT CONCRETE PAVEMENT
Portland cement concrete pavement shall be Concrete Class 520 -C -2500 with maxi -
mim of 4 inches slump.
CITY OF NEWPORT REACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO.
This is to Certify that the Company named below has
lsGUed to the Named Insured the policy of Comprehensive liability
;i,surance identified herein, hereinafter referred to as "Policy ",
and endorsed said policy as follows to &@sure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beech,
(hereinafter, "City ").
I. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows, City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92661.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (Commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, lion -Owned and Hired Automobile; Products Liability -
Completed Operationsi Premises - Operations; Contractory Protective
(.lability; Marine or Aviation (when applicable); and Property
namage.
This Endo
r�t�.s effective cctive when signed by an
Authorized Re 1 sentative of
�1 (Name o Insurance ompany
and when issu� CI a all be valid and form pert of Policy
No. �C/ inq
Nam Insure
expiring_ O
NAME OF A O R
ADDRESS - AGE /BROKE
Aut or zcor Representative
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he hoo authority to execute this Certificate
on behalf of the Insurance Company
CORROON & BLACK /MILLER & AMES .
3600 Wilshire Blvd., Los Angeles, California 90010
(213) 386 -2360
May 31, 1978
j r
City of Newport Beach
Attention: Mr. Hugh Kaufman
Dc,puty City Attorney f
City Hall, 3300 W. Newport Beach Boulevard
Newport Beach, California 92663
Re: Masonry Engineers, Inc.
Enclosed are Certificates of Insurance in connection
with the above Insured, as follows:
Workers' Compensation Policy No. WCP 195158
Comprehensive General Liability Policy No. HAC 013509
Umbrella Liability Policy No. 133400
If you have any questions, please give us a call.
Yours very truly
CORROON &5-ACK /MILLER & AMES
Edna Griffey
eg
encl.
cc - Masonry Engineers, Inc.
400,
Insurance Brokers
Surety Bonds
I
3600 Wilshire Blvd.
Los Angeles, Ca. 90010
(213) 386 -2360
• CERTIFICATE OF INSURANCE
1.:MISSION INSURANCE ;I';
0
company
9 HARBOR TNSTTRANCE =" el company
company
company
i
THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH - ATT: MR. HUGH KAUFMAN DEPUTY CITY__
CITY HALL, 3300 W. NEWPORT BEACH BOULEVARD, NEWPORT BEACH, CALIFORNIA 92663
THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY
(OR COMPANIES) ARE IN FULL FORCE AND EFFECT.
DESCRIPTIVE SCHEDULE
NAME OF INSURED MASONRY ENGINEERS, INC.
ADDRESS OF INSURED .
LONG BEACH, CALIFORNIA 90805
DESCRIPTIONOF [JVEHICLES OPREMISES Q OPERATIONS • • _CONSTRUCTION DE PUMPER
HANDBALL CMIRTS, AND EARKING TOT TMPRnVFMENTS AT MARTNERS PARK,. CONTRACT NO. 2009
SCHEDULE OF INSURANCE
DESCRIPTION OF COVERAGE
INSURING CO. NO.
POLICY NUMBER
INCEPTION DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
WORKER'S
COMPENSATION
1.
WCP 195158
7/1/77
7/1/78'
STATUTORY
General Liability
$ ea. occur.
Bodily Injury
1.
HAC 013509
"
"
$ aggregate
General Liability
$ ea. occur.
Property Damage
1.
"
$i° aggregate
Automobile Liability
$ ea. person
Bodily Injury
1.
"
$ iP ea. occurr.
Automobile Liability
Property_Damage
1.
"
"
"
$i4 ea.occurr.
',`$500,000_ COMBINED
SINGLE LI
IT BODILY I
JURY AND /OR
PROPERTY DA
AGE LIABILITY. INCLUDES
BLANKET CONTRACTUAL,
PRODUCTS-COMPLETED
DPERATIONS,
REMISES -OPE
TIONS, CONTRACTORS
PROTECTIVE, BROAD
FORM PROPERTY
DAMAGE A0
SEVERABIL
TY OF INTER
ST CLAUSE. XCU EXCLUSI
DELETED. AUTOMCBILE
APPLIES
TO OWNED,
IRED AND NON
OWNED AUTOM
RILES.
UMBRELLA
LIABILITY
2.
133400
12/10/77
12/10/78
* *DIFFERENCE BE
EEN $,2,000,000,
AND PRIVIARY
LIMITS
kS PROVIDED
BY MISSION INSURANCE CO.
DNS
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH
RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE
POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF
SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF.
IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN
COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL TFIRTY ( 3- ) DAY WRITTEN
NOTICE THEREOF TO THE CERTIFICATE HOLDER, BY REGISTERED MAIL TO CITY 0 NE70BEACH, �� C/0 CITY
CLERK, 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CALIFORNIA 9266. / EFFECTIVE MAY 31, 1978 INSURING COMPANY (OR COMPANIES) BY _.
Representative
( SEE REVERSE SIDE) CORROON & BLACK-MILLER & AMES--,!
• • - f, , � i
'HOV3ff I'dOdM3N 30 UIO alll 01 3'ISV
-?IVAV 3ONVUOSNI 2d3HlO ANV HIIM 9NIlf1HRLLN00 -NON QNV kdVWIdd SI Z3WinSNI SIHI
'ZOOZ 'ON , 3TKN00 2d3QNn HOV29
DiOdM3N dO AIIO HHI 2d03 3NOQ 9NIH9 N�dOM 01 IDZdSad HIIM 7,'INO Ing `S(Tq §NI
'IVNOIbIOQV SV GEGnIONI allV S337,0'IdW3 QNV S2d30Idd0 SZI `HOV3H DlOdM3N 30 7,IIO
i 0
,r S 23 - "18
Date
I am aware of and will comply with Section 3700 of the
Labor Code, requiring every employer to be insured against
liability for Workers' Compensation or to undertake self -
insurance before commencing any of the work.
MASONRY ENGINEERS, INC.
0 (P
jr
CORROON & BLACK /MILLER & AMES
3600 Wilshire Blvd., Los Angeles, California 90010
(213) 386 -2360
May 16, 1978
City of Newport Beach
Attention: Mr. Ken Perry
3310
N. Newport Boulevard
Newport Beach, California 92663
Re: Masonry Engineers, Inc.
• CON749T 20",
Enclosed are Certificates of Insurance in connection
with the above Insured, as follows:
Workers' CompEnsation Policy No. WCP 19515 -B
Comprehensive Liability Policy No. HAC 013696
Umbrella Liability Policy No. 133400
If you have any questions, please give us a call.
Yours very truly
CORROON & BLACK /MILLER & AMES
Edna Griffey
eg
encl.
cc - Masonry Engineers, Inc.
iO
,n Pu�l��flrEp,�
MAY 1 OR S
C/ry s �.
NFWppRr OF
CALIF RCN,
Insurance Brokers
Surety Bonds
r r
• CERTIFICATE OF INSURANCE
3600 Wilshire Blvd. 1. MISSION INSURANCE company
Los Angeles, Ca. 90010 2 RARnnR TNCURANrF company
(213) 386 -2360 company
_ company
THIS IS TO CERTIFY TO
N. NEWPORT BOULEVARD, NEWPORT BEACH,
THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY
(OR COMPANIES) ARE IN FULL FORCE AND EFFECT.
DESCRIPTIVE SCHEDULE
NAME OF INSURED
ADDRESS OF INSURED 2221 EAST CURRY STREET
DESCRIPTION OF F: VEHICLES v PREMISES E] OPERATIONS COVERED
NO
SCHEDULE OF INSURANCE
DESCRIPTION OF COVERAGE
INSURING CO. NO.
POLICY NUMBER
INCEPTION DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
WORKER'S
COMPENSATION
1.
WCP 19915 =B
7/1/77
7/1/78
STATUTORY
General Liability
Bodily Injury
1.
HAC 013696
12/10/77
12/10/78
$, ea. occur.
$ aggregate
General Liability
Property Damage
1.
$ ea. occur.
$" aggregate
Automobile Liability
Bodily Injury
1.
"
"
"
$ ea. person
$ ea. occurr.
Automobile Liability
Property Damage
1.
$ ea. occurr.
^$500,000. COMB
NED SINGLE
IMIT BODILY
INJURY AND/
R PROPERTY DAMAGE
LIABILITY.
U171177 L'I'71--
LIABILITY
2.
133400
12/10/77
12/10/78
* *DIFFERENCE BE
WEEN $500,0
0. AND $2,0
0,000.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH
RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE
POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF
SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF.
IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN
COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL TEN (10 I DAY WRITTEN
NOTICE THEREOF TO THE CERTIFICATE HOLDER.
EFF &]VE _.. May 16, 1978 INSURING COMPANY (OR COMPANIES) BY/ - 7'iz'- =;? Z�/
Authorized Representative
CORROON & BLACK - MILLER & AMFS
N
x
ri
�i
m
z
Z
N
-1�
a
z
k
m0�-
M Fri
1 2
X,
N
C
3
FYI
IIG�1�9
iu
NIWIIA
m
z
Z
N
-1�
a
z
k
m0�-
M Fri
1 2
X,
N
C
3
0 •
RESOLUTION NO. 9 33 7
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
MASONRY ENGINEERS, INC. FOR ENLARGING THE
PARKING LOT AT MARINERS FIRE STATION, AND
CONSTRUCTING HANDBALL COURTS AT MARINERS
PARK, CONTRACT NO. 2002, AND DELETING THE
DRAFTING PIT
WHEREAS, pursuant to the notice inviting bids for
work in connection with the enlargement of the parking lot
at Mariners Fire Station and construction of the handball
courts at Mariners Park, and deleting the Drafting Pit, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 10th day of May, 1978,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is MASONRY ENGINEERS, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Masonry Engineers,
Inc. for the work in the amount of $48,864.50 be accepted,
and that the contract for the described work be awarded to
said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 22nd
ATTEST:
City Clerk
day of May , 1978.
Mayor
DDO /bc
5/19/78
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVEMENTS
Authorized by the City Council
this 27th d of March
ors eorge, CityzXlerk
AT
MARINERS PARK
CONTRACT NO. 2002
SUBMITTED BY:
Contractor
aa3/ E C6Xd7\Z 5/
Address —�
G0/1 /6 S6'r4Cff C/1C l"c 080�
City Zip
774
Phone
1e2 ,50
Total Bid (It As 1 through 11 incl)
Page)
CITY. Of 4EWPORT.BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California; until 2:30 P.M. on the 10th day of May 1978 ,
at which time they wil ms be opened and read, for performing work as follows:
CONSTRUCTION OF PUMPER TEST PIT, HANDBALL COURTS, AND
PARKING LOT IMPROVEMENTS AT MARINERS PARK
CONTRACT NO. 2002
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 an3_tFe_orporat�e Seal
shaT 1 be affixed to al> documents requiring signatures. In the case of a. arTs tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be.returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or better; and a financial category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1., Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be .governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor 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
4in such bids.
All bids are to be comp- iw. he- _bas-is of the given estimated quantities of work;
as indicated in this Proposal; timies--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 S / California provi ding for
the registration of Contractors, License No. Classification 9 - r=iq
Accompanying this proposal i
S GheCK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
ill
ut A 5 gnature
Authorized Signature
r-ogf o jfa7-.�r
Type of OIrganization
(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:
V1 ELC&
OF
r'
The undersigned certifies that -he has used the sub -bids of the following
listed contractors in making up.�i.s bid and that the subcontractors listed
will be used for the work for wKid they bid, subject to the approval of the
City Engineer, and th 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
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
/bioaer•s Name =
X 1 Av�i&
Authorized ig ture -----------
oza Ian
Type of Organization
(Individual, Co- partnership or Corp.)
Y
i
k
Bond No. 199- 776 -326
°..AMMR'S BOND TO ACCOMPANY -Rq
KNOW ALL MEN BY THESE PRESENTS,
ti
That we, MASONRY ENGINEERS;-
and THE OHIO CASUALTY INSURANCE
Page 4::. -
as Principal,
as Surety, are held
and
firmly bound
unto
the City of tlewport Beach, California,. in
the sum of TEN PER CENT
OF
THE AMOUNT
BID
- - - .Dollars ($10% of Amt. tOawful
money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH)
That if the proposal of the above bounden principal for the cpnstructiop pf
Construction of Pumper Test Pit, Handball Courts, and Parking
Improvements at Mariners Park - Contract No. 2002
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of
Map 19 78 -
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
BY
THE OgF1D :=CASUALTY: j4SURANCE COMPANY
)
}
>1
}) §m
}]}}
2Ra'{
m
\
_
(
/§(})CQ[
\
`0
�§ : i�
.
}
!
�:
})§
}
d
/
\
�kƒ
§I!
.
\
}\
�
}071:
(�`
*�U0
}
)�
PC |
JW,R -,
:
yy
! )
;.�
)(
(»
~
2f 2{f#
)
6 =$ /
K/ ; °!!
�
§(J�2
:3z
j \
\
\)
U
-a
1a
ƒ(
0.0
CERTIFI COPY OF POWER OF ATTEY :
THE OHIO SUALTY INSURANCE COMPANY
HONE OFFICE, HAMILTON, OHIO
No. 9560
Imm All Men by Theme frem b: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 7 of the By -Laws of said Company, does hereby nominate, constitute and appoint:
Daniel V. Falconer - - - _ - - - -- - - -.. -- -- _ of Long Beach; California - -
its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance
orb HUNDIED THOUSAND - -- - - - - -- - - - - -- - - - - - (3100,000.00 - - ) Dollars,
ex. uding, however, any bonds) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon acid Company,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons.
The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)4n -fact.
ov`�0 wtItito ""n In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty
Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the
'•aF said The Ohio Casualty Insurance Company this 231d day of June 1967.
.. ,
a :� (Signed) Ast."iu.r S. Thompson
STATE OF OHIO, (SS
Vice President
COUNTY OF BUTLER JJ
On this 23rd day of June A. D. 19 67 before
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Arthur S. Thompson, Vice President — — — of THE OHIO CASUALTY INSURANCE COMPANY, to me
personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknow-
ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
yoeaam:ee, IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official
d� ®�1tlu.... Seal at the City of Hamilton, State of Ohio, the day and year first above written.
�a= (Signed) Dorothy Bibee
Notary Public in cad for County of Butler, Steee of Ohio
mmuWatco December 9, 1971.
My Commission expires ..................... ...............................
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by
ita directors on April 2, 1954, extracts from which read:
"ARTICLE VI"
Section 7. Appointment of Attorney.ia-Fact, etc. The chairman of the board, the president, any vice- president, the
secretary or any assistant secretary shall be and is hereby vented with full power and authority to appoint attorney. -in -fact
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge
and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of
insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county
or Hate, or any official board or boards of county or state, or the United States of America, or to any other political sub -
division."
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27, 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -law. to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal,
to be valid and binding upon the Company with the same force and effect as though manually affixed."
CERTIFICATE
1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, 1 have hereunto set my hand and the seal of the Company this 9 day of I -lay A. A., 19 78
�"IvcmlX aa„
a0 ♦' ��/
se •, 4 �/j
-€ SEAL / a„,.`
Assistant Secretary
S- 4300 -C 10 -74 -3M
NON- COLLUSION AFFIDAVIT
L
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.
*'AA
Subscribed and sworn to before me
this10day of ,
19 q? .
My commission expires:
t y u ice-
OFFICIAL SEAL
g.�?dn1
NOTARY PUBLIC -CALIFORNIA
5
L ^.: Al GOUNN
•,
0 •
STATEMENT Of FINANCIALRESPONSISILITY
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.
Page" 6
Page.
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
PARKING LOT IMPROVEMENTS, AND HANDBALL COURTS
AT MARINERS FIRE STATION AND MARINERS PARK
CONTRACT NO. 2002
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 3
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plan (Dwg. No. P- 5086 -S, sheets 1 -3 inclusive)
and Special Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2002 in accordance with the Plans and Specifications, and
will take in full payment therefor the following unit prices for the work, complete in
place, to wit:
T PRICE WRITTEN IN WORDS
Lump Sum Site preparation for pumper test pit
and parking lot improvements; including
sawcutting, demolition, removal and
disposal of block walls, driveway
approach, pavement, turf, trees Grid
vegetation for the lump sum price of:
/�c,jllie J Dollars
and
/J2r z� /` Cents
Lump Sum Construct pumper test pit, complete
in place including inlet pipe
assembly and drafting pipe, for the
lump sum price of:
Lcz�l2,,- /Dollars
and
Cents
v
• • PR2of 3
ITEM QUANTITY
NO. AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT TOTAL
PRICE PRICE
3. Lump Sum
Construct drainage improvements, includ-
ing inlet, traffic grates, underground
pipe, and sump pump, for the lump sum of:
f tL
Ld %� r Dollars
/ and
`/ Cents
$ 7L41a67
4. 122
Construct 6 high concrete block wall
Linear feet
and footing for the unit price of:
Dollars
_ and
�1'/; Cents
per l" inear foot
5. Lump Sum
Construct commercial driveway approach
per CNB Std.160 -L including curb,
gutter, and apron to the back of the
walk, for the lump sum price of:
�Li; , .�n�(i /t _�9 Dollars
? /
t �— and
44x2 Cents
6. 5,742
Construct 6" thick P.C.C.parking lot
Square feet
pavement over 4" of imported aggregate
base
for the unit price of:
Dollars
/
/
and
,1.
$
—Cents
per square fo(It
7. 90
Construct 5' high chain link fence
Linear Feet
on top of concrete block wall for
the unit price of:
\��z -
@ f Dollars
LI;
and
//C D Cents
$
per linear foot
8. 43
Construct 5' high chain link fence on
top
Linear Feet
of handball court headwall for the unit
price of:
@�. Dollars
and
Cents
$ 5 G' • $.5�'
per lin ar f66t
•
• PR 3 of 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10
Lump Sum Replace existing driveway approach with
Type A curb and gutter, and 4" thick
P.C.C. sidewalk, for the lump sum price of:
Dollars
and s
Cents $ OD
Lump Sum Site preparation for handball courts,
including demolition, clearing, grubbing,
removal and disposal for the lump sum
price of:
Dollars
and
Cents $ / /jG'C', C'C $
Lump Sum Construct two handball courts complete
i ce, including chain link fence
on top o wall, complete in ce,
for the lump sum o
;i��,: e Lars
and
Cents
Total bid price (items 1 -11 inclusive)
Total bid price written in wor s ('terns ,loll inclusive)
/ J/v
t
Dollars
and
Cents
AI-IK9
$77 26¢, sa
5, ,'�
B dd s Nam
! °%C / LGj 7 �' !
Date " uthorized Signature
CONTRACTOR'S LICENSE NO. ;IF
CONTRACTOR'S ADDRESS
TELEPHONE NUMBER �_ / 3 7 7 4 ` -C
� l%
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
PARKING LOT IMPROVEMENTS, AND HANDBALL COURTS
AT MARINERS FIRE STATION AND MARINERS PARK
CONTRACT NO. 2002
ADDENDUM N0, 1
NOTICE TO BIDDERS:
PROPOSAL
May 1, 1978
Please be advised that Bid Item No. 11 has been amended to read as
follows:
11 Lump Sum Construct two handball courts, complete
in place except for chain link fence on
top of headwall, for the lump hum of:
Dollars
and
Cents $" `i -
Please sign and show the date of receipt of this addendum, and include
a copy as a part of your bid proposal.
41n �eth L. Perry
Project Engineer
Contractor's signature ./ J' �fm%
Date of receipt by contractor 1 /E'l( X /,�