Loading...
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 /,�