HomeMy WebLinkAboutC-2278 - Grand Canal Bulkhead SealantMarch 15, 1982
ID
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884
AA -1 Painting Service Inc.
15117 Illinois Ave.
Paramount, CA 90723
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Commercial Union Insurance Co.
Bonds No.: CA 71164 -87
Project: Grand Canal Bulkhead Sealant
Contract No.:
The City Council on February 22, 1982 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 the Notice has been recorded.
The Notice of Completion was recorded with the Orange County Recorders
office on March 1, 1982, Reference No. 82- 070716. Please notify your surety
company that the bonds may be released 35 days after this recording date.
Sincerely,
1Tanda E. Andersen
City Clerk
WEA:lr
cc: Public Works
3300 Newport Boulevard, Newport Beach
P lease return to:
City Clerk
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92663 -3884
Fn CONSIDERATION
82- 070716
Ex" rBCOrtMp rdi�Si ycr
(W"r=wf Code 01M
[-EXEMPT
NOTICE OF COMPLETION
PUBLIC WORKS
-2?o PM
'I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 22, 1982
the Public Works project consisting of Grand Bulkhead Sealant (C -2278)
on wnicti_
was the cone
was the sure
CITY OF
9 NEWPORT BEACH,
� ChLiF.
t MAR 121982 0,
RECEIVED
CITY CLERK
I, the undersigned, say:
MAR 1 '82
Los Angeles, CA 90057
CITY OF NEWPORT BEACH
a4 r
Pu lic Works Director
VERIFICATION
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 February 25, 1982 at Newport Beach, California.
i
Publ c Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 22, 1982 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 February 25, 1982 at Newport Beach, California.
City Clerk
i
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884
February 25, 1982
Lee A. Branch
County,Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
OFFICE OF THE CITY CLERK
(714) 640 -2251
Attached for recordation is Notice of Completion of Public Works
project consisting of Grand Canal Bulkhead Sealant, Contract No.
C -2278 on which AA -1 Plainting Service Inc, was the Contractor and
Commercial Union Insurance Co. was the Surety.
Please record and return to us.
Sincerely,
Wanda E. Andersen
City Clerk
WEM Ir
attach.
3300 Newport Boulevard, Newport Beach
i
C - aa93
February 22, 1982
CITY COUNCIL AGENDA
K ITEM NO. — 11
'N C
TO: CITY COUNCIL Q8
FROM: Public Works Department COUNCIL
azy. i1._ 1, ,',,70AT NBAC,H
SUBJECT: ACCEPTANCE OF GRAND CANAL BULKHEAD SEALANT (CONTRACT NO. 2278)
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 the Notice of Completion has been filed.
DISCUSSION:
The contract for the sealing of the Grand Canal bulkheads has
been completed to the satisfaction of the Public Works Department.
The bid price was $19,533.85
Amount of unit price items constructed 19,533.85
Amount of change orders None
Total contract cost 19,533.85
Funds were budgeted in the General Fund
The design engineering was performed by the Public Works Department.
The contractor is AA -1 Painting Service, Inc. of Paramount.
The contract date of completion was October 28, 1981.
The contractor was delayed by inclement weather, with the work
being completed November 10, 1982.
a-,� �'' J�
Benjamin B. Nolan
Public Works Director
GPD:em
DATE Oct. 13 y 1981
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: City Clerk
SUBJECT: Contract No. C -2278
Description of Contract Grand Bulkhead Sealant
Effective date of Contract
Authorized by Resolution No. 11054 r adopted on Sept. 28, 1981
Contract with AA -1 Painting Service Inc.
Address 15117 Illinois
Paramount, CA 90723
Amount of Contract$ 19,533.85
/s/ Wanda E. Andersen
WANDA E. ANDERSEN
City Clerk
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
5 -81
"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."
10/2/81
Date S ature
D.L. J WSTON, PRESIDENT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL BULKHEAD SEALANT
CONTRACT NO. 2278
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR1
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to Bidders, has examined the Special Provisions, and hereby
proposes to furnish all materials and do all the work required to complete Contract
No. 2278 in accordance with the Special Provisions, and will take in full payment therefor
the following unit prices for the work, complete in place to wit:
rift,
1. 29,155 Seal concrete bulkhead
Square Feet
PRICE
@ NO Dollars
and
SIXTY -SEVEN Cents $ .67 $IgoU3_RS
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS:
NINETEEN THOUSAND FIVE HUNDRED THIRTY -THR Dollars
and
ETrHTY -FTVF Cents $ 1Q- 533_R5
Contractor s Lic. No. & assi ication
15117 ILLINOIS AVENUE
PARAMOUNT, CALIFORNIA 90723
Bidders Address
AA -1 PAINTING SERVICE INC.
Bidder�.�
1/0 s IOHIGSTPRE NT
Authorized Signature /Title
213 - 979 -0671 979 -0672
Bidder's Telephone Number
0
INSTRUCTIONS TO BIDDERS
• Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner.. For so- ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et 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 performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777,
of the California Labor Code for all apprenticeable occupations.
202848 C -33 AA -1 PAINTING SERVICE INC.
Contr's Lic. No. & Classification Bidder
SEPTEMBER 9TH, 1981 S'D. L. JO STON, PRESIDENT
Date Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
NONE
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
AA -1 PAINTING SERVICE INC.
/dd
STO)-N, S/ D L. JO PRESIDENT
Authorized Signature Tit e
OOR ORIGINAL SEE CITY CLERK'S OE COPY Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, AM Painting Service. Inc. , as bidder,
and Cpmmerrial Union Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of bid Dollars ($ - -10 % -- ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Grand Canal Bulkhead Sealant 2278
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 8th day
Of September 19$,1•
AA -1 PAINTING SERVICE INC.
Bidder
(Attach acknowledgement of /r
Attorney -in -Fact)
S/ D. L. JOHNSTON, PRESIDENT
ELLEN H. OSHIRO, NOTARY PUBLIC Authorized Signature /Title
COMMISSION EXP. MARCH 29 1985
COMMERCIAL UNION INSURANCE COMPANY
Surety
By S /K. BOURQUE
Title Attorney -In -Fact
0 • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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 -1 PAINTING SERVICE INC.
Bidder
Authorized Signature /Title
Subscribed and sworn to before me
this 9TH day of SEPTEMBER ,
19 81.
My commission expires:
OCTOBER 29, 1981 S /DORA K. HOVIVIAN
Notary Public
ORIGINAL SEE CITY CLERK'S FISOPY
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
AA -1 PAINTING SERVICE INC.
idder
St
Authorized Signature T' ff Fe
9
• 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.
AQUATORIUM
AA -1 PAINTING SERVICE INC
Bidder
ut orize Signature i e
i
� ^ _ , _�
_.
3 _ F K __
• �'
I
- .-� ' -�
w
- -��
Newport Beach;
WHEREAS, said Principal has ezecuted.or is.about.to` execute said contract and the =i
terms thereof require' -the furn #shirrcj '04 ond,_with said contract, providing that if
E said Principal or.-any of his or its subcontractors, shall'.faii to pay for any materials,
provisions, provender, or other suppijts-.or.teams.used in, upon,
.;for, or about the per-
formance, of- the:work agreed to be: done, or for any work or.labow done thereon of any
kind; the Surety on this'bond will pay the same to the extent hereinafter `set forth:
NOW, THEREFORE, We Aw-i 'F"dintin; Service,_ Inca
as Pri nci pal,* and union inariranre Cnmphny
as Surety, are held. ;firmly bound unto the City of Newport :Beach; in the sum of
NinwtRen "TheiaAnd Fa nndred -Tl,t 'L$5( lars --
4 A Ztx :�liirs— jlwd
said sum being one -half of° the. esti mated .amount payable by the City of -Newport Beach j
under the terms of the contract, for which payment welI.. 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:OBLMTION IS SUCH, that if the above bounden Principal' or
his subcontractors, fail'to pay for.any materiaTs provisions, provender, or other
suppli:es.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;ae. labor, that the
Surety or Sureties wilT.pay for the. same; 'in an amount not'exceeding the sum specified
in the bond; and also,, in case, suit is bro49ht: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_alI persons
corporation's entitl'ed:to file claims 600r:Seettoii :3181 of the:CaI
so as to give _a right:_of� act on to them or #ietr assn
,. 4rt sC
Page. g
e
_..
Yl4€N1 6ON # .
ead Ao -.
CA 71164 -87-
-Pto talk•.
$234.
Eaaeutd_
in 4 Copies
KNOW ALL MEN BY THESE PRESENTS,
That :
WHEREAS, the City Coun €ia.of
the''City;of Newport
Beach, State of
California, by
motion adopted SEPTE� 18.A
Al
has awarded to AA- PAINTING
SERVICE INC.
hereinafter designated as-the
(C -227$)
°Principal ",'a contract
for GRAND CANAL.BULKHEAD
SEALANT
and.Specifications
in the City of Newport.,Beach,.in
strict conformity.with the Drawings
and other contract documents' -on file i'n'tiie.office of
the City Clerk
of the City of
Newport Beach;
WHEREAS, said Principal has ezecuted.or is.about.to` execute said contract and the =i
terms thereof require' -the furn #shirrcj '04 ond,_with said contract, providing that if
E said Principal or.-any of his or its subcontractors, shall'.faii to pay for any materials,
provisions, provender, or other suppijts-.or.teams.used in, upon,
.;for, or about the per-
formance, of- the:work agreed to be: done, or for any work or.labow done thereon of any
kind; the Surety on this'bond will pay the same to the extent hereinafter `set forth:
NOW, THEREFORE, We Aw-i 'F"dintin; Service,_ Inca
as Pri nci pal,* and union inariranre Cnmphny
as Surety, are held. ;firmly bound unto the City of Newport :Beach; in the sum of
NinwtRen "TheiaAnd Fa nndred -Tl,t 'L$5( lars --
4 A Ztx :�liirs— jlwd
said sum being one -half of° the. esti mated .amount payable by the City of -Newport Beach j
under the terms of the contract, for which payment welI.. 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:OBLMTION IS SUCH, that if the above bounden Principal' or
his subcontractors, fail'to pay for.any materiaTs provisions, provender, or other
suppli:es.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;ae. labor, that the
Surety or Sureties wilT.pay for the. same; 'in an amount not'exceeding the sum specified
in the bond; and also,, in case, suit is bro49ht: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_alI persons
corporation's entitl'ed:to file claims 600r:Seettoii :3181 of the:CaI
so as to give _a right:_of� act on to them or #ietr assn
,. 4rt sC
_: _,. ;: ::::
�� .
�.
i
r :,
€ _
,.:.. , ,
�
,_. ..
.. .::
i '
_
,i
I
I
_ -#- �
�. VCi
_
��fi .'t'L s?4'..:".
_ •_•A-
t..', .T-:A .`T.{� �
�.�
- _rY.iyCe -�. �t
� .�.
¢�����'X._t�w
page: 11
€RITHFJIL PERFORMANCE BOND
Boa& No. Q& 71164 -87
Premium: 2ncluded.
KNOW ALL MEN BY THESE PRESENTS, That - Executed in 4 Copies
WHEREAS, the City Council of the City of Newport Beach., State of California, by
motion adopted SFDtFNR6R 4R lAR1
,
has 'awarded to AA =1 pAINTINC SERVICE INC
hereinafter designated as the "Pri.ncipal ", a contract for; GRAND :AN Bi kw dp
SEALANT-(C4278)_
in the City of Newport Beach; in strict conformity, with the Drawings and Specifications
and other contract dorUmehts 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-:0 a bond for. the fai.thful.performance of said
contract;:
NOW, THEREFORE, Wet •1._y Fsi 4 n%4"k 9 ref ww, Tnn
as principal, and Rn1nn TnAi,rwnnNk rnmjjAny
as Surety, are held and firmly.bound.unto:the'City of Newport `Beach, in the sum of
A V4 Au d— +A -+ThjF R- S %11Q011ars J$ �j0�43�_RS %,
..
said sum .being equal. to 100% o€ the estimated amount of th
e contract, to be paid to
the +said City or its certain attorney, its'successors, and assigns; for which payment
well. and truly to be ir, we bind ourselves, our heirs ,.executors and administrators,
' successors or ass igns,.jointly and severally., firmly by these presents.
..THE )CONDITION OF -THIS OBLIGATION IS SUCH,, that if theabove bounden Principal,
his or: its heirs, , executors; administrator, �successors,.or assigns.,;shall in all
thins stand to andabide
g 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 obli-ption 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
perforated. thereunder or, to. the Scifications accompanying the "same shall
in any verse affect its ob }igations On ' 14-_b6 and rt does hereby waive tirotice
I .;: � : ' _
1 �
�f
h
1
' '
�\ `
V
/�
_
+� 4n.'
I\
F..'Y: ' ' .T'. �
t _O .. ...
/�. -"r-
� _
..
-��
.:: Gp..
.. '.. � : �. _..' .:. '.
Jul ".
'
L"
Y C
Y
1
'L�—t �
°"'X.�'�Y. a ��� -��T
+� 4n.'
-1 Y
T. J.
�'v�L.�"S� 'Y.�
�JJ,�� 2„�:��
— �� "S 4a ^�i14.
�. ..
�s
�WER OF ATTORN&Y
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY. a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts, and having its rincipal office in the City of Boston, Massachusetts. hash made, constituted and
appointed, and does by these presents make and constitute and appoint arleS H. Thompson, Arthur J. R00he, Carl
Melikian, Norman E. Grattan, Jr, and K. Bourque all of Los Angeles California
and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and
purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and
confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority
of the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on
the twenty- seventh day of July, 1972:
Resolved: That the President, or any Vico-President, or any Assistant Vice- President, may execute for and in behalf of the company a ny and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President, or any Vice - President, or Assistant
Vice - President, may appoint and authorize an Attomey -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice - President, or any Assistant Vice - President, may at any time remove, any such
Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact maybe given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verity any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other
writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as
any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice- President, or any Assistant Vice - President, and the signature of the Secretary or
anv Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of
the company, to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its V ice - President end its
corporate seal to be hereto affixed, duly attested by its Secretary on this 30th day of June 19 81
,r.
sera �i - COMMERCIAL UNION INSURANCE COMPANY
Attest: y/ By
Raymond M. eforelary John M. Garrett — Vice - President
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
On this 30th day of June 19 gl , before me personally came John M. Garrett, Vice - President, and
Raymond M. Defossez, Secretary of the COMMERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate
seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Company.
1..„...Q.,.....
"{
Y'.
o PU8 LiC
JoseA H. Dinan, Jr. — Notary Public
Q +i�a✓i�1�•, (My Commission expires February 11, 1988)
CERTIFICATE
1, the undersigned. Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation. do hereby certify that
the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power
of attorney are now in force.
Signed and sealed at the City of Boston. Dated this 2 day of October 19 81
oe
.J \ .... ....G +.,.
+oases, Andrejs J. Gross — Assistant Secretary
C60903 -9
&et
0
fJ
J
w
tai �r j • --
described Public.work:.
U
Z
O
H
s
rr
s
n
z
0
it
r
M
O
O
3
M
Z
•
19
is _t-- day'of
hereinafter ''ntractodtF+-
.ereinafter °Co
sed for bids for the following
2278 .
Contract No.
t e o ro ect
the lowest responsir
by City to ensation set
{b) Contractor. has been -determined bid, and the comp laps and.
ble bidder on said public- +riork, ar�d .
forth in this contract,' .is based.upo(►_a careful
examination of all p
specifications by Contractor,
NOW, TkIEREFOtI,'the parties.hereto agree as follows:
1, Contractor: shall l materials -and
perform all of the work
furnish al
for the constru ction. the followin9.described public work;
2278
on Fr ac o.
t.e o to ect
described in the contract documents• Contractor
which protect is more fully good and workmanlike manner, and in
shicl, perfect and complete this .work in a 9
accordance with all of:the contract. docuWI, p rformaece and completion of this
2 .
As. full cgensation for to Contractor the sum of NINETEEN T1i011SAND
shall pay:
S($ 8 e nature o t e
work as.prescribed above;.City. r ass or gear sing rom .
J nsatIon nc u es any unforeseen'diffisulties or obof an
s co toss or damage aris4ng from``any incurred as a result of any
(Tan (3) any. expense loss resulting from
work:. but excludes any
buns in the performance n the war City
suspension or discontinuance of thes*ork,.
earthquakes of a magnitudeoccurs prior to acceptanceioftthe work byd tidal wave 1 the
obligations of City and Contractor
and which loss or expense hts and obliga : rated
3. All of the respective rig The contract documents are incorpo
are set forth in the contract documents:
herein by reference as ty�ugh set out in. full and include the following:.
{a). Notice Inviting
Bids ferenced therein
instruction to Bidders and. documents re
�c) payment Bond
c) nce Bond .
{d) Faithful Performs e�rseRent(s)
e)_ Certificate of Insurance and..
FIVE F
•
r i t 'S,
','i a�
z
F
3
r
�
�
a �: �:_ i ri•
a"
P
x
n
3
S •'
N
�
N
N
o
'
1
°
R�2 ='
o
r
e{
O
n�
K
m
«
n
o
b
'
p
c
«
z
z
z
n
o
a
c
3 v
Z
m
A
P
N
�
0
0
z o o
p
to p p
2
D O O
9
<
S
Z
s
]
n 4 p
o
a
d
a
N
i O
p
p
C
N
6
D F
Z T
Z
� o
p
p p v
Do
S
p 3 N
]
o
�
F c
�
p
n P
S N O
p
�
n
_
y P o
N
O d O
tai �r j • --
described Public.work:.
U
Z
O
H
s
rr
s
n
z
0
it
r
M
O
O
3
M
Z
•
19
is _t-- day'of
hereinafter ''ntractodtF+-
.ereinafter °Co
sed for bids for the following
2278 .
Contract No.
t e o ro ect
the lowest responsir
by City to ensation set
{b) Contractor. has been -determined bid, and the comp laps and.
ble bidder on said public- +riork, ar�d .
forth in this contract,' .is based.upo(►_a careful
examination of all p
specifications by Contractor,
NOW, TkIEREFOtI,'the parties.hereto agree as follows:
1, Contractor: shall l materials -and
perform all of the work
furnish al
for the constru ction. the followin9.described public work;
2278
on Fr ac o.
t.e o to ect
described in the contract documents• Contractor
which protect is more fully good and workmanlike manner, and in
shicl, perfect and complete this .work in a 9
accordance with all of:the contract. docuWI, p rformaece and completion of this
2 .
As. full cgensation for to Contractor the sum of NINETEEN T1i011SAND
shall pay:
S($ 8 e nature o t e
work as.prescribed above;.City. r ass or gear sing rom .
J nsatIon nc u es any unforeseen'diffisulties or obof an
s co toss or damage aris4ng from``any incurred as a result of any
(Tan (3) any. expense loss resulting from
work:. but excludes any
buns in the performance n the war City
suspension or discontinuance of thes*ork,.
earthquakes of a magnitudeoccurs prior to acceptanceioftthe work byd tidal wave 1 the
obligations of City and Contractor
and which loss or expense hts and obliga : rated
3. All of the respective rig The contract documents are incorpo
are set forth in the contract documents:
herein by reference as ty�ugh set out in. full and include the following:.
{a). Notice Inviting
Bids ferenced therein
instruction to Bidders and. documents re
�c) payment Bond
c) nce Bond .
{d) Faithful Performs e�rseRent(s)
e)_ Certificate of Insurance and..
FIVE F
0
11
N This Contract.
negt.l:gence:ofi Gtty.or its offieers.,:;employees and. representatives.
•
IN WITNESS Yh1ERE0F, fire partfes hereto have caused this contract to
r be executed the day and vear.first above written_
e
. • SP 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
GRAND CANAL BULKHEAD SEALANT
CONTRACT NO. 2278
I. SCOPE OF WORK
The work to be done under this contract includes preparation for and installation
of sealant upon bulkheads of Grand Canal. The Contractor is required to schedule
his hours of work to conform with tidal actions at the worksite.
All work necessary for the completion of this contract shall be done in accor-
dance with (1) these Special Provisions, (2) the City's Standard Special Provisions
and Standard Drawin s for Public Works Construction (1980 Edition), and the
tandard Speci ications or Pub is Works Construction (1979 Edition), including
supplements to date. Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Department for Five Dollars ($5).
Copies of the Standard Specifications may be purchased at Building News, Inc.,
3055 Overland Avenue, Los Angeles, CA 90034.
II. AWARD AND EXECUTION OF THE CONTRACT
The bidder's attention is directed to the provisions of Section 2 -1 of the
Standard Special Provisions for requirements and conditions concerning award
and execution of the contract.
III. TIME OF COMPLETION
The Contractor shall complete all work on this contract within thirty (30) calendar
days after award of contract by the City Council.
IV. PAYMENT
The unit price for items of work shown in the proposal shall be full compensation
for labor, equipment, materials and all other things necessary to complete the work.
V. PUBLIC CONVENIENCE AND SAFETY
The Contractor shall provide street and sidewalk detours and barricades in
accordance with Section 7 -10 of the Standard Special Provisions.
VI. WATER
The Contractor shall obtain and apply water necessary to perform the contract.
If the Contractor desires to use City water free of charge, he shall make arrange-
ments with the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
VII. CONSTRUCTION DETAILS
A. General
Bulkheads along Grand Canal were rehabilitated in three phases during the years
1978 -1980. The rehabilitation included the construction of bulkhead skirts and
C.
M
0
0
SP2of2
the reconstruction of copings, both with reinforced shotcrete. The shot
crete was troweled, but not sealed. Privately owned platforms, steps, etc.,
were then reinstalled adjacent to the bulkhead.
Performance of Work
Work shall be performed in strict conformance with the recommendations of
the sealant manufacturer and under continuous supervision of a competent
foreman. Hours of work shall be coordinated with tidal actions at the work -
site.
Preparation
Shotcrete surfaces shall be water and /or wet sand blasted clean and free of
all foreign matter prior to application of sealant. Prepared surfaces which
are subsequently immersed due to tidal or wave action shall be recleaned
by water blast. Prepared surfaces shall then be allowed to dry for at least
30 minutes prior to application of sealant. The drying period is absolutely
essential for the proper penetrating chemical reaction of the sealant upon
the shotcrete. Surfaces which were not allowed to dry for at least 30
minutes prior to application of sealant shall be recleaned by water blast,
if necessary, and resealed at the Contractor's sole expense.
The Contractor shall utilize barriers approved by the Engineer to protect
privately owned boats, platforms, steps, etc., from the blast preparation.
The Contractor shall provide extra effort to insure that all shotcrete
areas adjacent to the private platforms and steps are prepared and sealed
in accordance with these special provisions.
Application
The Contractor shall apply sealant with
sprayer. Dry spots which may appear on
resprayed so that the entire surface is
free alkali and excess sealant from all
completely dried.
Material
a power or low pressure Hudson -type
sprayed gunite surfaces shall be
wet for 30 minutes. Flush or broom
low spots after the sealant has
Sealant shall be The Ashford Formula, as manufactured by Curecrete Chemical
Company, and distributed by Martech Associates, 19836 Vintage Street,
Chatsworth, California 91311; telephone (213) 993 -1163.
Coverage
Coverage shall be not more than 150 square feet per gallon of sealant.
NORTH Fs P
Q
k
PARK
SOUTH (SPN
NEWPORT
J
Z
a
U
Z
c�
m
AVE
PW
z
0
m
a
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL BULKHEAD
SEALANT C -2278
0� \
P /LAST
@ /O'tc—c --
EX/ST/NG
90'MLLW
o
EX /STING
L/C,I/EAO
'`� .EL.3.7MLLW
TYPICAL SECTION
COPING REPAIR
N.l.'S.
APPROVED
PALIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. 5092 C,
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
• CERTIFICATE OF INSURANCE
INSURANCE
Company A
Letter
Company B
Letter
Company C
Letter
r D
9
Page 13
Industrial Indemnit
a
"r ,.
PARAMOUNT, CALIFORNIA 90723 Letter J E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, thd•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: n /Xio��.u�e_ =,', Agency: James S. Kemper Insurance Services
Authorized Representative '-w 10 / 15 / 81
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
GgANp HEAD SEALANT - NEWPORT BEACH
Project Tit a an Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
81
Policy
LIMITS OF LIABILITY
IN THOUS
D (0 00)
COMPANY
TYPES OF INSURANCE
Policy
Exp.
A g. ro ru c s
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
I
Occurrence
Operations
GENERAL LIABILITY
Bodily Injury
$
$
x Comprehensive Form
x Premises - Operations
Property Damage
$
$
Explosion & Collapse Hazard
pY A234
02
A
Underground Hazard
x Products /Completed Operations
7 / 1 / 82
Bodily Injury
Hazard
and Property
x Contractual Insurance•
Damage Combined
$ 500,
$ 500,
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$ 500,
Aviation
AUTOMOTIVE LIABILITY
(]x Comprehensive Form
Bodily Injury
$
PYA234
02
(Each Person
A
❑x Owned
7/1/82
$
50217 y njury
Each Occurrence
�x Hired
ro ert ama e
Bodily njury an
❑x Non -owned
Property Damage
Combined
$ 500,
EXCESS LIABILITY
® Umbrella Form
m880823
Bodily Injury
B
❑ Other than Umbrella Form
/1/82
and Property
Damage Combined
$ 2,000,
$2,000,
WORKERS' COMPENSATION
Statuto
CJ 8424
25
kLach
C
EMPLOYER'S LIABILITY
0/1/8 2VIIIIIIIIA
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, thd•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: n /Xio��.u�e_ =,', Agency: James S. Kemper Insurance Services
Authorized Representative '-w 10 / 15 / 81
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
GgANp HEAD SEALANT - NEWPORT BEACH
Project Tit a an Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
81
• • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( x) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ 500, 000 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not.in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: GRAND EA - NEWPORT BEACH #2278 BUL
Project ft SEALANT
and Contract NO. .
This endorsement is effective 10/15/81 at 12:01 A.M. and forms a part of
Policy No. PYA234402
Named Insured AA -1 Painting Service, Inc. Endorsement No.
Name of Insurance Company Royal Insurance Compan
zea Keoresentative
• Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability; the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(,) Single Limit
Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: G EACH 4977A
Projec t e t an ontract No.
This endorsement is effective 10/15/81 at 12:01 A.M. and forms a part of
Policy No. PYA234402
Named Insured AA -1 Painting Service, Inc. Endorsement No.
Name of Insurance Company Royal Insurance Co. By
Authorized Representative
� L
•
ORIGINAL 0 PR1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL BULKHEAD SEALANT
CONTRACT NO. 2278
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to Bidders, has examined the Special Provisions, and hereby
proposes to furnish all materials and do all the work required to complete Contract
No. 2278 in accordance with the Special Provisions, and will take in full payment therefor
the following unit prices for the work, complete in place to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN WORDS PRICE PRICE
29,155 Seal concrete bulkhead
Square Feet
@ NO Dollars
and FVFN
Cents $ .67 $19,533.85
Per Square oot
TOTAL PRICE WRITTEN IN WORDS:
and
-E1GWX--FIVF Cents $ 19,533-85
Contractor's Lic. No. & C assification
15117 ILLINOIS AVENUE
PARAMOUNT, CALIFORNIA 90723
A44 PAINTING SERVICE INC.
Bidder
zv,
uthorized,�ign3ture /Title
D.L. JO1NSTON,_ PRESIDENT
Bidders Address 213- 979 -0671 979 -0672
Bidder's Telephone Number
0
INSTRUCTIONS TO BIDDERS
. Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et 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 performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
202848 C -33 AA -1 PAINTING SERVICE INC.
Contr's Lic. No. & Classification Bidder
SEPTEMBER 9TH, 1981 a
Date Authorized gnature /Title
D.L. JOHNSTON, PRESIDENT
i
0 • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
Ill
7.
8.
9.
10.
11.
12.
AA -I PAINTING SERVICE INC.
Bidder
2
Authorized Wi afure /Title
D.L. JOFiJST , PRESIDENT
• • Page 4
KNOW ALL MEN BY THESE PRESENTS,
and
BIDDER'S BOND
That we, AA -1 Painting service, Inc. , as bidder,
Commercial Union Insurance Company, as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
0% of bid
Dollars ($ --102 -- )
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 bidder for the construction of
Grand Canal Bulkhead Sealant 227a
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 8th _ day
Of Sppremhpr , I9gl•
AA -1 PAINTING SERVICE INC.
Bidder
(Attach acknowledgement of
Attorney -in -Fact)
Authorized 'gna ure /Title
D.L. JOFNS ON, PRESIDENT
COMMERCIAL UNION INSURANCE COMPANY
Surety
By
. B o u
Title Aito": In Fart
r
z
v
c
W
Z
Y
u
R
J
a
a
r
0
z
L,
v
w
v
O �
w a
0
U W
O y.
h z
a �
0
N V
6 L
°
°
? 3 c
N O �
,y tl C C G
ro r N P o
S q 2 F
L Q
N
° w o Z O
a �
y �
°c 0. w Z
o a z
z °a
q
a
c � �
a o a i
R O
o a i E
°n
o
n �
°
A
� u
_ N V
i M
G N
0
0
.a
x
0
P
E
u
3
w
µ
63n'
aQ�g�
w$
�K.
4�T�
iw
F
H
VWER OF ATTORN&Y
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION IN COMPANY, a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Massachusetts, hath made, constituted and
appointed, and does by these presents make and constitute and appoint axles H. Thompson, Arthur J. ROChe, Carl
Melikian, Norman E. Grattan, Jr. and K. Bourque all of Los Angeles California
and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and
purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and
confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority
of the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on
the twenty- seventh day of July, 1972:
Resolved: That the President, or any Vice- PTesident, or any Assistant Vice-President, may execute for and in behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President, or any Vice - President, or Assistant
Vice-President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice-Presidcnt, or any Assistant VicePresident, may at any time remove, any such
Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact maybe given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other
writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as
any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice- President, and the signature of the Secretary or
any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof,
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of
the company, to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presentsto be signed by its Vice - Presidentand its
corporate seal to be hereto affixed, duly attested by its Secretary on this 30th day of June 19 el
4. i? tail COMMERCIAL UNION INSURANCE COMPANY
\YYOi.AM��'
Attest:ug !/ By s.>�
Raymond M. efossez — Secretary John M. Garrett — Vice- President
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
On this 30th day of June 19 81 , before me personally came John M. Garrett. Vice - President, and
Raymond M. Defossez, Secretary of the COMMERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate
seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Company.
!lY'PUeU
Jo
�a 't se H. Dinan, Jr. — Notary Public
'.7rfJ'>t'' }a: i (MV Commission expires February 11, 1988)
CERTIFICATE
1, the undersigned. Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that
the foregoing power of attorney is in frill force and has not been revoked: and furthermore, that the Resolutions of the Board of Directors set forth in the power
of attorney are now in force.
Signed and sealed at the City of Boston. Dated this 8th day of September 19 81
\�Ye''l�x• / Andrejs J. Grots — Assistant Secretary
G6090"
6-6t
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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.
Subscrib��Hand sworn to before me
this day of SEPTEMBER
19 81.
My commission expires:
OFFICE I SE L
r; F- -Ff6b+b`Fkt�-
c'..._': NOTARY PUBLIC - CALIFORNIA
ORANGE COUNTY 4
-3c on My comm. expires OCT 29, 1981 II
AA -1 PAINTING SERVICE INC.
Bidder
1 --
'A`U6orVd Signature /Title
D.L. JOHNSTON, PRESIDENT
K - A42 -i�
Notary Public
• Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
AA -1 PAINTING
Bidder SERVICE INC.
Authorized gna ure itle
D.L. JOHNSTON, PRESIDENT
r�
LI
0 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
1981 STROMBERG & SONS. MIKE STROMBERG 213 426 -9373
JACOBSEN PILOT HOUSE
1981 CITY OF COMMERCE MR. GERALD FORD 213- 722 -4805
AQUATORIUM
AA -1 PAINTING SERVICE INC.
Bidder
4uthorized Si ture /Title
D.L. JOHNSTOK, PRESIDENT
cEP 281981
By fM C11Y COUNCIL
H
C1.0 of N w
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: GRAND CANAL BULKHEAD SEALANT (C -2278)
RECOMMENDATION:
September 28, 1981
CITY COUNCIL AGENDA
ITEM NO.j— Z% >
Adopt a resolution awarding Contract No. 2278 to AA -1 Painting
Service, Inc., for $19,533,85 and authorizing the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on September 9, 1981, the City Clerk opened and read
the following bids for this project:
Bidder Amount Bid
AA -1 Painting Service, Inc. $19,533.85
Clayton Coatings, Inc. 34,227.97*
*Corrected bid total
The low bid is 5% below the Engineer's budget estimate of $20,500.
The project provides for preparation for and application of a sealant
which penetrates and reacts with the shotcrete bulkheads. The shotcrete then
becomes waterproof, thereby preventing oxidation of reinforcement and progres-
sive cracking of shotcrete.
AA -1 is a well - qualified coatings contractor who has performed many
contracts locally. AA -1 has performed satisfactorily as a subcontractor on a
previous City project.
Funds for this work are provided under budget No. 02- 4197 -136. Plans
and specifications were prepared by the Public Works Department. Work should
be 11 ompleted by October 28, 1980.
!J. /ZZ.—
Benjamin B. Nolan
Public Works Director
LD:jd
RESOLUTION NO. 1:10-5 4
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT TO
AA -1 PAINTING SERVICE, INC. IN CONNECTION
WITH THE GRAND CANAL BULKHEAD SEALANT
(C -2278) AND AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE THE CONTRACT
WHEREAS, pursuant to the notice inviting bids for work
in connection with painting service for the Grand Canal bulkhead
sealant and the plans and specifications heretofore adopted, bids
were received on the 9th day of September, 1981 at 11:00 a.m. and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is AA -1 PAINTING SERVICE, INC.
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of AA -1 PAINTING SERVICE,
INC. in the amount of $19,533.85 be accepted, and that the
contract for the described work (Contract No. 2278) be awarded to
said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 28 day of September, 1981.
ATTEST:
City Clerk
9/28/81
pr
Mayor
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
ss.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, 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 entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
August 26, 1981
............ ...............................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, California, this26 day of August 81
bOA6 a Vfp
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This space is for the County Clerk's Filing Stamp'
n
PUBLIC NOTICE
Proof of Publication of
GRAND CANAL BULKHEAD SEALANT
CONTRACT NO. 2278
PROOF OF PUBLICATION -0
AUG )K1981
h " an coutoL
Say OF Nit
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: GRAND CANAL BULKHEAD SEALANT (C -2278)
RECOMMENDATIONS:
L
August 24, 1981
August -19: -3981
CITY COUNCIL AGENDA
ITEM NO. F -11
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids
to be opened at 11:00 A.M. on September 9, 1981.
DISCUSSION:
Severely deteriorated bulkheads along Grand Canal were re-
habilitated in three phases during the years 1978 -1980. The reha-
bilitation included the construction of bulkhead skirts and the
reconstruction of copings, both with reinforced shotcrete. The shot-
crete was troweled, but not sealed.
1 -, )
To minimize the effect of the salt water environment on the
shotcrete and its reinforcement, surfaces indicated on the attached
sketch will be prepared for and sprayed with a sealant which penetrates
and reacts chemically with the shotcrete. The shotcrete then becomes
waterproof, thereby preventing oxidation of reinforcement and progres-
sive cracking of shotcrete.
Funds totaling $20,500 have been provided for this work
under Budget No. 02- 4197 -136. Plans and specifications were prepared
by the Public Works Department. Work should be completed by October 28,
1981.
CSI G���t
Benjamin B. Nolan
Public Works Director
LD:jd
Att.
YL
NORTH
PARK
SOUTH T NEWPOT
Z
• Q
U
D
Q
c�
LM
ui
AVE
II _f
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND LANAI. BULKHEAD
SFAL_ANT G'T227E'
lY
/ "• Z00' I
90'14M I
awic.v +1
.; :..' • WALK
P /LAST S ; : ULKNEAD
@ /O'iC -c--
EXISTJNG l
SANOL /NE I
' • I � '' � �EL..�7MLLYV
TYPICAL SECTION
COPING REPA /R
DRAWN �d DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. _
DRAWING NO,