Loading...
HomeMy WebLinkAboutC-2773 - Oasis Senior Facility Remodeling (Human Services Building)sap , -25 -92 FR I .20 PRES T I G E PLUPIB l Iv L+�r9ECH P 03 LABOR COMMISSIONER, STATE OF CALIF'OnNIA Department of Industrial Relations DIVISION OF LABOR STANDARDS ENFOf7L'EMENr Bureau of Field Enforcement 107 South Broadway, Rm 5029 Los Angeles, CA 90012 (213) 897 -2905 r CITY OF NEWPORT BEACH P.O. BOX 1768 NEWPORT BEACH, CA 92663 L J 1992 RELEASE OF NOTICE TO WITHHOLD 21 ro act Name nntract Number - 'act CITI'LENS CENTER #C -2773 rime Contractor —" CLAYTON ENGINEERING On JUNK 22 1992 ._ _... _ th.s Divslon bred a NOTICE TO WITHHOLD (copy attached) on the above named Public Works Project In the total Amount of S _4_1_2954-Q-6. Please consider this Notice a lull release of our NOTICE TO WI I HHOLD dated - JUNE 22, 1992 Executed on, .SEPTkMRFR 15 _ 19 92 _ at . L1JS, AMELES California, STATE LABOR COMMISSIONER BY A . R D. MIL I ONAL MANAGER PW20 (4/091(7 �3j�'15t.V SENTM �eYr:)'Or• 0 Councilmen ,E, tAanager ,� Attorney L7 Bt3n. Du. kiei1sety Dir. OVci&9Bit. 0 planning Dir 0 Mice ChiatQ 7 RELEASE OF NOTICE TO WITHHOLD li m July 15, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (7 M) 644 -3005 Clayton Engineering, Inc. 23011 Moulton Pkwy., #J -11 Laguna Hills, CA 92653 Subject: Surety: Safeco Insurance Co. of America Bond No.: 5695837 Contract No.: C -2773 Project: Oasis Improvements (Human Building) i Services The City Council of Newport Beach on June 22, 1992 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 June 26 1992, Reference No. 92- 433538. Sincerely, /� 6 ,�y�J,,`�',''g/ Wanda E. Rag gi�l�V City Clerk WER:pm ,._cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk f �' City of pNe r Beach NewportwBeach, CAe92663 92- 433538 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA P.M JUN 2 61992 ca Q -cl3ww w4ecorder "Exempt from recording fees to Government Code Section NOTICE OF COMPLETION o� NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Clayton Engineering, Inc., 23011 Moulton Pkwy., #J -11, Laguna Hills, CA as Contractor, entered into a Contract on July 31, 1991 Said Contract set forth certain improvements, as follows: /-,,/ Oasis Imorovements (Human Services Buildin -) (C -2773) y RECE Work on said Contract was completed on Jame 10, 1992 and was found to be acceptable on June 22, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America, 17570 Brookhurst, Fountain Valley, CA BY c d'�► �., Pubilc Works Director VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport v BY . / ✓ /iii Ni9 1992 CITAF NEWPORT BPACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 June 25, 1992 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 Enclosed is the following document for recordation and return to the above -named office: NOTICE OF COMPLETION for OASIS IMPROVEMENTS (Human Services Building) (C- 2773). Sincerely, Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach _RECWM 3 LABOR COMMISSIONER, STATE OF CALIFORNIA ~_ E.e�VW7itL Department of Industrial Relations -- Division of Labor Standards Enforcement JUN 2 4 1992 � 28 Civic Center Plaza,. Room 625 CITY OF Santa Ana, Ca.. 92701 >_ NEWPORT BEACH, (714) 558 -4155 Gj CA11F AWARDING ROOT: 1 DATE: City of Newport Beach P.O. Box 1768 Newport Beach, Ca. 92663 ne 22. 1992 NOTICE TO WITHHOLD :CT NAME f CONTRACT NOMRER Senior Citizens Center #C -2773 I PRIME CONTRACTOR J IN wEPLT, REFER TO CASK NOMws R: 27PW06323/179 JUN 29 1992 NEW ORT BFACH Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENAL 7Y ASSESSMENT pertaining to the above-named project. You are direc ed 0 t withhold and retain from any payments due the general contractor the total amount of 1 _ which is the sum of ail wages and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced by the attached Notice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated-sum pending the outcome of the suit. It no such notice of suit is received within the 90 day period after cessation, acceptance, or completion of the project, all monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount withheld shall be remitted to this office. 1 declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. I execute this Declaration on behalf of the workers whose names are set forth on the attached notices. 1 have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, -1 13 t7 ❑ <- oo STATE LAQOR COMt� 09 PW - 13 151871 gW I N NOTICE TO WITHHOLD l Labor Code Section 1731. If suit is brought against th2 awarding body within the 90-day period either by service of summons or by rgtstered mail which is received within the 90,day period. the penalties and forfeitures shall be retained by the awarding body pending the outcome of the suit, and be forwarded to the State Treasurer only in the event of a final court judgment against the contractor or his assignee. Otherwise the penalties and forfeitures are subject to any final judgment which is obtained by the contractor or his assignee. O❑ .. a < 1114 1 Y LABOR COMMISSIONER, STATE OF CALIFORNIA Department of industrial Relations Division of Labor Standards Enforcement 28 Civic Center Plaza, Room 625 Santa Ana, Ca. 92701 (714) 558 -4155 BOOT: F City of Newport Beach' P.O. Box 1768 Newport Beach, Ca. 92663 I J iDATE: ... Iw.wvLT. wErER TO CAS[ MUMMER: June 22,.1992 27PW06323/179 NOTICE OF PENALTY ASSESSMENT 'MOJ[CT NAM[ / CONTRACT NUMBER ? Senior Citizens Centex #C -2773 PRIME CONTRACTOR Clayton Engineering SUBCONTRACTOR Prestige Plumbin This office has determined that the above-named contractor(s) ha, failed to pay the prevailing was ge as required by Labor Code Sections 1774 and 1815 to laborers and /or mechanics engaged in the execution of the above public works contract. Therefore, the f slowing assessment is made as per Labor Code Sections 1775 and 1813: 26 Penalties for straight time work paid at less than the prevailing wage rate at per worker per day per violation equals $ 1300 00 Penalties for overtime work paid at less than the prevailing wage rate at $25.00 per worker per day per violation equals $ _ 26 0 Total number of violations Total sum due $ _ 13 .. 0 • 00 This Notice is given pursuant to the provisionS;.gf Section 1727 of the Labor Code. You are hereby required, pursuant to said section to withhold any and all payments :,.hich are or hereafter may become due to the contractor herein above named to the extent of the total claim as hereinabove shown. Executed on June 22 19 92at Santa Ana California. STATE LABOR CO A ISS ,,,,2 _ M is Fulkerson cc: Prime Contractor Subcontractor Bonding Company NOTICE OF FlNALTY ASSESSMENT F W - 16 (5/07) - ''! Labor Code Section 1775. The contractor shall, as a penalty to the state or political subc(ftion on whose behalf the contract is made or awarded, forfeit twenty -five dollars ($25) for each calendar day, or portion thereof, for each workman paid less than the prevailing rates as determined by the director for such work or craft in which such workman is employed for any public work.done under the contract by him or by any sub- contractor under him. The difference between such prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the prevailing wage rate shall be paid to each workman by the contractor, and the body awarding the contract shall cause to be inserted in the contract a stipulation that the provisions of this section will be complied with. To the extent that there is insufficient money due a contractor to cover all penalties forfeited and amounts due in accordance with this section, or in accordance with Section 1813 of this chapter, and in all cases where the contract does not provide for a money payment by the awarding body to the contractor, the awarding body shall notify, provided that in the case of a workman claiming the difference between the prevailing wage rate and the amount paid him the awarding body has first been given the notice mentioned in Section 1190.1 of the Code of Civil Procedure, the Division of Labor Standards Enforcement of such violation and the Division of Labor Standards Enforcement, if neces- sary with the assistance of the awarding body, may maintain an action in any court of competent jurisdiciton to recover the penalties and the amounts due provided for herein. Such action shall be commenced not later than 90 days after the filing of a valid notice of completion in the office of the county recorder in each county in which the public work or some part thereof was performed, or not later than 90 days after acceptance of such public work, whichever last occurs. No issue other than I that of the liability of the contractor for the penalties allegedly forfeited and amounts due shall be determined in such action, and the burden shall be upon the contractor to establish that the penalties and amounts demanded in such action are not due. Out of any money withheld or recovered or both there shall first be paid the amount due each work- man and if insufficient funds are withheld or recovered or both to pay each workman in full the money shall be prorated among all such workmen. LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement 28 Civic Center Plaza, Room 625 Santa Ana, Ca. 92701 (714) 558 -4155 • AWAROfNG 90VV% F L OATS: City of Newport Beach P.O. Box 1768 Newport Beach, Ca. 92663 June 22, 1992 CONTRACT NuMEER 4 I . — G I sum-CONTRACTOR ORNRRAL CONTRAC1 (ingtnn PROJECT NAME AND NOTICE OF WAGES OWED ■I !J IN RELY. REPCR TO CASE Nu MEEK: 27PWO6324/179 Please Take Notice that the person(s) named on Exhibit "A ", attached hereto and made a part hereof, have performed labor as stated on Exhibit "A" for the sub - contractor or general contractor, named above, or other person(s) acting by your authority on the work of improvement in progress or being completed at your property at the project shown above. Total value of the labor so performed is the sum of $ _, and no payments have been made for the foregoing labor except as indicated on Exhibit "A ", and there now remains due, owing and unpaid $ 2-931 .19 after deducting all just credits and offsets. The labor was performed for and furnished to the general contractor named above upon the project shown above. This Notice is given pursuant to the provisions of Section 1727 of the Labor Code. You are hereby required, pursuant to said section to withhold my and all payments yvhich are or hereafter may become due to the contractor hereinabove named to the extent of the total claim as hereinabove shown: Executed on STA M Lydia Fulkerson PW • 14 (01071 ,19 92,at Santa Ana NOTICE OF INAOes OWED , California. z .14 0 a, W_ Ln 0 O D a: 0 3: U .-1 it 917i Z, 0 II 9 j; w r F W M 0(7% n m 02 �A &9 0 � ( � d k t L I �V I--1 � I f o w CY) 0 1 0 3: 42 0 R� I R� !, O V) 0 0 00 0 W �4 u 0 w m Is D .4 z oD at Da -H OD co cc oc �c -H .0 ca 0 43 o, 1 i -( w 0 • Lr) r- , .a d' 0 w a > ,J • 0 • JUN 2 2 092 i June 22, 1992 CITY COUNCIL AGENDA ITEM NO. F•S TO: Mayor and Members of the City Council FROM: Public Works & Parks, Beaches & Recreation Departments SUBJECT: ACCEPTANCE OF OASIS.IMPROVSMENTS.(HUMAN SERVICES BUILDING) (C -2773) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clmwk cowletion. 3. Authorize the City Clerk days after the Notice of recorded in accordance w the Civil Code. DISCUSSION: .to file,- a,;tiotice:.of to release the bonds 35 Completion has been ith applicable portions of The contract for the improvements to the OASIS Human Services Building has been completed to the satisfaction of the Public Works and Parks, Beaches and Recreation Departments. The bid price was $753,150.00 .Amount of unit price items constructed 753,150.90 Amount of change orders Total contract cost $837,942. 9 Fifteen Change Orders were issued. The first, in'the amount of $14,500.56, provided for the construction of new sewer and storm drain lines from Fifth Avenue to the new addition.; The second, in the amount of $6,766.80, provided for excavation qnd re- compaction under the building addition as requested by th# Building Department. The third, in the amount of $8,116.07,. provided for the installation of sinks, including water and drain lines in three of the rooms in the new addition. The fourth; in the amount of $3,601.75, provided for relocation of the main; electrical feed for the existing facility. The fifth, in the amount of $544.04, provided for a change in the irrigation system materials as requested by the Parks Department. The sixth, in the amount of $21,325.75, provided for the installation of fire sprinklers in the existing portion of the building as requested by the Fire Department shall. The seventh, in the amount of $6,892.70, provided for the modification of the main steel beam due to field conditions and the enclosure of the beam with drywall. The eighth, in the amount of $1,070.00, provided for the replacement of the deteriorated main entrance doors and the enclosure of the 0 • Subject: Acceptance of OASIS Building) (C- 2773) June 22, 1992 Page 2 • Improvements (Human Services electrical panel. The ninth, in the amount of $1,397.75, provided for connection of the on -site drain to the drain in Fifth Avenue, miscellaneous electrical changes and additional blocking nailing and straps. The tenth, in the amount of $3,693.10, provided for the lowering of the entry ceiling to match the existing and removal and replacement of water staiped ceiling tiles in the stage area. The eleventh, in the amoun� of $6,023.10, provided for covering the parking lot drainage inlet, miscellaneous changes in the site work and access doors into the attic spaces. The twelfth, in the amount of $3,005.91, provided for repair of leaks in the existing roof in the area of the stage, relocation of the existing trash enclosure and connection of the roof drains to the underground drainage system. The thirteenth, in the amount of $2,300.00, provided for a change in the main electrical panel from 400 amp to 600 amp as suggested by the Building Department, additional temporary power pole rental time and adding dedicated circuits for the fire door curtains. The fourteenth, in the amount of $2,915.05, provided for installation of planter drains and re- connection of the existing irrigation controller. The fifteenth, in the amount of $2,629.81, provided for connection of the roll -up fire doors to the smoke detector, installation of additional fire alarm equipment and an upgrading of the fire alarm keypad, all as requested by the Fire Department and covering of another parking lot drain. Funds for the project were budgeted in the Parks, Beaches and Recreation Fund, Account No. 7035 - 4150001. The contractor is Clayton Engineering, Inc. of Newport Beach. The contract date of completion was January 18, 1992. The start of work was delayed while obtaining soils information and the required re- compaction of the site. Extra work and inclement weather further delayed the project. The work was. substantially.completed at the time of the Dedication on April. 22, 1992. All work, including minor corrections, was completed on June 100 1992. Benjamin Nolan %rJ�M Public Works Director PD: so Ronald A. Whitley Parks, Beaches & Recreation Director BY THE CCTV C" : March 9, 1992 CITY OF NEWPOF.T 6E,t:CH CITY COUNCIL AGENDA MAR "`' ITEM NO. F -20 . • I:: r_ B.A. 044 TO: City Council APPROVED FROM: Public Works Department and Parks, Beaches and Recreation Department SUBJECT: OASIS IMPROVEMENTS (CONTRACT NO. 2773) RECOMMENDATIONS: 1. Approve a budget amendment in the amount of $35,500.00 from the General Pund Unappropriated Surplus to Parks & Recreation Fund Account No. 7035- 4150001 (Oasis Improvements) to complete the OASIS Improvement project (Contract No. 2773); and 2. Approve a transfer of $30,000.00 from Building Excise Tax Fund Account No. 7275 - 4150002 (Oasis Parking Lot) to Parks & Recreation Fund Account No. 7035- 4150001 to complete the OASIS Improvement • project (Contract No. 2773). DISCUSSION: The 1991 -92 budget contains appropriations for improvements at the OASIS senior citizens center from the Parks & Recreation Fund and the Building Excise Tax Fund, plus a carryover from the 1990 -91 budget as follows: 1. OASIS Improvements (Park & Recreation Fund Acct. 7072 - 4150001: $7770545.00 2. Reappropriation of prior years encumbrances for architectural fees, Acct. 7072- 4150001: 16,993.72 3. OASIS Parking Lot (Building Excise Tax Fund Acct. 7275 - 4150002: 35.000.00 Total available: $829,538.72 The 1991 -92 project costs are: • Construction contract $ 7530150.00 Extra work orders 89,887.62 Soils testing (to date) 4,005.00 Professional fees (balance) 16,993.72 Blueprinting & Misc. 971.70 Subtotal $ 865,008.04 Shortfall $ 35,469.32 0 • Subject: OASIS Improvements (C -2773) March 2, 1992 Page 2 Extra work includes $3,750 reserved to raise the roof of the carport 2 feet to accommodate buses; $10,000 reserved to increase the size of the new electrical panel to allow future expansion of the facility if required by the Building Department; $21,321.75 for sprinklers in the existing building; and $26,304.24 for repairs to the existing multi - purpose building; construction of a new drain to replace an existing drain that ran under the new addition; and a new sewer to serve three sinks that were added in the first aid room, conference room and workshop ; - The budget did not provide for fire sprinklers in the new building addition; however, the contract included sprinklers in the new addition. Later, it was necessary to install sprinklers in the existing multi - purpose building at an additional cost of $21,321.75. The total cost of sprinklers exceeded $52,000. Benjamin B. Nolan Public Works Director KIP: so i Ronald L. Whitl y P.B. & R. Director ro .: -_X4 :r FEB 2 41992 • TO: City Council FROM: Public Works Department February 24, 1992 CITY COUNCIL AGENDA ITEM NO. F -14 SUBJECT: OASIS Improvements (Contract No. 2773) RECOMMENDATIONS: 1. Approve granting a 14' x 16' easement to the Southern CalifogMA&Bdism Company over a portion of the OASIS property for a transformer to serve OASIS. 2. Authorize the Mayor and City Clark to execute the Grant of Easement. Construction of the new building addition at OASIS required that the existing 12 RV transformer be relocated to clear the new building. Attached is a letter from the Edison Company stating that it will be necessary for the City to grant the company an easement for the new location of the transformer. The location of the proposed easement and the former location of the transformer are shown on the attached sketch. Benjamin B. Nolan Public Works Director KIP: so Attachments • a 0 AFI! Southern Caiifomia Edison Company 0 80U ERN RE 10N LAND BE WES DIVIMN REAL►ROFER wAND ADNDIIElRATNE BERM City of Newport Beach 300 Newport Blvd Newport Beach, CA 92663 Attention: Ken Pent' 300 NORTH STATE COLLEGE SUITE 780 ORANGE. CALIFORNIA 9269849808 Dear Mr. Perry: SUBJECT: Electric Service to The City of Newport 1 Located at Fifth Ave. Our Work Order No. 6433- 2000 /11-2016 January 22, 1992 FF8 0 3 lyg2 . TELEPHONE (714)Oft�Y1 FAX (714) OlP4772 7. In response to your request for electric service, we will need an e`a liient to permit the construction and maintenance of our facilities on your property. The enclosed sketch shows the location of the proposed facilities. Also enclosed are an original and one copy of a Grant of Easement. Please sign the original document exactly as the names appear below the signature line, have the signatures notarized, and return to me in the envelope provided. The installation of facilities will be scheduled upon receipt of the enclosed document. The duplicate easement and sketch are for your tiles. Thank you for your cooperation in this matter. If you have any questions or need additional information, please call me at (714) 939 -4740. • MLM:mob Enclosures cc: ? ? ? ?? Sincerely, Nzkz MARTIN L. MAUCH Real Properties Agent .0 m W a a v 4I MARGUERITE a i �I 1= J� . .0 m W a a v 4I MARGUERITE �I a� �I 1= . I qx m I*r m eo' m V rr*i �I< / �I 25 �I a� �I � X m . I qx m eo' V / 25 195 N r X Cd W coo H V1 W � N '0 to t14 t-4 4� tv � ' � I WE V NARCISSUS a AVE.$ g O Z CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: July 31, 1991 (714) 644 -3005 SUBJECT: Contract No. C -2773 Description of Contract Oasis Improvements (Human Services Effective date of Contract July ill 1991 Authorized by Minute Action, approved on 111422. 1991 Contract with Clayton Engineprino, Inc. Amount of Contract $753,150.00 "94a6t' 4f 4e Wanda E. Raggio p City Clerk WER:pm Attachment 3300 N Newport Beach CITY CLERK CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768 until � 77� �Lapipp a�-m�"- on the�hday of ,tune 1991, at whic t mew bids shall be opened and read for OASIS IMPROVEMENTS (HUMAN SERVICES BUILDING) Title of Project C -7773 Contract No. $77.5 ,nnn Engineer's Estimate � w c`I LI F OR�1� Approved by the CitX Council this 8th day of Apr , 1991 Wanda E. Raggio . City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768. For further information, call Ken Perry at 644 -3311. Project Manager 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL (REVISED MAY 20, 1991) OASIS IMPROVEMENTS (HUMAN SERVICES BUILDING) CONTRACT NO. 2773 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 improvements at OASIS Senior Citizens Center under this contract in accordance with the Plans and Specifications (Drawing B- 5137 -S, consisting of 47 sheets of plans and specifications), and the Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit, ITEM ITEM DESCRIPTION TOTAL NO. LUMP SUN PRICES WRITTEN IN WORDS PRICE 1. Lump Clear and grub; grade, remove and Sum dispose of excess dirt, concrete, asphalt and other materials; relocate Edison Co. transformer; construct Human Services Building; remodel existing Multi- Purpose Building; construct carport; irrigation system, parking lot including pavement and pavement striping; exterior hardscape landscaping, curbs, walks, tile work; furnish and install soil amendments, fertilizer, and plant material; maintain plantings until accepted as established. Seven Hundred Thirteen Thousand Six Hundred Fifty Dollars and No Cents $ 713,650.00 Per Lump Sum 0 BASE BID (BID ITEM NO. 1): Seven Hundred Thirteen Thousand Six Hundred Fifty ALTERNATE HID ITEMS 2. Lump Sum 3. Lump Sum 4. Lump Sum i Dollars and Cents Construct oak parquet floor in existing multi - purpose room. Thirty Thousand Two Dollars un re and No Cents Per Lump Sum Construct new folding partition and partition pocket.in existing multi - purpose room.: Thirty Nine Thousand Dollars _FTVe_Ru_n_d_r_e_a and No Cents Per Lump Sum Paint exterior of all other buildings on property to match new construction. Twenty Two Thousand Dollars ive un re a and No Cents Per Lump Sum Clayton Engineering, Inc. Bidder A Authorized Signature & Title Steve M.Murow, Exec. U.P. /Sec /Treasurer 476125 A, B 7/31/91 Contractor's License No. & Classification 23011 Moulton Pkwy., #J -11, Laguna Hills, CA 92653 �✓ Mailing Address (714) 380 -8161 Te PR 1.2 $ 713,650.00 (FIGURES) -A-9 Dat $ 30,200.00 $ 39,500.00 $ 22,500.00 STATE OF CALIFORNIA Ss COUNTY OF omxm ----------------- - - - - - - - - - - - CORPORATION ACKNOWLEDGMENT Fwa Na 14 Rev, 742 ON ....... 9114Y_4 ........................... ............._............----° 1991., before me. the undersigned, a Notary Public in and for said County and State, personally appeared ............... _ .... ......... ­­­ ................ .... ­­­­ ........... proved to me on the basis of satisfactory evidence to be the person....-. who executed the within instrument as EX9CL1tiVe. Vim- ................. President, and - . TM-M % /......... Secretary of the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its By-laws or a Resolution of its Board of Directors. Notary's Signature..... 914 ...... CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2773 !10 --w a T OASIS IMPROVEMENTS (HUMAN SERVICE BUILDING) NOTICE TO BIDDERS: May 20, 1991 BIDDERS shall propose to complete Contract No. 2773 in accordance with the Plans, Proposal, Contract Documents and Special Provisions as modified by this Addendum No. 1. A revised PROPOSAL fora, dated May 20, 1991, shall be used. The revisions to the previous Proposal consist of combining all of the first eight items of the original PROPOSAL that comprised the Base Bid into one Bid Item No. 1. The three alternate bid items have been re- numbered. Please execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached thereto. Kentfth L. Perry Project Engineer I have carefully examined Addendum No. 1 and hereby consent to it being made a part of our proposal. June 10, 1999 DATE CLAYTON ENGINEERING, INC. Bidder's Name AuthorizeSignature Steven M. Murow, V.P. /Sec /Treas x 0 0 Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 • 0 Page 2A In accordance with the California Labor Code (Sections 1770 et seg.), 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 insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a coi authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the - porate officer or an individual For partnerships, the signatures For sole ownership, the signature 476125 A, B Exp. 7/31/91 Contractor's License No. & Classification Clayton Engineering, Inc. Bidder Date 5/91 Steven M. Murow, V.P. /Sec. /Treas. STATE OF CALIFORNIA }SS CIDUNTY OF ORANGE OFFICHI NOTARY BEAL JEANETTE A F6CERICO NaryPdit— GRIMM& ORANGE COUNTY My Comm Expires OCT 19.199, CORPORATION ACKNOWLEDGMENT Form Na. 14 Wr. 789 ON-......4? 4y 24 ----------------------------- ---- ° °......-- °- °............. 1991.. before me. the undersigned. a Notary Public in and for said County and State, personally appeared ..............r5. ...... Mr.. MU. 1'W................................................................................... proved to me on the basis of satisfactory evidence to be the person...... who executed the within instrument as PggeA tiye. Vim----- ------ - - - --- President. and ... Tr.ea9 ........ Secretary of the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its By-laws or a Resolution of its Board of Directors. Notary's Signature -. `��.�fl .. ... ....l�,--.... -Pr Page 3 DESIGNATION OF SUBCONTRACTORS) 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 bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 1. Subcontract Work Concrete Subcontractor Bayside Concrete Address 586 N. Batavia, Orange, CA 92668 2. Lath & Plaster Fitch Corp. Laguna Hills, CA 3. Masonry Solid Rock Masonry P.O. Box 263064, Escondido, CA 92026 4. Roofing Roof Engineering 2063 Newton, Corona, CA 91720 5. Heating Prestige Plumbing 13885 Alton Pkwy., Irvine, CA 92718 6. Plumbing Prestige Plumbing 13885 Alton Pkwy., Irvine, CA 92718 7_ Electrical ADV Electric 8191 King Fisher Drive, HB, CA 8, Insulation. Tri -Star 591 Pioneer Avenue, Vista, CA 92083 9. Finish Carp. White Head 2245 Via Cerro, Riverside, CA 92509 10. Fire Sprinklers ' Grinnell 1521 E. Orangethorpe Avenue, Fullerton 11. Folding Partition Advanced Fullerton, CA 12. Windows LAD Glass 101#4 Artesia Pl. Bellflower CA 90706 Clayton Engineering, Inc. B dder CAaJ6A---, Auth rized Signature /Title Stev n M. Murow, V.P. /Sec. /Treas. 5/91 STATE OF CALIFORNIA COUNTY OF ORANGE OFFICMI NOTAIIV SEAL JEANETTE A FEDEMCO "awy pubft- ORANGE COUNTY My cesm Expires OCT 19.19W F CORPORATION ACKNOWLEDGMENT F"M Na 14 Res, 7-82 }SS ON ....... July- 2 ....-°------_.....••--°° ..... ............................... 1981., before me, the undersigned, a Notary Public in and for said County and State, personally appeared Muraw proved to me on the basis of satisfactory evidence to be the person...... who executed the within instrument as !?. V ?ce' ................. President, and . -- =- /......... Secretary of the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its By -laws or a Resolution of its Hoard of Directors. Notary's Signature... ....... 62 ...... .G& .-fer. . Subcontract Work 13. Painting 14. Flooring 15. Sheet Metal 16. Acoustical Ceiling 17. Carport 18. Wallcovering 19. Landscape 20. Off Site Concrete 21. Rolling Counter Fire Door Subcontractor Address Wendt, 8600 Hamilton Avenue, Huntington Beach, CA Floor Systems, 5130 E. Hunter Avenue, Anaheim, CA R & J Sheet Metal, P.O. Box 9717, Fountain Valley, CA G.C. Acoustic, 27635 Durazno, Mission Viejo, CA MBANC, 724 Bansby Ct., Vista, CA 92084 Amidt, 1507 S. Pacific Drive, Fullerton, CA Coast, 23011 Moulton Parkway, Laguna Hills, CA Martinez Concrete, 920 W. Foothill Blvd., Azusa, CA Overhead Door Company, Santa Ana, CA i CLAYTON ENG., INC. ape 4 BIDDER'S BOND '( U N - 7 1991 Bon 8Io107 KNOW ALL MEN BY THESE PRESENTS, That we, Clayton Engineering, Inc. as bidder, and Safeco Insurance Canpany of America as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid Amount---------- - - - - -- Dollars lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of ' ailM. 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 forfeited to the said City. In the event that any bidder above named executed this bond as an individual, 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 6th day of J" , 19-21 . (Attach acknowledgement of rney -in- Fact T�0 Notary Public Commission Expires, Oct. 19, 1994 By Title a1 er EnzineeriaF. Inc, ALt orizenatl��iT__ Steven M. Murow, V.P. /Sec /Tress c urance Can an of America u re y .Jeffrey R. Gryde. At nrri4Y-T➢cFaet OFFO& NOTARY SEAM JEANETTE A FEDEPACO • "� Notay Public - Gs ibNa •. • ORANGE WuNTY Ay Come E4*46 JCt W19W By Title a1 er EnzineeriaF. Inc, ALt orizenatl��iT__ Steven M. Murow, V.P. /Sec /Tress c urance Can an of America u re y .Jeffrey R. Gryde. At nrri4Y-T➢cFaet ATTORNEY -IN -FACT ACKNOWLEDGMENT State of California 1 Orange jSS. County of J r"E OFRCfAL W)TARY SEAL JEANETTE A FEDERN.O Now) Pow — C81114"112 OMAWA COuuNTV [xpv99 Qc' 19 199" On this the 6th day of June tg�. before me, the undersigned Notary Public, personally appeared Jeffrey R. Gryde (name of attorney in fact), %}Cpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as attorney in fact of Safeco Insurance Company of America (name of person not appearing before Notary), the principal, and acknowledged to me that he (he /she) subscribed the principals name thereto and his (his /her) own name as attorney in fact. WITNESS my hand and official seal. NO. 2 71 0122 NATIONAL NOTARY ASSOCIATION . 29012 V&Merlk W4. • P. 0..6a14W-1A100SMC NH1, CA 9194 E STATE OF CALIFORNIA l �t SS COUNTY OF Orange J It l:w NoOFFICIAL NOTARY SEAL JEANETTE A FEDERICO W a r►RNk —CWOrI CHANG E COUNTY Y Comm Expires OCT 19.1994 j CORPORATION ACKNOWLEDGMENT Pars Ne. 14 ar. 74t June 101 1991 ON .................... ...... 19......, before me, the undersigned, a Notary Public in and for said County and State, personally appeared Steven ow proved to me on the basis of satisfactory evidence to be the person...... who Exec. Vice executed the within Instrument as ................... President, and ...................... Secretary of the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its Sy -laws or a Resolution I Notary's •POWER OF ATTORNEY SAFECO KNOW ALL BY THESE PRESENTS: OAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint --- - - - - -- JEFFREY R. GRYDE; JEANETTE A. FEDERICO; San Clemente, California---- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 12th day of March _1991 . CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. .. On any instrument making or evidencing such appointment, the signatures maybe affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the fdre.96ing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney1s'sued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation 6th June this day of CLAYTON EENG., ING. ,i tj w - 7 ilBl NEC�tilE 51300 R5 3/65 19 91 PRINTED N Us A *NCOLLUSION AFFIDAVIT • -Z- State of Cali - fornia as. County of Orange Steven M. Murow , being first duly sworn, deposes and says that he or she is Fxpr-V.P. /Sec /Treas of CLAYTON ENGINEERING, INC. 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. CLAYTON ENGINEERING, INC. Bidder Auth rized Signature /Title Steven M. Murow, V.P. /Sec /Treas Subscribed and sworn to before me this 5th day of Jun' , 19 91. My commission expires: October 19, 1994 OFFrA4L NOTARY SEAL JEANETTE A FEDENIOo NMiry Pttlb- comm EXPW6 OWCT 1 9 '' CLAYTON ENG.. INC. P; IV - 7 i991 F • C� 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. I Year For Whom Person Telephone Completed Performed (Detail) To Contact Number PLEASE SEE ATTACHED - CLAYTON ENGINEERING, INC. Bidder I 5/91 Authorized Signature /Title Steven M. Murow, V.P. /Sec /Treas ROJECTS IN PROGRESS May 1, 1991 City of Anaheim ANAHEIM ARENA GRADING AND ANAHEIM ARENA PHASE it $576,000.00 Overexcavation, Grading, Paving, 42" CMP Storm Drain, Building Wooden Structures. CONTACT: Charles Smith (714) 999 -5100 Hill Williams Development Company ANAHEIM HILLS SUBDIVISION $1,451,000.00 Perform Grading, Storm Drain, Sewer, Water, Utilities, Masonry, Crib Wall, Surface Drainage, Concrete and Paving. CONTACT: Richard Dickerson (714) 282 -2400 City of Huntington Beach PACIFIC COAST HIGHWAY WIDENING $1,502,000.00 Median Landscaping and Street Widening on Pacific Coast Highway. CONTACT: Tom Blackburn (714) 536 -5430 MAIN STREET ALLEY IMPROVEMENTS $487,000.00 Alley improvements, electrical and utility installation, water features. CONTACT: Larry Taite (714) 536 -5430 City of Newport Beach CANNERY VILLAGE STREET IMPROVEMENTS $480,000.00 Street, Storm Drain and Water Improvements on Balboa Peninsula. CONTACT: Steve Badham (714) 644 -3311 City of Costa Mesa CANYON COMMUNITY PARK $1,417,000.00 Parksite Development, Wood Structures, Grading, Drainage and Paving. CONTACT: Dave Alkema (714) 754 -5300 CLAYTON ENGINEERING. INC. Selected List of Completed Projects URBAN WEST COMMUNITIES MIKE KAIZOJI MARK BROWN 520 Broadway Ste 100 Project Manager Gen. Superintendent Santa Monica, CA 90401 (213) 3943379 (714) 538 -4293 PACIFIC RANCH, HUNTINGTON BEACH $1,600,000 Continual series of contracts for rough and fine grading, storm drain and sewer improvements, asphalt paving and concrete improvements, erosion control and modification /corrective construction, and retaining wall backfill of 20,000 CY OCEAN POINTE PARTNERS $704,000 Complete off -site development consisting of extensive overexcavation and contaminated soil handling, sewer and water improvements, and street construction PENINSULA I PARTNERS $2,100,000 Complete Rurn -key' site development of 32 acres - 185 lot development at Seacliff Country Club in Huntington Beach, including 250,000 CY of grading, storm drain, sewer and water improvements, street construction and refurbishment for part of the goff course. GREAT AMERICAN DEV. CO. LARRY BATHE 600 B Street Suite 700 Project Manager San Diego, CA 92102 (714) 699 -3606 LOMAS LAGUNA $600,000 Series of contracts including removal and replacement of concrete, erosion control, striping, and sewer and water improvements throughout 48 acre site. Work also included construction of 3 acre parksite with horsetrail COUNTY OF ORANGE GEROLD SCHUBERT EMA - CONSTRUCTION DIVISION SR. CIVIL ENGINEER 1152 E. Fruit Street (714) 567 -7837 Santa Ana, CA 92701 TRAFFIC SIGNAL AND ROAD IMPROVEMENTS AT PUSAN ROAD AND IRVINE BLVD. - MCAS GUARDHOUSE STRUCTURE $412,000 Road widening at new intersection to facilitate new entrance into the EI Toro Marine Corps Air Station facility. Project included construction of a guardhouse and traffic signal modification CITY OF IRVINE 17200 Jamboree Road P.O. Box 19575 Irvine, CA 92714 • i ED ROZOK MIKE CHURCH (714) 661 -6138 Engineer (714) 660 -3791 COLLEGE PARK STORM DRAIN PHASE t $450,000 Extensive subdrain system including related storm drain improvements and construction of reclaimed water system within existing residential streets YALE AVENUE OVERCROSSING BIKE TRAIL $312,000 Bike trail improvement including grading, asphalt paving, concrete improvements, utility construction and landscaping/irrigation PACIFIC SCENE, INC. WAYNE GORANSON DENNIS FERDIG 1910 Orange Tree Lane Suite 300 Project Manager Vice- President Redlands, CA 92374 (714) 745 -9785 (714) 798 -5555 LOMAS LAGUNA $1,500,000 Series of contracts for specialty grading around 48 -acre residential site. Backfilling of retaining walls, construction of sewer manholes, lot pulls, and fine grading parkshe development CREEKSIDE APARTMENTS $320,000 Offsite development for apartment complex consisting of grading, wall backfill, subdrain and area drain construction, street improvements and utility construction BRYANT RANCH $280,000 Street repair, concrete removal and replacement, wail and sewer line select backfill and grading and export to complete project. JOHN LAING HOMES 23382 Mill Creek Dr. Suite 105 Laguna Hills, CA 92653 THE WINDWARDS DAN RULE Project Manager (714) 472 -6080 $201,200 Rough graded 15 -acre site (42 condo pads with terrace garages) including street grading, curb benches and rock hauling and removal 2 THE IRVINE COMPANY LARRY WILLIAMS JEFFREY DEIS IRVINE OFFICE & INDUSTRIAL CO. Project Manager Industrial Properties 2 Park Plaza (714) 720 -2236 (714) 720 -2248 Irvine, CA 92714 BECKMAN CENTER PHASE I IMPROVEMENTS $302,000 Construction of street improvements, storm drain system, rip -rap channel lining and utility infrastructure. Implementation of Valued engineering` relating to potential overruns CAMPUS ROAD WIDENING $361,000 Widening of roadway adjacent to John Wayne Airport. Construction consisted of demolition of existing improvements, traffic control, utility construction, signal modifications, grading, paving, and landscaping STREET IMPROVEMENTS SPECTRUM ONE $536,000 Street and related construction development consisting of utility construction, asphalt paving and concrete improvements IRVINE COMMUNITY DEV. CO. FRANK CORDERO 550 Newport Center Drive Superintendent Newport Beach, CA 92660 (714) 498 -9590 HICKS CANYON HAUL ROAD REALIGNMENT $423,000 Roadway realignment and reconstruction due to major landslide. Design and implementation of drainage devices, grading, asphalt paving, storm drain, and crib wail construction UNIVERSITY DRIVE EXTENSION $470,000 Roadway widening, involving asphalt paving, concrete improvements, storm drain system and reinforced concrete box culvert construction UNIVERSITY TOWN CENTER GRADING $417,000 Mass grading including clearing, remedial and rough grading, storm drain and sewer improvements on development of thirty -five (35) acres 3 • 0 i>age 7- The following contract documents .shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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 Rey Rating Guide: PrORDIW- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public except as LZ The Workers' Compensation insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for workers' compensation prior to City's execution of the Contract. sit 0 EXECUTED IN FOUR (4) COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, that- 9 Page .8 BOND NO: 5695837 PREMIUM: Included WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 22, 1991 has awarded to CLAYTON ENGINEERING. INC. hereinafter designated as the "Principal", a contract for (Human Services Building) (Contract No. )In the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. C -2773 and the terms thereof require the furnishing of a bond, Fr�oviding that if Principal or any of Principal's 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, CLAYTON ENGINEERING, INC. as Principal, and Safeco Insurance CompanX of America as Surety, are held f irmlv bound unto the City of Newport. Beach, in the sum of AaNe$uAgpgge4; f }Jtg,"Npg 42HWgars ($ 753,1 50.00 ) 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 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 /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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. 5/91 %k e i ai � • - •• The bond shall inureIto` the benefit of any and all persons, companies, and corporations entitled.to file claims under Section 3181 of the California Civil Code ad as to give aright to them or their assigns in any suit brought upon this bond, as required by and in accordance with 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:..- the above named Principal and Surety, on the 24th daj_,�6f, .Tilly Clayton Engineering, Inc. Name of Contractor (Principal) AAthorized S gnature /T tler' "Y teven M. Murow, Exec. V.P. /Sec. /Treas. . Safeco hw%wanoe cmmanv of America Name of Surety 17570 Brookhurst Fountain Valley, CA 92708 Address of Surety NOTARY S/91 . OF #W5��4�� o ze silt Signature - .. Jeffrey R. Gryde, Attorney-in-Fact (714f 498 -7211 Telephone - ACID SURETY MUST 88 ATTACHED �: ,mow STATE OF CALIFORNIA }SS COUNTY OF ORANGE NOTARY SEAL N� TTETTE A FEDER40 ORANGE COUR M,ONVAAL CRIME ENOW OCT 10.1m CORPORATION ACKNOWLEDGMENT Parm Na. N aw. 7J/3 ON ....... July,- 24 ---•-------•'•-°°• ....... ........- ............._....'--- 1991., before me, the undersigned, a Notary Public in and for said County and State, personally appeared .............. S v a..M..r._MUZ .'.•..'..'.-°° ................................. ....... .................. ......... proved to me on the basis of satisfactory evidence to be the person...... who executed the within instrument as b. Vim ................. President, and ... `, W e/....... Secretary of the Corporation therein named, and alcnowledged to me that such Corporation executed the within instrument pursuant to its Bylaws or a Resolution of its Hoard of Directors. Notary's S4gnature ---- :�; ...... ATTORNEY -IN -FACT ACKNOWLEDGMENT State of California 1 e Or } SS. County of � )) OFFICIAL NOTARY SEAL JEANETTE A FEDERICO MMY Neap — oWMne OI "Aff OWNTY 190* CVM EgMS OCT 19,1/1M On this the24th day of July 19 91 , before me, the undersigned Notary Public, personally appeared Jeffrey R. Gryde (name of attorney in fact), [Zpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as attorney in fact of Safece Insurance CCUPMy of America (name of person not appearing before Notary), the principal, and acknowledged to me that he (he /she) subscribed the principal's name thereto and hls (his/her) own name as attorney in fact. WITNESS my hand and official seal. NO, 2 nw �u NnllONla MUM •ieOrA TION • 2=2 V00m, e1w. • r.O. NJ81 • POWER • SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 SMECO No. 9392 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint -- - - - - -- JEFFREY R. GRYDE; JEANETTE A. FEDERICO; San Clemente, California---- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 12th day of March _1991 . CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, maybe impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 24th day of JulY '19 91 . 5 -1900 R5 3/96 ' PRIPM0 IN u.sA. ,EXECUTED IN FOUR ( COUNTERPARTS Page 9 FAITHFUL PERFORMANCE BOND -BOND NO-: 5695837 KNOW ALL MEN BY THESE PRESENTS, That PREMIUM: $7,775.00 WHEREAS, the City Council o #'-the City of Newport Beach, State of California, by motion adopted July 22. 1991 has awarded to hereinafter designated as the "Principal ", a contract for Oasis Im rouments H in the City of Newport Beach, in strict conform ty with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. C -2773 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, CLAYTON ENGINEERING, INC. as Principal, and Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Newport Beach, in the sum of eveg„nXTPAe9i ;1�fttX,greg tthousarbbllars ($ 753,150.00, said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well. and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 5/91 7 M I obligations on this bond, and" :it .does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal 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 execute -4 W the Principal and Surety above named, on the q4t:h dad; :- ; July , 19 91• Clayton Engineering, Inc. Name of Contractor (Principal) A thor zed S gnature /T s' / Steven M. Murow, Exec. V.P. /Sec.jTreas., / Safeco Insurance Cawany of America Name of Surety P'j rXzbd Agent Signature 17570 Brockhurst Jeffrey R. GYyde,.Attorney -in -Fact Fo mtain Valley, CA 92708 {774) 498 -7217 Address of Surety Telephone = S/91 OF CONTRACTM AM SUMM ]MST SE ATTACEED " 4~ r r t . ATTORNEY -IN -FACT ACKNOWLEDGMENT State of California Orange ) SS. County of 1 [is OFFCAft NOTAIIV SEAL. JEAMTTE A FIDE*" OM►MOE COUNTY W Cartm RJW* OCT 100 On this the2Ath_ day of July 19_47._, before me, the undersigned Notary Public, personally appeared Jeffrey R. Gryde (name of attorney in fact), IB personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as attorney in fact of Safeco Insurance CaManv of America (name of person not appearing before Notary), the principal, and acknowledged to me that he (he /she) subscribed the principal's name thereto and his (his/her) own name as attorney in fact. WITNESS my hand a„nd official seal. NO. 2 7M 122 NATIONAI. NOTARY ASSOCIATION • 2WZ WnWm &A. • P.O. Ou 4W • WoOS" Rok. CA SIX4 STATE OF CALIFORNIA }SS COUNTY OF ORANGE ON ....... j 7.Y...2 .......................... ....................•--...---•. 101., before me, the undersigned, a Notary Public in and for said County and State, personally appeared .............. 'StP .e?i -Ml-- w ................. ....... ... .... ................... _.................. OFMIAL NOTARY SEAL proved to me on the basis of satisfactory evidence to be the person...... who NAMETTEAF CdbnO executed the within instrument as ��. Vim ................ . President, and �Y►IAIlir— CaE1aRMa O" Etw OUNTY _TPe.M, .. �� of the Corporation therein named, and aknowledged to wow" Er�IRR OCT 1S,11M me that such Corporation executed the within instrument pursuant to its By -laws or a Resolution of its Board of Directors. r CORPORATION ACKNOWLEDGMENT Notary's S6mture... .. 62t_... Parma as 14 NOV. 7-09 • •POWER QAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 MFECO No. KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint --- - - - - -- JEFFREY R. GRYDE; JEANETTE A. FEDERICO; San Clemente, California---- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 12th day of March _1991 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed byfacsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 24th day of July _19 91 i i 51300853/88 RBNTED R1 U.S.A. A001UP. INSURED PACIFIC INSURANCE AGENCY P 0 PDX 19279 IRVINE CA 92713 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE �.... LETTER COMPANY A ETTE RELIANCE INSURANCE CO COMPANY LETTER B CONTINENTAL INS CLAYTON ENGINEERING COMPANY C LETTER _ ... .......... ....... ......... 23011 MOULTON PWY #J11 COMPANY D LH CA, 9265' LETTER CALIF COMPENSATION COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LD TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MMIDD/YY) DATE (MM /DDNY) A GENERAL LIABILITY SJ 1654559 A. /JC ) 1/91 4/U 1 /92 GENERAL AGGREGATE Si f ( jO( ) .......... . �. - X COMMERCIAL GENERAL LIABILITY PRODUCTS -COMPIOPS AGGREGATE $1 f )f )[ ) CLAIMS MADE X OCCUR. PERSONAL $ ADVERTISING INJURY: $1 f l(1( ) 4 - - .. OWNER'S A CONTRACTOR'S PROT. .... ... . ..... EACH OCCURRENCE $1 1 f Il 1!_I ...... ... ..... ....... .... .. ..: ........ ..__ ... FIRE DAMAGE (Any one fire) $50 .:.. ... MEDICAL EXPENSE (Any one person) $2 B, AUTOMOBILE LIABILITY CBP6106799 ... ....... _ .. ........ _ 4/01/91 4/(11/92 COMBINED X ANY AUTO SINGLE S LIMIT 1 000 . ALL OWNED AUTOS ............ _, ... ........ BODILY - INJURY S SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY X NJURY $ NON OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY : $ DAMAGE . j EXCESS LIABILITY EACH AGGREGATE OCCURRENCE. $ $ OTHER THAN UMBRELLA FORM D W1404956 4/61/91 4/01 /92 STATUTORY WORKER'S COMPENSATION $ : 1 1 C)00 (EACH ACCIDENT) AND ... .. .................... ......... S' 110(-) O (DISEASE— POLICY LIMIT) EMPLOYERS' LIABILITY S 1,(-)(-)0 " ""'' "' " "" "' .. (DISEASE —EACH EMPl01 OTHER ,.,.... .. .. ....... ..... .......... ......... ...... .... DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS ENDORSEMENTS ATTACHED *10 DAYS FOR NON PAYMENT OF PREMIUM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL �� 1 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF NEWPORT BEACH LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR F' D BOX 17613 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR R NTATIVES. NEWPORT BEACH CA 92659 -1769 AUTHORIZED REPRESENTATIVE �^ k;ATHLEEN JONES ' �/� FROM CLAYTON ENG INC • 7.24. 1991 7 :� F 3 Page 11 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 contained in the written contract designated below, between the named insured and the City of Costa Mesa or 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. S. 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: . (x) 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). 9/91 FROM CLAYTON ENS INC • 7.24.1991 7116 F. 4 Page 11A 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, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 10 days' advance notice to the City of Newport Beach by registered mail, Attentiont Public Works Department. 7. Designated Contract: Oasis I rove n s Pro eo t e an Contract o. C -2773 This endorsement is effective 7/25/91 at 12:01 a.m. and forms a part of Policy No. SJ165 859 of R>'I.TnNCE INSURANCE COMPANY (Company Affording Coverage). insured: ENGINEERING ISSUING COMPANY By. Authqi�rizsd Repro,. tat ve KATHLEEN JONES t s nt ­11 Endorsement No.: 'FROM CLAYTON ENG INC 7.24.1991 7107 P. S ' Page 12 AUTOMOBILE ?.TLATT.TTV TNSTMNCE ENDOR61211= 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: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( ) combined single Limit Bodily Injury Liability & Property Damage Liability $ per person $ per accident 1,000,000. 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. 5/91 FROM CLAYTON ENS INC f 7.24.1991 7t08 P. 6 Page 12A 4. Should the policy be non - renewed, canceled 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. s. Designated Contract: Oasis Improvements (Human Services Building) Project Projedt Title and Contract Wo. C -2773 This endorsement is effective 7/25/91 at 12101E and forms a part of Policy No. CsPO6 of MMY (Company Affording Coverage), Insured: C2.AYTQN ENGINEERING ISSUING COMPANY 5191 Endorsement No. :�` r i .Page.13.. "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." Clayton Engineering, Inc. Date Name of Contractor (Principal) C -2773 Contract Number Au or zed Signature and Title S even M. Murow, Exec. Y.P. /Sec. /Tress. Oasis Improvements (Haman Services Building) C -2773 5/91 0 0 STATE OF CALIFORNIA }SS ,COUNTY OF ORANGE OFFCft NOTARY W_AL JEANETTE A FEDENgO ORANOECOUNPv i CORPORATION ACKNOWLEDGMENT Pam No. 14 Wv. 7JD ON....... J�4y- 94 .................................. ....................... -....., 101., before me, the undersigned, a Notary Public in and for said County and State, personally appeared ... - °......S- Mr.°-�--•' ....- "---- ------- - - - - -- ........................... ° __.............__... proved to me on the basis of satisfactory evidence to be the person...... who executed the within instrument as EScec#�W, Y:L ................. President, and ... "d....... Secretary of the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its By -laws or a Resolution of its Board of Directors. Notary's SW3ature_90,1�C�v�!�~'E �..l�...x. �- 6 Sxsx � -�. I ...c - M -.. -: ,STATE OF CALIFORNIA �SS COUNTY OF ORANGE OFi1C1AL NOTARY SEAL JEANETTE A FEDERICO ►lore Walt — Calmom ;:,•' � r JRAMN COUNT 'y;�•a'sv My CnrT irpney OGT 191994 CORPORATION ACKNOWLEDGMENT Porn No. 14 Aw. 7414 ON ... .... !; IIAY z4...--•-------------------------- ------ ......•- °--.............. 1991.. before Ine. the undersigned. a Notary Public in and for said County and State, personally appeared .... ....... ... ect m_M7-' - ...-•--.---.........._....°......•-'-•-'-•°-•---°-...................'--•---- proved to me on the basis of satisfactory evidence to be the person...... who executed the within instrument as PW994W.A ...... President. and ... '1Xf<d:i. /....... Secretary a the Corporation therein named, and aknowledged to me that such Corporation executed the within instrument pursuant to its By -laws or a Resolution of its Board of Directors. Notary's Signature-. V Page 14k 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Oasis Improvements 'Human Services Building) C -2773 Title— of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. AS 70, FORM: ATTEEESiST)): C CIJ�TY CLERK SM CITY OF NEWPORT BEACH A Municipal Corporation By: mayor = •^ ----�� Clayton Engineering, Inc. Name of Contractor A or zed Signature and T3 �o Steven M. Murow, Exec. V.P. /Set.yTreas'.- M1/ i 1 r t CITY OF NEWPORT BEACH. PUBLIC WORKS DEPARTMENT INDEX OASIS IMPROVEMENTS CONTRACT NO. 2773 SPECIAL PROVISIONS SECTION CONTENTS PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 1 III. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 V. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEYING STAKING . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 • • SP 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DF#WRTMENT SPECIAL PROVISIONS OASIS IM$RtOVEMENTS (HUMAN SERVICES BUILDING) CONTRACT NO. 2773 I. SCOPE OF WORK The work to be done under this contract consists of work to be done at the OASIS Senior Citizens Center located at 800 Marguerite Avenue in Corona Del Mar. Work includes clearing and grubbing; relocating the Edison Company transformer; constructing an addition to the existing Multi- Purpose Building; remodeling the existing Multi- Purpose Building; constructing a carport; reconstructing and striping the parking lot; constructing hardscape landscaping; installing an irrigation system; planting and maintaining plant materials; installing signage; and all other miscellaneous work necessary to complete the work. The Proposal contains alternate bid items that the City may elect to include in the award of the contract. Each bidder must submit a price for each of the alternate bid items. Determination of the lowest responsive bid shall be based on the total price bid for the base bid. If the City elects to include any of the alternate bid items in the contract, the decision to do so will be made at the time the contract is awarded. The amount of the bidders bond shall be based on the total amount of the base bid. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. B- 5137 -S consisting of 47 sheets of plans and specifications), (3) the City's Standard Special Construction, (1988 Edition) and 1989 and 1990 Supy and (4) the Standard Specifications for Publi Construction, (1988 Edition, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. SP 2 of 3 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK All work on this confl%6t, except plant maintenance, shall be completed within 180 consecutive calendar days after award of the contract by the City Council. The plant maintenance period shall continue until the plantings have been accepted as established by the City. III. CONTRACTOR'S LICENSES At the time of award and until completion of work, the Contractor shall possess a General Engineering Contractor A License, or a Building Contractor B License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. IV. PAYMENT A. The lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the lump sum prices bid for other items of work. B. The alternate bid for installing oak parquet flooring in the existing multi - purpose room does not include the dining area, game room, or the westerly 15' -9" of the multi- purpose room. V. LIQUIDATED DAMAGES Liquidated damages of $ 100.00 per each calendar day shall be charged per Section 6 -9 of the Standard Specifications. The Contractor's inability to obtain materials or labor in a timely manner to complete the specified work within these time limits shall not be considered cause for an extension of time. VI. CONSTRUCTION SURVEYING STARING Field staking for control of construction shall be provided by the Contractor. VII. WATER The Contractor may use City water that is available at the OASIS site. The cost of any connections or extensions of the water system necessary to provide construction water shall be borne by the Contractor. • VII. REMOVALS • SP 3 of 3 Pamement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to the City. All costs for providing removal and disposal shall be included in the unit price bid for other items of work. SECTION I. II. III. IV. V. VI. VII. 0 CITY OF NEWPORT BEACH PUBLIC GORES DEPARTMEN INDBY OASIS CONTRACT NO. 2773 SPECIAL PROVISIONS CONTENTS • k SCOPEOF WORK . . . . . . . . . . . . . . . . . . . . 1 COMPLETION, SCHEDULE AND PROSECUTION OF WORK 1 CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 2 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 2 CONSTRUCTION SURVEYING STAKING . . . . . . . . . . . 2 WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 • • SP 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN SPECIAL PROVISIONS OASIS IMPROVEMENTS (HUMAN SERVICES BUILDING) CONTRACT NO. 2773 I. SCOPE OF WORK The work to be done under this contract consists of work to be done at the OASIS Senior Citizens Center located at 800 Marguerite Avenue in Corona Del Mar. Work includes clearing and grubbing; relocating the Edison Company transformer; constructing an addition to the existing Multi- Purpose Building; remodeling the existing Multi- Purpose Building; constructing a carport; reconstructing and striping the parking lot; constructing hardscape landscaping; installing an irrigation system; planting and maintaining plant materials; installing signage; and all other miscellaneous work necessary to complete the work. The Proposal contains alternate bid items that the City may elect to include in the award of the contract. Each bidder must submit a price for each of the alternate bid items. Determination of the lowest responsive bid shall be based on the total price bid for the base bid. If the City elects to include any of the alternate bid items in the contract, the decision to do so will be made at the time the contract is awarded. The amount of the bidders bond shall be based on the total amount of the base bid. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. B- 5137 -5 consisting of 47 sheets of plans and specifications), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1988 Edition) and 1989 and 1990 Supplements; and (4) the Standard Specifications for Public Works Construction, (1988 Edition, including Supplements). Copies of the Standard Specia Drawings may be purchased from thi Five Dollars ($5.00). Copies of may be purchased from Building Avenue, Los Angeles, California (213) 202 -7775. 1 Provisions and Standard Public Works Department for the Standard Specifications News, Inc., 3055 Overland 90034, telephone 0 0 SP 2 of 3 II. COMPLETION. SCHEDULE AND PROSECUTION OF WORE All work on this contract, except plant maintenance, shall be completed within 180 consecutive calendar days after award of the contract by the City Council. The plant maintenance period shall continue until the plantings have been accepted as established by the City. III. CONTRACTOR'S LICENSES At the time of award and until completion of work, the Contractor shall possess a General Engineering Contractor A License, or a Building Contractor B License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. IV. PAYMENT A. The lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the lump sum prices bid for other items of work. B. The alternate bid for installing oak parquet flooring in the existing multi - purpose room does not include the dining area, game room, or the westerly 15' -9" of the multi - purpose room. V. LIOUIDATBD DAMAGES Liquidated damages of $ 100.00 per each calendar day shall be charged per Section 6 -9 of the Standard Specifications. The Contractor's inability to obtain materials or labor in a timely manner,to complete the specified work within these time limits shall not be considered cause for an extension of time. VI. CONSTRUCTION SURVEYING STAKING Field staking for control of construction shall be provided by the Contractor. VII. RATER The Contractor may use City water that is available at the OASIS site. The cost of any connections or extensions of the water system necessary to provide construction water shall be borne by the Contractor. sP;: �, of 3 vxx. RRMOVAUs Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to the City. All costs for providing removal and disposal shall be included in the unit price bid for other items of work. • • TO: City Council July 22, 1991 CITY COUNCIL AGE ITEM NO. F 9(h FROM: Public Works Department and Parks, Beaches & Recreation Department SUBJECT: OASIS IMPROVEMENTS (HUMAN SERVICES BUILDING) CONTRACT NO. 2773 RECOMMENDATIONS: 1. a. Allow Jevon Construction Co., Inc. to withdraw its bid on the grounds that a clerical error was made in its bid; and authorize the return of its bid bond; and b. Make and adopt findings that the lowest monetary bidder for Contract No. 2773, Jevon Construction Co., Inc., of Los Angeles, is not the lowest responsible bidder in the sense the word "responsible" means having the quality, fitness and capacity to satisfactorily perform the work; and reject the bid of Jevon Construction Co., Inc. (Suggested findings, are attached to this memo, marked "Exhibit A"); and C. Find that the bid of Jevon Construction Co., Inc. is not responsive in that the bid bond did not meet the contract requirements. 2. Award Contract No. 2773 to Clayton Engineering, Inc., in the amount of $753,150.00 for the Base Bid and Alternate Bid Item No. 2 (folding partitions in the existing multi- purpose room). 3. Authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 12, 1991, the City Clerk opened and read 12 bids for the subject contract: Bidder 1. Jevon Construction Co., Inc. Los Angeles, CA 2. Clayton Engineering, Inc. Laguna Hills, CA 3. Now construction Corp. Santa Fe Springs, CA 4. Varkel Construction, Inc. Laguna Beach, CA Total Bid $569,426.00 $713,650.00 $727,000.00 $730,000.00 (3> Subject: OASIS Improvements (Human Services Building) C -2773 July 22, 1991 Page 2 • Bidder Total Bid 5. Irvine Engineering $748,840.00 Irvine, CA 6. John R. Hundley, Inc. $757,813.00 Garden Grove, CA 7. JK- Palmer Construction Corp. $764,721.00 San Marcos, CA 8. GarRik Construction, Inc. $773,145.00 San Juan Capistrano, CA 9. Vienna /Vienna $796,000.00 Glendora, CA 10. K -W Western, Inc. $864,541.00 Irvine, CA 11. B.K. Construction $888,000.00 La Habra, CA • 12. Barrett Development Corporation $999,489.00 Laguna Beach, CA Engineer's Estimate $725,000.00 The lowest monetary bid for the Base Bid (Devon Construction Co.) is 21% under the Engineer's Estimate. The second lowest bid (Clayton Engineering, Inc.) is 2% under the Engineer's Estimate. Jevon Construction Co., Inc. is properly licensed, holding current Class "A" and "B" contractor's licenses issued by the State of California. However, his bid bond is not from a company on the "Treasury List" or the list of the Insurance Commissioner of the State of California; and there are several other problems with the Jevon bid. The staff recommends that the contract not be awarded to Jevon for several reasons (a copy of a memo from the City Attorney regarding award of the contract is attached for reference). These reasons are listed below: • 1. Jevon has submitted a letter to the City together with back -up information stating that he made a clerical error in his bid, and requesting permission to withdraw his bid and have his bid bond returned. A clerical error is sufficient reason to be allowed to withdraw a bid; whereas an error in judgement in which a contractor submits a bid that is too low is not grounds for being allowed to withdraw. Subject: OASIS Improvements (Human Services Building) C -2773 July 22, 1991 Page 3 • The information submitted, together with the fact that the bid is so far below the average of the second and third lowest bids lends credence to the claim that a clerical error has in fact been made. It is recommended that the contractor be allowed to withdraw his bid and have his bid bond returned. 2. Of the three experience and qualifications references that are listed, only one could be independently verified. Mr. Bruce Hakimi stated that Jevon had satisfactorily completed a nine -unit apartment building for him in 1990. No telephone number was listed for a Mr. Sharaf for whom a nine -unit apartment building had been constructed in 1989. The telephone of Mr. Bral for whom a home had been remodeled in 1991 was disconnected. The contractor has not demonstrated that he has experience in public works construction, nor has he successfully completed projects of the complexity of the OASIS improvements. 3. Only four subcontractors are listed: for asphalt; carpeting, tile, wall coverings and woodwork; roof; • and plastering. A contractor with a Class B license may do the rest of the work required by the contract under his licenses; however, it has not been demonstrated that Jevon can satisfactorily perform all of the work required by this contract with his own forces, including designing and installing a fire sprinkler system. 4. The bid bond does not meet the City's requirement of being issued by a company on the "Treasury List" and the list of the Insurance Commissioner of the State of California. The second low bidder, Clayton Engineering Inc., is a properly qualified contractor that has successfully performed contract work for the City of Newport Beach and for other public agencies. The Human Services Building is an addition to the existing Multi- Purpose Building which will consist of a lobby, administrative offices for the staff, and offices for the Friends of OASIS. The garden plots have previously been relocated. The subject contract consists of constructing the Human Services Building; a carport for four vans; a larger parking lot; and modifying the existing Multi - Purpose Building so that it can be used for a number of functions simultaneously. The new addition and the existing Multi- Purpose Building will have a fire sprinkler system. Construction funding of $812,545 comprises $777,545 from the Parks & Recreation Fund (Account 10- 7997 -098); and $35,000 from the Building Excise Tax Fund (Account 27- 7997 -336). Upon completion of the project State Bond Funds in the amount of $212,000 will reimburse the Parks & Recreation Fund. 0 0 Subject: OASIS Improvements (Human Services Building) C -2773 July 22, 1991 Page 4 • The project budget is as follows: Design fees $ 60,000.00 Relocating Garden Plots (completed) 65,000.00 Construction contract (Base Bid only) 713,650.00 Contingencies (6% of $713,650) 46,350.00 Subtotal $ 885,000.00 The prices bid by Clayton Engineering, Inc. for three alternative bid items are: 1. Oak Flooring in existing Multi- Purpose Building: $ 30,200.00 2. Folding partitions in existing Multi- Purpose Building: 39,500.00 • 3. Paint exterior of existing buildings: 22,500.00 It would be possible to add one of the additive bid items to the contract; however, that would involve the risk that contingent and miscellaneous costs might cause the project cost to exceed available appropriations. A decision can be made at a later date if costs permit consideration of one of the additive bid items. The plans were prepared by the Blurock Partnership, of Newport Beach. The estimated date of completion is January 17, 1992. The location of the various elements are shown on the attached sketch. A full set of drawings will be on display in the City Council's Conference Room. jn� �-, 2, a • Benjamin B. Nolan Public Works Director KLP:so Attachments Ronald A. Whitley P.B.& R. Director 0 0 A. The references provided by Jevon do not relate to projects which constitute experience in constructing facilities equivalent in complexity to the OASIS improvements. B. The list of subcontractors contained only four subcontractors. The holder of a Class "B" General Budding Contractor license may perform any of the building specialties with its own employees; however, from the documentation submitted to the City, it cannot be determined that Jevon Construction Co., Inc. has the ability to construct with its own forces plumbing, electrical, sheet metal construction work; and to design and construct with its own forces a complete fire protection system. • C. The fact that it is difficult to reach the contractor by telephone during normal working hours, and the incompleteness of the contract document submittals indicates that the contractor does not have the well - organized office necessary to construct a project of the nature of the OASIS improvements, which may make it difficult for the City to secure compliance with contract requirements. D. Jevon Construction Company, Inc. has submitted .a letter requesting that the firm be relieved from the contract, which would tend to indicate that they are not interested in and may not be capable of performing the work. EXHIBIT "A" • FINDINGS FOR DETERMINATION THAT JEVON CONSTRUCTION CO., INC.. IS NOT THE LOWEST RESPONSIBLE BIDDER AND SUPPORTING AWARD OF CONTRACT 2773 TO THE NEXT LOW BIDDER • The experience references provided by Jevon Construction Co., Inc. do not establish that the contractor has the quality, fitness and capacity to satisfactorily perform the work required by Contract No. 2773 in that: A. The references provided by Jevon do not relate to projects which constitute experience in constructing facilities equivalent in complexity to the OASIS improvements. B. The list of subcontractors contained only four subcontractors. The holder of a Class "B" General Budding Contractor license may perform any of the building specialties with its own employees; however, from the documentation submitted to the City, it cannot be determined that Jevon Construction Co., Inc. has the ability to construct with its own forces plumbing, electrical, sheet metal construction work; and to design and construct with its own forces a complete fire protection system. • C. The fact that it is difficult to reach the contractor by telephone during normal working hours, and the incompleteness of the contract document submittals indicates that the contractor does not have the well - organized office necessary to construct a project of the nature of the OASIS improvements, which may make it difficult for the City to secure compliance with contract requirements. D. Jevon Construction Company, Inc. has submitted .a letter requesting that the firm be relieved from the contract, which would tend to indicate that they are not interested in and may not be capable of performing the work. EXHIBIT "A" • • CITY OF NEWPORT BEACH OFFICE OF THE CITY ATTORNEY July 12, 1991 TO: Ben Nolan, Public Works Director FROM: Robert H. Burnham SUBJ: Contract No. 2773 Based upon your Memo dated July 1, 1991, your proposed award of contract number 2773 to the second low bidder is justified for the following reasons: 1. Bidder has requested relief: The facts outlined in the Memo • are sufficient to justify Council approval of the bidder's request for relief. To grant the request, the Council must find that: (a) a mistake was made; (b) the bidder gave us notice of the error within five days after bid opening; (c) the mistake made the bid materially different than intended; (d) the mistake was not due to an error in judgment or carelessness in inspecting the site or plans. The documents submitted by the bidder tend to confirm their contention that the bid from the electrical subcontractor was not correctly recorded on the worksheet they used to formulate the amount of their bid. The worksheet appears authentic as does the written proposal from Gad Electric. The mistake by the bidder is even more understandable given the absence of qualified personnel employed by the contractor. The Council must make the findings for relief described in this Memo and they could be incorporated as Exhibit "A -1." 2. Bidder is not responsible. The facts also appear to support a finding that Jevon Construction is not the lowest responsible bidder. The findings incorporated in your • proposed Memo to the Council could also refer to the Jevon letter requesting relief - -a request that is generally not submitted when a contractor is interested and capable of performing the work. 3. Bid is not responsive. In my opinion, the Council could also determine that the bid submitted by Jevon was not responsive to the instructions. The instructions to bidders requires, • Ben Nolan, Public Works Director July 12, 1991 Page Two. among other things, the submittal of a bond "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 surety that executed Jevon's bid bond does not appear to qualify under either criteria. Moreover, Jevon's bid is executed (I think) by the secretary of the corporation. In many cases, the secretary of the corporation is not authorized to execute contracts and you may want Jevon to confirm or deny this individual's authority. Robert H. Burnham •City Attorney RHB:kmc • - j f V Q N 0 0 1 1 1 . CONSTRUCTION 1920 SOUTH .LA CIENEGA BLVD. SUITE 206 co. xrrc. LOS ANGELES CA. 90034 (213) 600 736 June 14,1991 RECEIV�� CITY COuNCil lciry oC n/Ew b PRT r3EAcH � 1 91 3300 Newport Blvd. P.O.Box 1768 New Port Beach Ca. 92659 -1768 $ _ ._— Re: Oasis Senior Citizen Addition/ Bid Withdraw Gentlemen; It is requested that the low bid submitted by Jevon Construction Co., Inc. be withdrawn due to mis communication between my staff and sub- contractor (electrical) which resulted to such difference of One Hundred Thousand Dollars ($100,000.00). Please do not hesitate to contact this office should you have any questions, also this matter was discussed with Mr. Ken Perry in detail. Sincerely, Mehrdad Tal6ar Cate A:ZZ4 c G 'I -V p: ayAr 13 � .• itlmett P at�eger � i7 Piiirj• Dir. p [t city DiT. p , , & Rr Dir. E3 pW-1 Chh ief p W. .a p Other LICENSE # S 9 7 9 S 4 BONDED AND INSURED • • • TO: City Council FROM: Public Works Department April 8, 1991 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: HUMAN SERVICES BUILDING AT OASIS (C -2773) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for "<a..o1w. Q06A84 " lI.An L M nn 7n nG� �1. +nnt DISCUSSION: The 1990 -91 three year plan to fii contemplates carrying an additional 1991 -92 Recreation Fund. The State bond funds. budget contains the second appropriation in a Lance Improvements at Oasis. The plan over previous appropriations to 1991 -92, plus appropriation of $350,000 from the Parks and 1991 -92 appropriation includes $212,000 of The total financing package of $885,000 comprises $638,000 from the Parks & Recreation Fund; $35,000 from the Building Excise Tax Fund; and $212,000 from State bond funds. Plans and specifications have been completed, and the garden plots have been relocated by City forces to clear the construction site. The schedule calls for the contract to be awarded on July 8, 1991, the first Council meeting in the 1991 -92 fiscal year. The project consists of constructing new garden plots; constructing the Human Services Building, a carport for four vans, and a larger parking lot. The existing Multi- Purpose Building will be modified so that it can be used for a number of functions simultaneously. The Human Service Building is an addition to the existing Multi- Purpose Building containing a lobby, administrative offices for the staff, and offices for the Friends of Oasis. The garden plots have already been relocated. The project budget of $885,000 is as follows: Design fees $ 60,000.00 Relocating Garden Plots (completed) 65,000.00 Construction contract 725,000.00 Contingencies (5%) 35.000.00 Subtotal $ 885,000.30 0y) Subject: Human Services Building at OASIS (C -2773) April 8, 1991 Page 2 • The plans were prepared by the Blurock Partnership, of Newport Beach. The estimated date of completion is January 17, 1992. The location of the various elements are shown on the attached sketch. A full set of drawings will be on display in the Council's Conference Room. Benjamin B. Nolan Public Works Director KLP:so Attachment • • i I. I! �3 Air i is E r aAR�ueR�Te. 'AVeNUe , t i L- 1 all I go Sidi :`•, %. ��' 1` .' � �- �g3 l t s^ L : `. ` lit r _ �� q I y `..; j tai � b�� � �,' •. s r' V I r` x l� a b z ro 0 y W aiiu� 'AV6+we z U-3 1 s o _ WCP II7MI Vii' M4W� oo .. i"I��II I;��rl I�j � lu j{�II� ��M ij;ga'�!�! I��a ! ilj! �:!'• r' r ' 'r. IIMIt W i [•' I Wit i' fl;;• , ; r. ' 1 ,jl� d r., i,!1<I ,• rll, ,�Iq i;l!I ,," '. Ild I I, I N 1'r : ,I ! • H j hj • I hl �i ! •I jll t .'I' t I i : I' i I" i pHal �„IMI I"'I �I• �� I I I .I rl "I i; IT' ;'' I i i,'�rf 1" I II "h U•,'''r II I I" ;h "� 'yl' I; i " i f R9; J �jr 1 r i!il .� •'i' s 14g 'I i � I i t,� � I � ill " r ! I i ! ♦i °xsUp y z z N M H M to N wz crA I! �3 Air i is E r aAR�ueR�Te. 'AVeNUe , t i L- 1 all I go Sidi :`•, %. ��' 1` .' � �- �g3 l t s^ L : `. ` lit r _ �� q I y `..; j tai � b�� � �,' •. s r' V I r` x l� a b z ro 0 y W aiiu� 'AV6+we z U-3 1 s o _ WCP II7MI Vii' M4W� oo .. i"I��II I;��rl I�j � lu j{�II� ��M ij;ga'�!�! I��a ! ilj! �:!'• r' r ' 'r. IIMIt W i [•' I Wit i' fl;;• , ; r. ' 1 ,jl� d r., i,!1<I ,• rll, ,�Iq i;l!I ,," '. Ild I I, I N 1'r : ,I ! • H j hj • I hl �i ! •I jll t .'I' t I i : I' i I" i pHal �„IMI I"'I �I• �� I I I .I rl "I i; IT' ;'' I i i,'�rf 1" I II "h U•,'''r II I I" ;h "� 'yl' I; i " i f R9; J �jr 1 r i!il .� •'i' s 14g 'I i � I i t,� � I � ill " r ! I i ! A � •F6 L" 1 I • I 1 1 �.� � c•c 1 n. � F 7 * J -� Le 0 M Y z no WS m 1 .1 (a 0 W/ +Fli'c17 < v til SO K7 IC + cz 6) - ! 4 i g z I i C Z g i O •l -? ___ -y_ 1 5 6 Avmwin0 m RMA Admbwwn d s! kinds kmkx*q pbk nalns by ors.. d V0 $upwW Calm d GmvP CaM Cdbu* ti Al m*w -MM4. SWWr m zL 1961, w d AQM1 June t1. 1963 STATE OF CALIFORNIA County of Orange 1 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 below entitled matter. I am a principal dark of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Inrirte, the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: April 11, 15, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executec#an April 15 tg91 at Costa Mesa California. Signature e- �,1 t PROOF OF PUBUCAII�N_ .