Loading...
HomeMy WebLinkAboutC-2762 - Construction of Corporation Yard Buildings "C" and "L"CIT)SOF NEWPORT ESACH January 3, 1991 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Steen Construction Company 1026 E. 4th Street Santa Ana, CA 92701 Subject: Surety: Merchants Bonding Company Bonds No.: CA113258 Contract No.: C -2762 Project: Construction of Corporation Yard Buildings "C" and "L" The City Council of Newport Beach on November 26, 1990 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 4, 1990, Reference No. 90- 636650. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach JAN 16 191 09:10 US RENTALS 7142485713 Release of Stop Notice Citv Of MewPort Beach Will Mewport IIP.ncir, Ca 92659 yml Are hereby notifird lira( life nnder:siprrd clnhnant rrh•n.a•t Iiral cminin Step Nolite dated 11 -1 -90 nRaintt City , hr fit(- muoorrl of If Of Newport Reach Steen Construction 536.88 P.2 C — z 7,-- Fk r..c C51� ri p4K NEWPUR�BFA�H as owner or public body and prime c(miractor City Yard Buildings C � L Ili cormerfion with the work or iot1wwrineol known ns____ _... in (Ire City of . Newport Beach - - -_.., l lonntJ of ------ -_- Orange State of California. 11 -14 -90 Hate Name of (:IniurmN . (J.S ntals, Imc 119rru Nnun7 � -, Credit MfTRty6,fv (t fliirkrf ("niki,Ity) —�— V I?RI17ICATION A etlt Credit Manaqer f, tilt, nndersif(nrd, slntr: I am tlrr___ _- ___-- ___9.__.__ __..... _ _ _ ("Anrrrl if' '.Prrshlrrrt if,— t,11'xrinrr uf" "Off rrrr (f', r9r.) fire rlairrmnt named in do, forrkoing lldraw• I have tend tatfd Ip'If -me of Slop Nolice mol komv the cnntt•nts thrrror, and f errtife pilaf file same is trot, of oly own kuokliedee. I certify (or declatr) under prnnity of prrjnry ondrr lilt, (airs of f lie Slalr of (:n lif ornin f ha(ihr lore•i,nin[ti is ttnr Rod torteel. f'xrcolyd on —1114 State of California ITO C�r C��r°,ritmen h;a;5ager Attorney r,. ❑ n:il;l. Dlr. o C.-.e,iSery Die. C7 o & R Dir. O Pianning Dir 0 P( `Ice chm . &P.w. Dir 0Oihef7u ` q, .97t/ nr• rnn" 9 rnov v,art 19 90_ ,rt_ -1 San Juan Capistrano Y' rn , NrurlrA�rur —L� RECORDING REQUESTED BY AND 9Q- U • RECORDEDINOFFICIALRECORDS WHEN RECORDED RETURN TO: OFORMGECOUNTY, CRLE O RNI D City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 EXEMPT RECORDING REQUEST PER GOVERNMENT CODE 6103 XC 4PT NOTiCF. OF COMPLETION PUBLIC WORKS 10:30 A.M. DEC 41990 � ��"�RECORDER 'lo All Laborers and Material Men and to Every Other Person Intere YOU WILL PLEASE TAKE NOTICE that on 0 the Public Works project consisting of Construction of M ion }4'a�6VED Jal�,tY �'R�991 n',. nm eFtr'k on which Steen f nn t t' n raT -3r of Rn :ta " was the contractor, and Merchants Bonding Company _ was the surety, was completed. VERIFICATION I, the undersigned, say: CI OF NEWPOR BFACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on November 28, 1990 at Newport Beach, California. Pub�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 November 26, 1990 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 November 28, 1990 at Newport Beach, California. • • jul MUM I 0133 cl • TO: FROM: SUBJECT: • 0 City Council Public Works Department November 26, 1990 CITY COUNCIL AGENDA ITEM NO. F -11 ACCEPTANCE OF CONSTRUCTION OF CORPORATION YARD BUILDINGS "C" AND 'ILn - (C -2762) 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 recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of Buildings "C" and "L" at the Corporation Yard has been completed to the satisfaction of the Public Works Department. The bid price was $334,433.00 Amount of unit price items constructed 334,433.00 Amount of change orders 56,526.76 Total contract cost $390,959.76 Nine Change Orders were issued. The first, in the amount of $20,221.00, provided for the installation of roll -up doors instead of chain link fencing in Building "C" and full height steel channel guards at the door openings. The second, in the amount of $13,324.00, provided for the removal of the existing asphalt paving and replacement with concrete in front of Building "C". The third, in the amount of $3,158.42, provided for a tinted waterproof stain to match the existing buildings. The fourth, in the amount of $513.28, provided for changes in the electrical conduit in Building "C" as requested by the building inspector. The fifth, in the amount of $5,820.28, provided for the addition of electric operators for the overhead doors. The sixth, in the amount of $1,419.00, provided for placing an electrical conduit below grade as requested by the building inspector rather than attached to the wall as shown on the plans. The seventh, in the amount of l Subject: Acceptance of Construction of Corporation Yard. Buildings "C" and "L" November 26, 1990 • Page 2 $1,567.62, provided for raising the block wall at the rear of Building "L". The eighth, in the amount of $4,210.44, provided for extending the chain link fence partitions to the roof in Building "C". The ninth, in the amount of $6,383.00, provided for changes to the footings and floor slab, up- grading of the door hardware and the addition of roof drains in Building "C". Funds for the project were budgeted in the General Fund, Account Nos. 02- 3197 - 498/499. The contractor is Steen Construction Company of Santa Ana. The contract date of completion was November 30, 1990. The work was completed October 12, 1990. • Benjamin B. Nolan Public Works Director PD, so • 6 K U Z r� n 10 2 INDUSTRIAL - WAY li F I 1 a 0 1`I � 8L00. b D o II�'_9j1 BLDG. "H" �1 WAREHOUSE i ADMIN. �—, -� CLOa II BLDG. "A" CAR ENTER SHO BLDG EXIST. 8 PROPOSED BLDG. "C" SIGN NO ZOADWAY _ �dd i OL00. n I LOWER 44 44 PARKS040 AREA AUTO - SHOP e UDGE DRYING PIT\ BLDG, y CITY CORPORATION YARD 592 SUPERIOR AVE. NEWPORT BEACH LOCATION MAP CITY OF NEWPORT BEACH DRAWN DATE 1992 PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR CORPORATION YARD d R.E. NO. -- DRAWIND B- 5132 -L Stop Notice CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO Citv Of Newport Beach ATT : PAtmleep gran Lender, Public Body or I Z 7V C Pr'1 A New), rt rBeach, Ca, 92659 (If Private Job —file with responsib9e o f icer or person at office or branch of construction lender administering the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Steen Construction Sub Contractor (If Any) James Jameson Masonry Owner or Public Body: City Of Newport Beach Improvement known as City Yard Bldct C & L (Name and address of project or work of improvement) 592 Superior in the City of NewPort Beach County of Orange State of California. U.S Rentals Inc Claimant a Corporation , - (Claimant) (Corporation /Partnership /Sale Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is James Jameson Masonry (Name of Subeonimcior/Contractor /Owner - Builder) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Frok Lift Rental Total value of labor, service, equipment, or materials agreed to be furnished......... $ 536.88 Total value of labor, service, equipment, or materials actually furnished is............ $ 536.88 Credit for materials returned if an 0 Amount paid on account, if any .................................... ............................... $ Amount due after deducting all just credits and offsets ..................................... $ 536.88 YOU ARE HEREBY NOTIFIED to withhold sufficign 6ttt%,�es held by you ou the above described project to satisfy claimant's demand in the amount of $ and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop /is /is noel Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date 11 -7 -90 Name of Claimant U.S Rentals, Inc P O BOX r amel San Jua/Md Addrrts!ano C 92693 c 1rnaayts_wo` By 1 ��re CreCll r Mdnd r +-! M (,)' ^'��atmL: �� d_�� ` IQl icial Capacity/ `:.iL'O'z 1313006P11 VERIFICATION 1, the undersigned, state: I am the Agent /Credit Manager ('Agent nJ'; 'President ul'; A Partner ./ "Oryner nl° etc) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and 1 certify that the same is true of my own knowledge. 1 certify (or delcare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 11-7 19 90 at Juan Cagistra State of California (.Six cure of Claims n nr Aur r i; gent) `f REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: tCluimonr mull enclose sell addressed stamped envelope) 0 0 _ z _ o O CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: May 16, 1990 SUBJECT: Contract No. C -2762 Description of Contract s -�6 -9c Corporation Yard Building "C" and "L" Effective date of Contract May 15, 1990 Authorized by Minute Action, approved on _ Contract with Steen Construction Company Address 1026 E. 4th Street Santa Ana, CA 92701 Amount of Contract $334,433.00 "94a6t' s 4�et Wanda E. Raggio City Clerk WER :pm Attachment May 14, 1990 3300 Newport Boulevard, Newport Beach r • is • TO: City Council FROM: Public Works Department 00 May 14, 1990 CITY COUNCIL AGENDA iTfflf —►sel. F -3(e) MAY 11 41990 En SUBJECT: CORPORATION YARD BUILDINGS "C" AND "L" (C -2762) RECOMMENDATIONS: 1. Award Contract No. 2762 without Alternative No. 1 to Steen Construction Company for the total Bid Price of $334,433, and authorize the Mayor and the City Clerk to execute the contract. 2. Authorize staff to negotiate with Steen Construction Company to purchase and install roll - up doors on Building "C". At 11:00 A.M. on May 1, 1990, the City Clerk opened and read the following bids for this project: Total Bid Price * Bidder listed the deduct amount for Alt. No. 1 instead of listing his Total Bid Price of $338,839 w /Alt. No. 1. ** Bidder listed the deducted amount for Alt. No. 1 instead of listing his Total Bid Price of $381,995 w /Alt. No. 1. The low total bid prices are 4% below the Architects' Estimate of $348,000 without Alternative No. 1 and 2% below the Architects' Estimate of $328,000 with Alternative No. 1. The Low bidder, Steen Construction Co., has not performed previous contract work for the City; however, a check with their experience references and the State Contractors' License Board has shown that Steen has successfully completed building projects for other Southern California agencies and is a properly licensed building contractor, respectively. Bidder (w /o Alt. No. 1) (w/ Alt. No. 1) Low Steen Const. Co. $334,433 $322,918 2 Kropfli Const. Co. 338,338 331,338 3 The Edwards Group 346,819 7,980* 4 Varkel Const., Inc. 353,608 343,926 5 Santa Fe Builders, Inc. 368,812 356,072 6 Beachwood Develop., Inc. 392,495 10,500 ** 7 Southwest Building Club 479,000 464,000 * Bidder listed the deduct amount for Alt. No. 1 instead of listing his Total Bid Price of $338,839 w /Alt. No. 1. ** Bidder listed the deducted amount for Alt. No. 1 instead of listing his Total Bid Price of $381,995 w /Alt. No. 1. The low total bid prices are 4% below the Architects' Estimate of $348,000 without Alternative No. 1 and 2% below the Architects' Estimate of $328,000 with Alternative No. 1. The Low bidder, Steen Construction Co., has not performed previous contract work for the City; however, a check with their experience references and the State Contractors' License Board has shown that Steen has successfully completed building projects for other Southern California agencies and is a properly licensed building contractor, respectively. I • Subject: Corporation Yard Buildings "C" and "L" (C -2762) May 14, 1990 Page 2 • This project provides for constructing two equipment storage buildings at Corporation Yard. Building "C" replaces a dilapidated metal building at the location shown on the attached Location Map. The replacement building is an open chain link gate front, masonry building covering approximately 6400 square feet of storage for traffic signing, building, storm drain, beach and equipment maintenance crews. Building "L" is a new building to house the City's 6 beach cleaning machines. It is a roll -up door, enclosed metal -and- fiberglass clad steel frame building covering approximately 3000 square feet. The total bid prices without Alternative No. 1 include a new portland cement concrete floor slab for Building "L". The total bid prices with Alternative No. 1 are for the construction of Building "L" upon existing asphalt paving. Given the relatively nominal extra cost to construct the concrete floor slab, staff recommends that the contract be awarded to include the concrete floor. The new slab provides structural integrity needed for Building "L" and a uniform, well- draining and more durable floor for Building "L". is Staff also recommends the authorization to negotiate with the Contractor to purchase and install roll -up doors on Building "C" in lieu of the specified chain link gates. Roll -up doors were not specified for Building "C" due to their additional cost; however, because of very competitive bids, budgeted funds are available to provide for the substitution of roll -up doors similar to those to be installed on Building "L". Additional costs for roll -up doors, sealed and painted, should total approximately $30,000. (A total of approximately $500,000 is available in the existing appropriations.) Staff proposes that funds for award be encumbered from the following accounts: Account No. Description 02- 3197 -498 Corp Yard Shop Bldg. "C" 02- 3197 -499 Corp Yard Equip. Bldg. Total Plans and specifications for Buildings prepared by staff and by Buchanan Architects and • contract specifies that all work be completed before work may commence on Building "L", and c feted by November 30, 1990. a g4 Benjamin B. Nolan Public Works Department LD:so Attachment Amount $198,878 135,555 $334,433 "C" and "L" were Associates. The on Building "C" that all work be • • a H • C z = r � � X09 ry 1� INDUSTRIAL II [] I 1 1 )- I ro 0 2y — "' eloa .80ADWAY WAY BLDG. I I BLDG. "H WAREHOUSE r d A 1 .J J I. BLDG. "A" CAq ENTER SHO BLDG ..B., EXIST. 8 PROPOSED BLDG. "C" SIGN SHO BLDG. q "E" LOWER E PARKING AREA AUTO SHOP UDGE DRYING PI BLDG. �.' CITY CORPORATION YARD 892 SUPERIOR AVE. NEWPORT BEACH LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD DATE 1990 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. CRAWINO B- 5132 -L WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date ignature ` Y Steen Construction Company own actor Corporation Yard Buildings "C" and "L ", Contract No. 2762 f`roject Title aTContract Number r i NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Bnulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1766 until on the�i . j. -.day of , 1990, at whic t me such bids shall be opens and read for CORPORATION YARD BUILDINGS "C" AND "L" Title of Project 2762 Contract No $500,000 Excluding Alternative No. 1 $480,000 Including Alternative No. 1 Engineer's Estimate SV U � 04- ART Rppr$?d by thaNCitK Council thta day of arc 1990. Wanda E. Raggto City Clerk CITY CLERK Pro active bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3380 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768. For further information, call Lloyd Dalton at 644 -3311. Project Manager F 0 a 1*1s 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CORPORATION YARD BUILDINGS "C" AND "L" CONTRACT NO. 2762 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2762 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization Thirteen Thousand, Nine @ Hundred ---------- - - - - -- Dollars and No --------------- - - - - -- Cents Per Lump Sum 2. Lump Sum Remove and dispose of existing corrugated metal Building "C" @ Seven Thousand --- - - - - -- Dollars and No -- ------------- -- - - -- Cents Per Lump Sum 3. Lump Sum Construct Building "C" complete, including new electrical feed from 'MSB' to Building "C" One Hundred Eighty -Three Thousand, @ Six Hundred Twelve ----- Dollars and No --------- ------- -- - - -- Cents Per Lump Sum $ 13,900.00 $ 7.000.00 $ 183,612.00 • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct Building "L" complete, including new electrical feed from 'MS' to Building "L" plus Detail G on Sheet No. E -5 One Hundred Twenty -Nine Thousand, @Nine Hundred Twenty -One - Dollars and No ---------------- - - - - -- Cents $ 129,921.00 Per Lump Sum Three Hundred Thirty -Four Thousand, Four Hundred Thirty -Three ------------------------------ - - - - -- Dollars and No --------------------------------------- --- - -- Cents $ 334,433.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) Alt. No. Lump Sum Delete concrete slab in l** Building "L" and patch back to existing asphalt pavement Eleven Thousand, Five @ Hundred Fifteen ------ Dollars and No --------------- - - - - -- Cents $ 112515.00 Per Lump Sum Three Hundred Twenty -Two Thousand, Nine Hundred Eighteen ---------------------------------- - - - - -- Dollars and No -------------------------------------- -- - - - - -- Cents $ 322,918.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) ** The City of Newport Beach reserves the right to award this contract including or excluding Alternative No. 1 0 • PR 1,3 BI- 197878 10/31/1 Steen Construction Company Contractor's License Expiration Date Bidder No. & Classification (714) 542 -7075 s /Orrison L. Steen, Owner Bidder's Telephone No. Authorized Signature /Title 1026 E. 4th Street, Santa Ana. CA 92701 Date Bidder's Address I declare under penalty of perjury that the representations made herein are true and correct.* Date • 7 Bidder • s /Steen ConstrucVbn Company *NOTICE TO BIDDERS: Effective January 1, 1990, Business and Professions Code Section 7028.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. • Page 2 INSTRUCTIONS TO BIDDERS The following 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 SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 discrepancy 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 and omissions in the PROPOSAL. 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. B1- 197878 Steen Construction Company Contr's Lic. No. & Classification Bidd 6_3 - 9/f r% Date Authorized Si ature /Title s /Orrison L. Steen, Owner 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that subcontractors have been used in formulating the bid for these subcontractors will be used subject to the approva accordance with State law. Subcontract Work 1. Electrical Subcontractor Elec. Svstem Service bids from the following the project and that 1 of the Engineer and in Address Yorba Linda, CA 2• Masonry James & Jameson Laguna Hills, CA 3, Structural Steel All -Fab Specialties Santa Ana, CA 4. All Metal & Siding All -Fab Specialties Santa Ana, CA 5. Roofing Mr. Roofer Westminster, CA 6. Chain Link Alcorn Anaheim CA 7. Frame 8. 9. 10. 11. 12. Hi -Tech Anaheim. CA Author zei i nature %Title s /Orrison L. Steen, Owner Pdy,' BIUomS AD Y.NOW ARY MEN BY 111ESE PRESENTS. That we, sTl. ,1,N_c;uNS_r_r,Uc.rluty_conenNY -- ,— , --- -. as bidder, and r[gQANTS BoNI�1.NG_CONPANY MirruAI, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of INN PERCENT Of AMOUNT BID----------- ------- - - -- -- - -- Dollars ($IO %--- - - - - -- ) lawful money of the United States for the payment of which sum well and truly to ire made, we hind 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 WPORATION YARD MUMS "C" & "L" C -2762 --- 'TjtTe 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 forfeiters to the said City. In the event that any bidder above named executed this bond as an-indlvidual, 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 --30TH----- day of APRIL , 1990 . (Attach acknowledgement of Attorney -in -Fact) ,. Notary Pubiic Conmission Expires: STEE.N CONSTRUCTION COMPANY ru t or ze S g tr / i t e PiIC IAEL A. QUIGLEY Title -ATwnNCY-L N_FAC T.— _ State of CALIFORNIA On APRIL 30, 1990 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally Counry of ORANGE known to me or proved to me on the basis of satisfactory evidence, IROFFICIAL SEAL CARRIE L. PRICE Notary Public- California PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Commission Exp. 12- 261992 MICHAEL A. QUIGLEY known to me to be the Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. �\ I / wLtX NOTARY PUBLIC MERAANTS BONDING CONY — MUTUAL — DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duty organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa. hath made. constituted and appointed, and does by these presents make. constitute and appoint Michael A. Quigley Page 4a of Huntington Beach and State of California its true and lawful Attorney -in -Fad, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: any and all bonds and undertakings in its normal course of business, provided no one bond or undertaking shall exceed the sum of Five Hundred Thousand Dollars ($500,000) and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and ail the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attomey is made and executed pursuant to and by authority of the folbwing By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in -Fact, and to authorize them to execute on behaff of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and Executive Vice President, and its corporate seal to be hereto affixed, this day 4th of May A.D., 198 y Attest: MERCHANTS BOF{pIJY (Mutual) 4/ 4w�_ By Yce P. r mm •QxecAftlab Pr•ritlenr STATE OF IOWA - COUNTY OF POLK ss. On this 4th day of M a 19 8 , before me appeared M.J. Long and e Rodney Bliss III, to me personally known. who being by m duly sworn did say that they are vice President and Executive Vie President respectively M the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the toregoifig instrument. and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereot, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. • Q v 3 : IOWA x m •; Or'•......: ' �P 4R1 AlZ STATE OF IOWA COUNTY OF POLK m. I, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do I foregoing Is a true and coned copy of the POWER OF ATTORNEY, executed by COMPANY (Mutual), which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company at this 30TH day of APRIL 19, 90 my C.o.r eon 8-4-89 above and :y tyaa O:Y: •c This power of attorney expires Until Revoked �'•��' • -''�'�� • NONCOLLOSION AFFIDAVIT State of California SS. County of Orange Page 5 Orrison L. Steen , being first duly sworn, deposes and says that he or she is Owner of Steen Construction Co. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Steen Construction Company ed Title Subscribed and sworn to before me this is day of May , 19 90 . My commission expires: September 7, 1990 EgoOFFICIAL SEAL ROSA LEE BOVIS NOTARY PUBLIC- CALIFORNIA ORANGECOUNTY M� Cwnm, F,p'vea $epr, ), 1900 NO a y Pub!-i& ! 0 Page 6 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._ 1988 Long Beach City College Bob Reed (213) 420 -4483 1986 U.C.I. Gunner Jenson (714) 646 -1403 1985 Santa Ana College Bill Carnahan (714) 667 -3341 1985 City of Santa Ana John Asder (714) 647 -5467 1987 City of Fountain Valley Bob Earl (714) 965 -4400 Steen Construction Company Bidder / ��, A _ / u or' ed Signature /Title s /Orrison L. Steen, Owner 0 CITY OF NEWPORT BEACH CORPORATION YARD BUILDINGS "C" AND "L" LICENSE NO. B1- 197878 EXPIRATION DATE 10/31 Page 6a "THE CONTRACTORS LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY" SIGNED `s /Orrison L. een, Owner DATE S -�- 7 _ �,d Page 6b STATE OF CALIFORNIA - STATE AND CONSUMER SERVICES AGENCY DEPARTMENT OF GENERAL SERVICES Office of Small and Minority Business 1808 - 14th Street, Suite 100 Sacramento, CA 95814 (916) 322 -7123 April 18, 1989 STEEN CONSTRUCTION CO. 1026 E. FOURTH ST. SANTA ANA, CA 92701 Dear Businessperson: Your request to become prequalified for Small Business Preference under Section 1896 et., seq., of Title 2 of the Administrative Code has been approved effective from 03 -01 -89 to 01- 31 -91. This approval as a small business and subsequent consideration for the 5% Small Business Preference will only be as you are licensed by the State Contractors License Board. If your company name is different from your DBA (Doing Business As) and your contractor license is associated with the DBA, it is the DBA that will be prequalified as a small business given that other criteria has been met. This approval applies only to license classification(s): B. IT IS NOT RELEVANT TO COMMODITIES OR SERVICES. You must request the preference on each project bid by executing the "Request for Small Business Preference and Certification" (Form 811) which is attached to each bid proposal for each project you wish to bid. THIS FORM MUST REMAIN WITH THE BID PACKAGE. Your firm has also become eligible for the prompt payment program. Therefore, upon being awarded a state contract, you must make a written request, accompanied with a photocopy of the facesheet of your State Contract for a small business stamp. Approval of your prequalifications as a Small Business does not affect nor replace prequalifications required by the State Contract Act on projects the cost of which exceeds `;300,000.00. Additional information on the require- ments and forms for filing a Contractor's Statement of Experience and Financial Condition are available upon request from: Office of State Architect Prequalifications Unit P. 0. Box 1079 Sacramento, CA 95805 (916) 322 -6561 Sincerely, (� Mary T. ss Construction Certification Officer i �7 Page 7 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro ert - Casualty. Coverages shall be provided as specified in the an ar peci ications for Public Works Construction, except as All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as ai Provisions. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND #CA113258 PREMO INCLUDED IN PERFORMAI%LB(gID WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Mav 14. 1990 has awarded to Steen Construction Company hereinafter designated as the "Principal ", a contract for Corporation Yard Buildinqs "C" and "L ". Contract No. 2762 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, or other supplies used in, upon, for, or about the performance 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 Steen Construction Company MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty -Four Thousand, Four Hundred Thirty -Three and No /100 -------------------------- - - - - -- Dollars ($334,433.00 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, 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 Unemploy- ment 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 3250 of the Civil Code of the State of California. The 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 ri ! 0 • Page 9 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it'does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7TH day of MAY , 19—qa—. STEEN CONSTRUCTION COMPANY (Seal) Name of Contractor Principal�— Authorized JSig� n Title — Authorized Signature and it e MERCHANTS BONDING COMPANY (MlYnTAT.) _( Seal) Name of Surety 242.8. CAMELBACK ROAD. QUITE 800 MICHAEL A. QUIGLEY A� TTQR%BY -,N FACT 5200 WARNER AVENUE, 9i1 S TINGTON BEACH, CA 92649 Address of gent (714) 840 -4760 Telephone No. of Agent State of CALIFORNIA On MAY 7, 1990 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of ORANGE known to me or proved to me on the basis of satisfactory evidence, MICHAEL A. QUIGLEY known to me to be the Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the Corporation that executed the within instrument, and known to me to OFFICIAL SEAL be the person who executed the said instrument on behalf of the Corporation CARRIE L. PRICE therein named, and acknowledged to me that such Corporation executed OMY Notary Public- California the same. PRINCIPAL COUN IN RIVERSIDE COUNTY Commission Exp. 12-26 -1992 NOTARY PUBLIC MERANTS BONDING CONY -- MUTUAL -- DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that to MERCHANTS GOM M10 COMPANY (Mutuap. a corponaton duty organized reeler the laws of the Slats of Iowa, and haft to prkxo office in M tly of Da MaYbs, County of Pok Side of lows, heth made, oprotianed and appointed, and does by ttmce presents make, aorgYlMe and appohl Michael A. Quigley of Huntington Beach and Slab of California Ns true and lawful Attommy -in -Fact, with full power and authority hereby conferred in is none, place and steed to sips, execute, acknowledge and deliver in its behalf as su ": any and all bonds and undertakings in its normal course of business, provided no one bond or undertaking shall exceed the sum of Five Hundred Thousand Dollars ($500,000) and a bid tie MERCHANTS BONDI14G COMPANY (Mural) thereby as fay and to the fame extsnt as t such bond or undertaking was signed by the duly authorized officers of am MERCHANTS BONDING COMPANY (Mutual). and as the acts of said Attorney. prrsuani to to authority herein liven. re hereby reified ant confirmed, The Power- of- Aibmay Is meta and executed pursuant to arxf byaull" of the Wgo%*V By -Laws adopted by the Board 91 Directors of the MERCHANTS BONDING COMPANY ( Mural). ARTICLE 2, SECTION 614 — The Cheknu n of to Board or Presklort or any Vim President or Secretary " haw power and authority to appoint All rnsys -in -Fat, and to sutlndaa ton to exaaM on behalf of the Comparry, and attach the teat of to Company t ersto, bonds and undenladrgs, moogdazanws, eantrecb of Indarrvsy aid other wstkgf obligatory in Iha nature thereof. ARTICLE 2, SECTION 68. — The signers of any autiodnd officer and to Seal of the Corp" may be elfined by ISCSIM4 to any Power of Attorney or Cordostion Area rahorift to exam" and delivery of any bond. undertaking. recognizance. or . .other suretyship obligations of the Company and such dgnalin and seat when so used shall have the same torte and effect as though manually fixed.. In NMness Whereof, MERCHANTS BONDING COMPANY ft") has caused these presents to be signed by Its Vie President and Executive Vie President, and Its corporate east to be hereto atkW, tlat day 4 It h � a May A.D•, 198 9 Attest: MERCHANTS BOfPf&00f?W (Mkfuat) By _a_ Vice PneCMI �•-Y�•' •f..t'Y�a►IL� STATE OF IOWA •'., •��••.•• COUNTY OF POLK a. On this 4th day of M a 9 +9 before me appeared M.J. Long and Rodney Ohs 111, to me personally lugwn. who b*q by ma Aty swan did say rid III ri Via President scent Exam" Via Weaidrt respectively of the MERCHANTS BONGING COMPANY (Mi"), tit corporation described In tit bragoing Nnetrtrrurt, and Out the Seal affixed to the sold ketranert b ft Corporator Seal d the said Caporatah rd that 1110 SOW khrrhrrhsrt was signed and sealed In behatl of sold Corporation by authority of No Board of Directors. In Testimony Whereof, 1 thew hereunto set my hard end afkred try Official Seal. at the City of Des Moines, laws to day and yew teat above wtt(en. ? O • t ; G1 i 3 IOWA m Ir •: I, M.J. Lang, Vim President of the MERCHANTS BONDING COMPANY (MuWat). do' bregoing is a his and correct copy of M POWER OF ATTORNEY, exerted by COMPANY (M lusq, which is sO in force and ~. STATE OF IOWA COUNTY OF POLL( w in Wtnsss ~ad, I have hereunto sad my And and aMxad M aw of Ihe Cartpanpt N this 7TH hey of MAY 19.90 treklAk. Paa� owmg ea.* Mr Cawry E.pxe. a -4 -e9 This poww of attanhay SAO" Until Revoked b�lA•••; •••' •..:..- above and < BOND #CA113258 PREMIUM $6,016.Opage 10 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 14, 1990 has awarded to Steen Construction Company hereinafter designated as the "Principal ", a contract for Corporation Yard Buildings "C" and "L" Contract No. 2762 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, Steen Construction Company rrin as Principal, and MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Thirty -Four Thousand, Four Hundred Thirty -Three and No /100 --------------------------- - - - - -- Dollars ($334,433.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Faithful Performance Bond (Continued) 0 Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7TH day of MAY , 19 90 F STEEN CONSTRUCTION COMPANY (Seal) Name of Contractor fj(PPrriincipal ) u horized Sirgnature and Title Authorized Signature and Title MERCHANTS BONDING COMPANY (MUTUAL) (Seal) Name of Surety 2425 E. CAMELBACK ROAD, 41800 5200 WARNER AVENUE 11105 HUNTINGTON BEACH CA 92649 ddress of Agent 714) 840 -4760 Telephone No. of Agent - State of CALIFORNIA Counry of ORANGE OFFICIAL SEAL CARRIE L. PRICE t Notary Public - California PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Commission Exp. 12- 26-1992 On MAV 7' I QQn , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally known to me or proved to me on the basis of satisfactory evidence, MTCAAFT A- CITTTCTTTV , known to me to be the Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC MERCRANTS BONDING COMANY - MUTUAL - DES MOINES, IOWA POWER OF ATTORNEY Know AN Men By These Presents. fret ft MERCHANTS BONDING COMPANY (Mutual), a corporatism duty org&ued under the laws of the Slate of Iowa, end having its principal office In the City of Da Makin. County, of Pollrr. State Of lows. bath mods. MFWWAed and appointed, and does by blase Presence make, consItuts and appoint Michael A. Quigley of Huntington Beach and State of California Ile true and lawful Albmey-in -Fad, with Ma power and auMaey hereby conferred In its name, plea and alaad, to sign, execute, acknowledge and deliver In its behalf as surety: any and all bonds and undertakings in its normal course of business, provided no one bond or undertaking shall exceed the sum of Five Hundred Thousand Dollars ($500,000) and to bird the MERCHANTS BONDING COMPANY (MWgt) thereby all fully and bee same extent as if such bond or undertaking was signed by to duly sulfarited omcwe of the MERCHANTS BONDING COMPANY (Mutual), and as the acts of said Ahaney. Pursuant to the authority heroin given. are hereby raeued a.•d mrdlrnrhsd. This Power-ot•Attornoy is made and executed Pursuant b and by ANWIly of the following By -Laws adopted by to Board 91 Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION SA. — TTe Chairman of the Bard or President or any Via President or Seaeuvy shell have Power end . authority b appoint Atbrteys*4 Fad, and b audnrlu them b execute on behalf of the Company, and attach ore seal of tie Company thereto bade and utdwldrkhgs, reoogrnitrloea, twnlrada of i dwmlty ad other wmi gs obligatory in the nature thered. ARTICLE 2, SECTION BS. — The signature of al aulhatted olfbw ad de Seal of ore Company may be affixed by fatsimlle to any Power of Attamey or Cw# abcn Owed atthaidrp the execution and d0very of any bad, undertaking, recagn4ana, OF . other suretyship obliged" of Ole Company, ad such signattrck and seal when so used shall have the same tares and aned as tough manually fixed.. In Witness Whereof, MERCHANTS BONDING COMPANY RALkA has caused these presents to be algned by its Vice President and Executive Vice President, and Its corporate teal to be hsreb aittsed, this day 4 t h of May A.D., 198 9 Attest: MERCHANTS BONDII>t d4WmY (arami) By o- We ft.w M �• ��, " i41tM•,O STATE OF IOWA -•. • •,.•- COUNTY OF POLK u. On this 4 t h day of M8 19 B before me appeared M.J. Lag and Rodney Bliss III, b me personally known, who beig by ma duly swan did my that may are Vfoe President and Executive Via preakiaM respectively of the MERCHANTS BONDING COMPANY (MAW). the corporation described M the foregoing kalnr . and that the Seal affixed to the said instrument Is the Corporate Seel old* uld Corporation end ifs the NO Insinanart was signed end sealed in behalf of said Corporation by authority of He Board of Directors. In Testimony Whereof, 1 have hereunto set my had and alfimd my Official Seal, at the City of Des Moues, Iowa se day and year first above wrillen. • f � 9 •i IOWA'im Or •' •......• It Tq I AL STATE OF IOWA COUNTY OF POLK .. 1, M.J. Lag, Vie President of the MERCHANTS BONDING COMPANY IMuW0. do foregoing le a true and contact copy of to POWER OF ATTORNEY, executed by COMPANY (Mutual), which is 80 in bra old eescl. in Wkmess Whereof, I have hereunto set my had and effaced the teal of the Co pay, at this 7TH day d MAY 1a, 90 -- P. wx Cpnm E•xww, B -4-89 • ,•YY .s Until Revoked •'.�i' This power d attorney expires •• A' .. � ... _I ..l aPage 12 CERTIFICATE ATE OF."" INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE DON LANG COMPANY A LETTER STATE FARM INSURANCE State Farm Insurance Companies 13227 GArden Grove Blvd. COMPANY B LETTER i4iaften brove, CA 9Z648 Wg� HAsNUtion Company 1026 E. 4th Street COMPANY C Santa Ana, CA 92701 LETTER COVERAGES IS� TO CE T POLICIES OF INSURAN LISTED BELOW T D ABOVE 6R THIS RTIFY INSUR 0 NAM INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM 08 CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO LTF TYPE OF INSURANCE POUCY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS ALL LS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE (OCCURANCE BASIS ONLY) COMMERCIAL PRODUCTSICOMPLETED S COMPREHENSIVE OPERATIONS AGGREGATE & CONTRACTORS OOWNERS PROTECTIVE PERSONAL INJURY S CONTRACTUAL FOR SPECIFIC CONTRACT PRODUCTS/COMPL OPER XCU HAZARDS EACH OCCURANCE S BROAD FORM PROP. DAMAGE O SEVERABJUTY OF INTEREST FIRE DAMAGE S CLAUSE (ANY ONE FIRE) PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S REMOVED (ANY ONE PERSON MARINE AUTOMOBILE LIABILITY COMBINED SINGLE UMIT COMPREHENSIVE 5 BODILY INJU OWNED PERSON) (PER PEF 250,000 1383132A25 1/25/9( M; BOD ILYINJURY 500,000 HIRED (PER ACCIDENT) NON -OWNED 7/25/90 PROPERTY s 25,000 DAMAGE EXCESS UA131UTY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION EACH ACCIDENT AND DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY S DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STATUTORY DESCRIPTION OF OPEMnONSILOCATIONS/VEHICLESIRESTRICTIONMPECLAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Corporation Yard Buildings "C" and "L", Contract No. 2762 PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE :HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NONAIENEWCD, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE 11,FORE THE EXPIRATION DATE THE P.O. BOX 1768 C COVeRACREDUCED COMPAN AFFORD S11 PROVIDE 30 DAYS MIN. ADVANCE W , 3300 NEWPORT BLVD. NOTICE THE CITY OF NEWPORT #CH BY REGISTERED MAIL NEWPORT BEACH, CA- 92659-1768 ATIEN 10 Ii I E EP SC ATIV ISSUE DATE • Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: (X) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( ) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 250.000 person $ 500,000 per accident $ 25.000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: " " " " rat o. 2762 Project Title an Contract No. This endorsement is effective 5/9/90 at 12:01 A.M. and forms a part of Policy No. 138- 3132- A25 -55C of STATE FARM INSURANCE Insured Orrison L. Steen Endorse Producer lz) / �'1 q I��T By raing coverage) Cl Page 12 CERTIFICATE '- OF INSURANCE , PRODUCER COMPANIES AFFORDING COVERAGE P'NEILL INSURANCE ASSOC. COMPANY A AMERICAN STATES INS. CO. PO BOX 6006 LETTER ORANGE, CA 92613 COMPANY B LETTER INSURED Steen Construction Company 1026 E. 4th Street COMPANY C Santa Ana, CA 92701 LETTER COVERAGES " ° THIS IS TO CERi1FYTHATP0001ES OF INSU <RANCEIJSTEDBELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICVPERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE CO LT TYPE OF INSURANCE pOUCY NUMBER EFFECTIVE- DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE s2,000 (OCCURANCE BASIS ONLY) COMMERCIAL O1CL420332 3/28/90 3/26/91 PRODUCTS /COMPLETED $2 000 COMPREHENSIVE OPERATIONS AGGREGATE e ®OWNERS L CONTRACTORS PROTECTIVE PERSONAL INJURY S1,000 ❑ CONTRACTUAL FOR SPECIFIC CONTRACT ❑ PRODUCTS /COMPL OPER. EACH OCCURANCF 51,000 ❑ XCU HAZARDS ❑ BROAD FORM PROP. DAMAGE ❑ SEVERABIUTV OF INTEREST FIRE DAMAGE S 50 CLAUSE (ANY ONE FIRE) ❑ PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES 5 5 REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY COMBINED $ COMPREHENSIVE SINGLE LIMIT !I v c = BODILY INJURY $ OWNED (PER PERSON) BODILY INJURY Si _ HIRED (PER ACCIDENT) l []NON-OWNED PDApMAGE $ EXCESS LIABILITY EACH AGGREGATE OCCURRENCE UMBRUMBRELLA FORM OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION $ EACH ACCIDENT AND 5 DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STATUTORY - - DESCRIPTION OF OPERATIONS / LOCATIONS ,VEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: REQUEST HAS BEEN MADE TO THE COMPANY TO NAME THE CERTIFICATE HOLDER AS ADDITIONAL INSU ENDORSEMENT �P�oFRRA'Yard Buildings "C" and "L ", Contract No. 2762 PROJECT MLE AND CONTRACT NUMBER CERTIFICATE"f. HOLDER CANCELLAT(OIN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENCWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O, BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92659 -1768 NOTIC?TO THE CRY OF hWPORT BEACH BY REGISTERED MAIL _ ATTEN, ION: G � a 0 • Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 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(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: M Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability,Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Corporation Yard Buildings "C" and "L ", Contract No. 2762 (Project Title and Contract No.) This endorsement is effective 5/9/90 at 12:01 A.M. and forms a part of Policy No. 01 —CL-420332 of AMERICAN STATES INSURANCE COMPANY Company Affording overage Insured STEEN CONSTRUCTION COMPANY Endorsement No. Producer O'NEILL INSURANCE ASSOC. By j Au or ze L eprq azive • i Page 15 CONTRACT THIS AGREEMENT, entered into this �ay of , 19�J , by and between the CITY OF NEWPORT BEACH, hereinafter "City d Steen Construction Com an hereinafter "Contract , "is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: " and "L" 2762 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Corporation Yard Buildin s "C" and "L" 2762 it e o Project Contract No. , which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of -Three Hundred Thirty -Four Thousand. Four Hundred Thirty -Three and No /100 ($334,433.00 ). This com nsation inches 1 any loss or damage arising from the nature of the work; (2 any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as.a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out.in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) 0 0 Plans and Special Provisions for Corporation Yard ..n Or 11 --A 111 11 n- e (g) This Contract. tract No. Page 16 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH �_ _L &jmd�� By &I May ATTEST: PAW 4 t, (�� /,L4 � � � City Attorney Name of Contractor (Pr i ipal) Authorized SignatGre and Title '-Authorized Sigifature and Title CITY r" • • • TO: City Council FROM: Public Works Department SUBJECT: CORPORATION YARD RECOMMENDATION: Mah 26, 1990 CITY COUNC L AGENDA ±TM.. -// ••' 762) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bkdis -a-be r -1990. DISCUSSION: This project provides for constructing two equipment storage buildings at Corporation yard. The first building, Building "C ", replaces an existing dilapidated metal building at the location shown on the attached Location Map. Building "C" is an open front masonry building covering approximately 6400 sq. ft. of storage for traffic signing, building, storm drain, beach and equipment maintenance crews. The second building, Building "L", is a new building to garage the City's 6 beach cleaning machines. Building "L" is an enclosed metal and masonry building covering approximately 3000 sq. ft. Buildings "C" and "L" comprise a portion of the 1981 Master Plan Improvements for Corporation Yard. A Negative Declaration of Environmental Impact has already been prepared for the Master Plan, published in the Daily Pilot, affirmed by the City Council, and filed with the Clerk of the Board of Supervisors. Plans and specifications for Buildings "C" and "L" were prepared by staff and by Buchanan Architects and Associates. The construction estimates are $500,000 if a concrete slab is built in Building "L" and $480,000 if the City elects to use existing asphalt paving for the floor surface of Building "L". After design expenses, approximately $358,000 remains in the appropriation for the construction of Building "C" and $139,000 for Building "L". Additional funds may be required for award. The contract specifies that all work shall be completed by ust 15, 1990_ Benjamin B. Nolan Public Works Director LD:so v • • _.Z O 2 el F o jI ti09 T� f El i j, INDUSTRIAL WAY �a 0 2 ,_ PRA4bS/D,� rc _ � 8L00. G .BOADWnY BLDG. 1 ^E^ LOWER PARKINO AREA AUTO SHOP UDGE DRYING PI BLDG, y .,D., _BLOB BLDG, "H" WAREHOUSE i BLDM I IiBLDG. "A" t CAR ENTER SHO BLDG EXIST. 8 PROPOSED SIGN BLDG. "C" HO CITY CORPORATION YARD 892 SUPERIOR AVE. NEWPORT BEACH LOCATION MAP CITY OF NEWPORT BEACH DRAW" DATE 1990 PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR CORPORATION YARD R.E. NO. DRAMNO B- 5132 -L Orange Coast 0 0 F", {� �) ���� • orange Coast Daily Pilot • Huntington Beach Independent • F6u-r! n Volley Independent 330 West Bay Street • Costa Mesa, California 92627 is 714 642 -4321 • FAX 714 631 -5902 Dear Advertiser: Enclosed please find clipping of your ad from the first publication. If you need to make any changes or corrections, please call me at your earliest convenience. The cost of this publication will be $ Thanks for your cooperation and patronage. Sincerely, udy etting Manager Legal Advertising Manager