Loading...
HomeMy WebLinkAboutC-2378 - Oasis Shuffle Board CourtCITY OF NEWPORT -BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 November 23, 1983 Wakeham Construction, Inc. 11225 Slater Avenue Fountain Valley, CA 92708 Subject: Surety: Surety Insurance Co. of CA Bonds No.: 520275 Project 'Oasis Shuffleboard Court The City Council on October 11, 1983, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorders office on October 18, 1983, Reference No. 83- 459857. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerly, Wanda E. Andersen City Clerk WEA:lr cc: Public Works File City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Please return to: ftC City Clerk '6k' NO r City 300 Newport Blvd Beach NoM114Qlo84b Rex 1703 NewportBeach ".92663 -3884 N� 83- 4591357 ExemW m e Pei Gove,n menl Code 61C 9 RfCOROEO OF ORA Nf E IN COUNIY tCAUFpp�t� EXCMPT OCT 1 '422 PM NOTICE. OF COMPLETION PUBLIC WORKS 'lo All Laborers and Material Men and to Every Other Person Interes YOU WII..L PLEASE TAKE. NOTICE that on the Public Works project consisting of Oa October 11, 1983 s Shuffleboard Court NOk y /}Cyr 83® on which Wakeham Construction, Inc., 11225 Slater Ave., Fountain Valley, CA 92708 was the contractor, and Surety Insurance Co of CA, P.O. Box 2430, La Habra, CA 90631 was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEW /POORRrT/ BFACH Publ c Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 13, 1983 at Newport Beach, California. J41bt 44111 � J R-4 Public orks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 11, 1983 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 13, 1983 at Newport Beach, California. City Clerk 0 October 13, 1983 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Oasis Shuffleboard Court,, 6t ='No 2378 *n which Wakeham Construction was the Contractor and Surety Insurance Company of CA was the Surety. 2. Water Main Relining Program, 1982 -83, Contract No. 2353 on which Ameron, Inc., was the the Contractor and Federal Insurance Company was the Surety. Please record both and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr Enclosures (2) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 1 TO: CITY COUNCIL FROM: Public Works Department 0 October 11, 1983 CITY COUNCIL AGENDA ITEM NO. F -12 BY THE CITY COUNCIL CITY OF NEW PORT BEACH SUBJECT: ACCEPTANCE OF OASIS SHUFFLEBOARD COURTS (C- 2378)° OCT 111983 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Oasis Shuffleboard Courts has been completed to the satisfaction of the Public Works Department. The bid price was $17,404.50 Amount of unit price items constructed 17,824.88 Amount of change orders None Total contract cost $17,824.88 Funds were budgeted in Account No. 10- 7997 -055. The design engineering was performed by the Public Works Department. The contractor is Wakeham Construction Inc. of Fountain Valley. The contract date of completion was April 11, 1983. Initially, the contractor was delayed in starting for over a month due to wet ground. The specified benches, although ordered in a timely manner were not received un- til August 25, 1983. All work was completed by September 2, 1983. ay., a 0 Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 926633884 OFFICE OF THE CITY CLERK (714) 640 -2251 C'�jti, J CK.') s)- TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: May 2, 1983 SUBJECT: Contract No. C -2378 Description of Contract Oasis Shuffleboard Court Effective date of Contract April 29, 1983 Authorized by Minute Action, approved on April 11, 1983 Contract with Wakeham Construction, Inc. Address 11225 Slater Avenue Fountain Valley, CA 92708 Amount of Contract Wanda E. Andersen City Clerk WEA:lr attach. ,I 3300 Newport Boulevard, Newport Beach TO: CITY CLERK FROM: Public Works Department SUBJECT: OASIS SHUFFLEBOARD COURT, C -2378 If April 29, 1983 Attached are three copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. Stephen J. Luy Project Engineer SJL:em Attachment r N n N W V co o �w C N ]C 7 N CD c+ VtS w w 3 � w c� C rD O �n o < c m n 3 `h DE. C 0 DE. (D o 3 V O 0 n I o M-5 _ -, o m .. 1+ �• � M 7 j 0 w o E o r. z U3 w I �o< to 0 s n w o 0 a • c� f 0 0 n� 11 -S r z w n w o o Boa CD v rD m c m �O 1 N f1 �• C S 3 T n N to C d fD Z n w w rr 0 0 n w o 3 Q In W fC h V --h O o �o T 01 r) w O o- -n n o for S ro � rD r n nw �. O Q z o .a -c w o 0 �n f9 m V1 NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 30th day of March 1SB3 , at which time such bids shall be opened and read for OASIS SHUFFLEBOARD COURT Title of Project 2378 Contract No. $18,000 Engineer's Estimate FORN% Approved by the City Council this 14th day of March , 1983 rc Wanda E. Andersen 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, Newport Beach, CA 92663. For further information, call Stephen Luy at 640 -2281. Project Engineer • • PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OASIS SHUFFLEBOARD COURT. CONTRACT NO. 2378 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 1. Lump Sum Mobilization unclassified excavation and subgrade preparation CE @ Three Thousand Dollars and No Cents $ 3,000.00 $ 3.000_no Lump Sum 2. 82 Place crushed aggregate base Tons @ Twenty -one Dollars and No Cents $ 21.00. $ 1 722.00 Per Ton 3. 2 Construct shuffleboard courts except C.A.B. Each @ Three Thousand Six Hundred Dollars and No Cents $ 3 600.On $ 7,200 nn Eac 4. 1,275 Construct P.C.C. roadway except C.A.B. Square Feet @ One Dollars and Fifty Cents $ 1.50 Per square foot • • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 100 Construct P.C.C. commercial driveway Square Feet approach except C.A.B. @ Two Dollars and No Cents $ 2-on $ Pon-no Per Square Foot 6. 8 Adjust P.V.C. surface drains to grade Each @ Fifteen Dollars and No Cents $_ 15.00 $ 120.00 Each 7. 7 Install galvanized steel pipe Each @ Seventy -Five Dollars and No Cents $ 75.00 $ 525.00 Eac 8. 4 Install wood /steel contour bench Each @ Three- Hundred Seventy Five Dollars and No Cents $ us-on $_ 1.500.00 Each 9 700 Construct P.C.C. side drains and sidewalks Square Feet @ One Dollars and Seventy -five Cents $ 1.75 $ 11225.00 Per square foot TOTAL PRICE WRITTEN IN WORDS: Seventeen Thousand Four Hundred Four Dollars and Fifty Cents $ 17,404.50 Contractor's License No. 402529 Wakeham Construction. Inc. Bidder 174 -556 -0820 Bidder's Telephone Nu er S /Wm. R. Wakeham, Pres. Authorized Signature /Title Date 3 -30 -83 11225 Slater Ave., Fountain Valley, CA 92708 Bidders Address • . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 402529 Contr's Lic. No. & Classification 3 -30 -83 Date Wakeham Construction, Inc. Bidder S /Wm. R. Wakeham, Pres. Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1• Terrazzo International Los Angeles 2. 3. 4. 5. 6. 7. I 9. 10. 11. 12. Wakeham Construction, Inc. Bidder S/Wm. R. Wakeham, Pres. Authorized Signature /Title FOR O� 1NAL SEE CITY CLERK'S FILE COP Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Wakeham Construction, Inc. , as bidder, and Surety Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of amount of attached bid, total bid not to exceed Thirty thousand and no /100 Dollars ($ 107. ) 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 Oasis Shuffleboard Court 2378 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 25th day of March 1983. (Attach acknowledgement of Attorney -in -Fact) S /Kimberly Johnston Notary Public Wakeham Construction, Inc. Bidder S /Wm. R. Wakeham, Pres Authorized Signature /Title Surety Insurance Company of California Commission expires Dec. 25, 1984 Surety By S /Patricia H. Johnston Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 30th day of March 19-B3—. My commission expires: Wakeham Construction, Inc. S /Bonnie L. Wakeham, Corp. Sec. Authorized Signature /Title S /Linda S. Hayes Notary Public FOR ORIGOL SEE CITY CLERK'S FILE COPY • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. S /Wm. R. Wakeham, Pres. Authorized Signature /Title • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1983 CTNC - Site Clearing Jerry Nordemen 541 -5681 •: .3 Cniinty of 1 .i.^ Grading 1. 19 1482 City of Hunting.Beach -Park Don Noble 536 -5431 1982 County of Orange - Park Jerry Gillin 834 -7090 .. of i Ron 1 1981 County of Orangp - CQurthouse Paul Peters 834-2586 — 0 1 Z 11 1981 ii_ r_ Trvina - Parking Lot Henry Poppenhusen 833 -6511 1982 City of Costa Mesa - Parking Dave Alkeema 754 -5300 Wakeham Construction, Inc. Bidder 'LWm. R. Wakeham, PPPS_ uthor� ized Signature /Title • • Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ra�tin� Guide: Property- Casualty. Coverages shall be prow ded for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Executed in — couri� arts No.. ! of.. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 9 BOND No. 520275 Premium included in Performance Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1983 has awarded to Wakeham Construction. Inc. hereinafter designated as the "Principal ", a contract for 0acic Shufflohnard Court Contract N o. 2378 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the, terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We wAKEHAM CONSTRUCTION INC. as Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of EIGHT THOUSAND SEVEN HUNDRED TWO AND 25/100 lars ($ 8.702.25 , said sum being one -half of the estimated amount payable by the City of.Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the. performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon g. c6tae� v3 —Y4a ... i • � � `� i _... .. .Ar�..r_ ._ .,...,,.�.� .,_� _,,e.....�.�_m.� __.«.�,,�,� _ _� � ,_s, _.__ Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of.time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the.terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of APRIL , 19 83 . Approved as to form: Lvity Attorney WAKEHAM CONSTRUCTION INC. Seal) Name of Contractor Principal BY:- L��/y���A� /�<Pl o ized`3ignature an Ti e ut orized Signature and Title SURETY INSURANCE COMPANY OF CALIFORNIA (Seal) Name of Surety ,--) POST OFFICE B91( 230 e POST OFFICE BOX 3 213/ 330 -2239 Telephone No. of Agent sys 0 �.�e3`-iu -Fa`et • , 0 � v 71 a4 v v •• ^ •^ ro 'o N 7, .c . o m u >, m N •.a w m N 100 4 S V O ° O C h O m 7 w ¢ > w�3 H SC+ m w a ¢ o ? 0 w En w C b W� G N 0t0 p m E l4 w y H m 'i W 'q A m w P. a C N >, w u -H k -H O m N P, N m •1 P• 4 -H O •o w O w O w mw O N C N G N P W O G w ,C CC W rox.cG V -H "P0 N N�•o >, O 7 Ow �> CwHcoP,•ri ww•o m w m w.-+ 0b C mA 0 NAUU m C O N O w ^U wbbw .0 w• 4 O Ns4 wtiavwNxm ^ Q) v i o u •H m >, CL M N N o g m m w w m v ^vi N -u4m a v > > v N 6 d N w m N o 0 •'i G G C G m U w cl w b PFQ C O 0 U o¢ v 3 m p +' m 3 w s4 o a u •Ni mro � m 0 m •u N to •C o 3 m RW H W m u a Q) v o v >, m � C P C�o •^ w I s u u z w N o m m Mcd W ro G w O m x w 3•G+ w v G m �m•�Gi o �w o O m v N ai G w m O •N G m m m m m e6 w A w A m o G G m o >, ro G 0 s+ a ro ro s+ x w 0 •r 0v�°oyw u w T1 w 0 yNr o m -00 vo'ro u 2 o vw� U) 3 u•o G N m a G u ro w qq$ O m ,x o U H o m z w O N m w C N m m u w 1+ f O G u m O 0. F W b v ,C m� C N ro a o E E m w ro m v o m m arc° �,'C., u•.G� °4 cFi]OCJ m � a m Z z 0 0 > N 100 4 S V O ° O h O ¢ > N w a ¢ o ? 0 J ° E i a O O ...`'• lb^''- Surety ,insurance Company o f California "The Dollars and Sense Surety" Box 2490 La Habra, California 90091 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 2808 ✓Lnow all man 6y tAese Presents, That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1999 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Johnston, Jr. or Patricia H. Johnston City of Indust, California ........ ...................._.......... - - ..._.. ...........................of.. ..... ....._ y...._...............-- .....y.._...................... .._....-- ........... its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against lose or damage caused by the misconduct of their employees, official, surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO .One ... Hundred_._. Twenty -Five __Thousand - _Dollars-------- .C$125 -, -000 00)- FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO December 31, 1983 And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. A EOF, Surety Insurance Company of California has caused these presents to be signed by its duly al an aVo 'ta corporate seal to be hereunto affixed this .........1--th December 82 .................day of........ -. 19........... f �C SURETY UICANCE COMPANY OF CALHIORNIA INCLRPORATED a o cn JAN. 31, 1969 y John F. Merrill President Qp 3S: C 911' NGE On thie 4t Dec. m.ber . 82 day of ..... ..... ... .... ............e................ A.D. 19............, before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru= ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto act my hand, and affixed my Official Seal at the City of La Habr the day and year first above written. OFFI( AL /Z AROLYN J. MARCUS • , V, NOTARY PUBLIC- :AHEORNIA PRINCIPAL OFFICE IN C- Netary Puiac = ORANGE COUNTY CERTIFICATION My Commission Exp,rca May IU, 19tl5 I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorney. remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Lawn of said company as set forth in said Power of Attorney, are now in full force and effect. IN TMTMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this 21st . APRIL 83 ,-- --- -_. dayof- -- -- --- --- --------------------- 19...._...-- -. ..,a -..----............--------.......----- S FALj Secretary Phillip R. Gilbert 96"5.02 (Rev. 32199) Executed in .counter* # Page 11 No. of FAITHFUL PERFORMANCE BOND BOND No, 520275 Premium: $348.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1983 has awarded to Wakeham Construction,'.Inc. hereinafter designated as the "Principal ", a contract for Court Contract No. 2378 Oasis Shuffleboard in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, WAKEHAM CONSTRUCTION INC. as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SEVENTEEN THOUSAND FOUR HUNDRED FOUR AND 50 /100 Dollars ($ 17,404.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any affect its obligations on this bond, and it does hereby waive notice I 1 I • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of APRIL , 19_x_. WAKEHAM CONSTRUCTION INC (Seal) Name of Contractor Princ pa B ti. iz d� Signature an T—ItTe BY: _< Authorized Signature and Title SURETY INSURANCE COMPANY OF CALIFORNIA Name of Surety POST OFFICE BOX X30 _ LA HABRA, 70631 Address of u i- BY: ' Sign ure and Title of hori f R.JOHNST Approved as t0 form: POST OFFICE BOX 3483 Attorney -in -Fact CITY OF INDUSTRY, CA. 91744 Address of Agent City At orn y 213/ 330 -2239 Telephone No. of Agent , ..I 6 N N U) H a R: W o z w � H d� U 0 O W HZ H O � U m T Y4 a) (1) •• ^ •^ •O •O O N U T N" •.a a) ro u v O G N -H G ca a) a7 .O )a N G E NE N G H E o r 3 0 7 o F4 ro M ro w F+ o Go G G .4 ro N w U N h4 ro H N ro T N o CL S4 cc G a1 +-+ G z N Cl. G N U k 4 •r1 Y+ O 4 .1 O A U O a) O W CO w o i� G N " r (1) H CL O G W ,G N H r. R ^ N .x A 7 N •rl ro" S4 O U 1J ++ N ro T O O O W •rl p va T G 00 r-1 N a •rl ri h ri r-I a) W 'o N U m F+ C0 c ca n Ob o V) a) u v ° a ro G o +, O w CT O 11 U ^ U a) 'O ro ta T W .-i P., 3.a 44 al 7G+ v u N rl O p7 ^ G a) a) I O U •� •rk-1 N T � H U ^ N I N p lKj N .0 CL Z ;d > G G G 7 •^ N w U ro U O p u ro H a) O N O a) N LT+ V� N •� N U T a) S N G w F4 A 0 vri i-ro7 0 u G� .H G w 3UP7H W a ro a� a1 •i ° u a! T C ~ N U ro ro A a.) •rl W A U O N .G W G N N VGi C 28�.e` -sue •,A G 3 I •� w ° m •'� C U 3 0 ,°, s 0 ro r1 z O N N G I U ro m .-1 ca u u v u O F H a N A a1 TA m 0 u O T A N G H N °CL ro G N s o 0 T tb A L C O N= O F+ x (9 a7 L 1J P m L U O Z E ¢ Y v o ro o 6 ro U ca = w ,'L G a)w U) X Uro G A •rl 3 U td a) c m O •H H N G o G A G Y ^ 4J ro F+ ro -H O G N G r1 8 ¢ E .-I ^ E N U .`l N rl U O Y z E ry ro A W .G F+ U '4 N N F+± a N O O N O N O •G N 'n a) f 00ro�\a' \a)A N\ t .G H cc N a7 u a) a) 7 (1) C1 O o m a c v u ate+ -. r u U G O ti v 0.'. O I 0 0 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Wakaham Construction Co. 1.LKI1r1l:A1E OF INSURANCE Page 13 C1 nom1pfnanM y A Commercial Union B Allianz Insurance Co. C (,West Insurance:.Managers 19 E ais is to certify that policies of insurance listed below have been issued to the insured named Dove and are in force at this time, including attached endorsement(s). 3MPANY TYPES OF INSURANCE Policy ETTER COVERAGE REQUIRED I No. GENERAL LIABILITY I xComprehensive Form Premises - Operations Explosion B Collapse Hazard Underground Hazard Products /Completed Operatio Hazard A x Contractual Insurance x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form (]x Owned (]x Hired A I []x Non -owned olicy Exp. Date 12 -31 -83 E755212 112-31-83 Bodily Injury Property Damage Bodily Injury and Property Damage Combined Personal Injury Bodily Injur (Each Person Property Damage Combined Each (Completed Dccurrence Operations 0M ME EXCESS LIABILITY ® Umbrella Form AUN22608 12 -31 -83 Bodily Injury C ❑ Other than Umbrella Form and Property Damage Combined $1,000 $1,000 WORKERS' COMPENSATION Statuto and ac e EMPLOYER'S LIABILITY ICN205904 1 -1 -84 100 Acci0 1TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ,NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the-insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. . Agency: pacific Insurance elffi uthorz� presentat ve _ be to slue cscription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: 1 This certificate or verification of nsurance is not an insurance po 7cy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. , 1 • 0 Page 14 I 1h CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( X) Single Limit Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Oasis Shuffleboard Courts Project Title and Contract No.). This endorsement is effective 12 -31 -82 at 12:01 A.M. and forms a part of Policy No. E755212 Named Insured Wakeham Construction Co. Endorsement No. 5 Name of Insurance Company Commercial Union By Authori ed Representative . . . • CITY OF NEWPORT BEACH 0 Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: -Oasis Shuffleboard Courts Project Title and Contract No. This endorsement is effective 12 -31 -82 at 12:01 A.M. and forms a part of Policy No. W590458 Named Insured onstruct Name of Insurance Company Commercial Union By Endorsement No. 6 ve • . Page 16 CONTRACT THIS AGREEMENT, entered into thin "5 ay of �G 19 e a naft2 by and between the CITY OF NEWPORT BEACH, her "City and Wakeham , hereinafter "Conti ctor,'is made with reference to t e following facts: (a) City has heretofore advertised for bids for the following described public work: 2378 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of.the following described public work: Oasis Shuffleboa 2378 .Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seventeen Inis compensation includes (I) any foss or damage arising trom the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3). any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work'by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) (f) Plans and Special Provisions for N (g) This Contract. Page 17 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH By fly 1�) Mayo r ATTEST: City Clerk APPROVED AS TO FORM: (mac ��L%'L 4rxJ iy �. — , , _. 'ty Attorney Contractor By Its ' By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR OASIS SHUFFLEBOARD COURT CONTRACT NO. 2378 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . 1 VI. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . 2 A. PCC Shuffleboard Slab . . . . . . . . . . . . . . . 2 B. Terrazzo Surface . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 2 A. Mobilization Unclassified Excavation and Subgrade Preparation . . . • • • • • • • • • • 2 B. Drainage System. . . • . . . • • • • . • • • • • • 2 C. Shuffleboard Court Construction. . . . . . . . . . 2 VIII. RESPONSIBILITIES OF THE CONTRACTOR . . . . . . . . . . 4 . • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FR OASIS SHUFFLEBOARD COURT CONTRACT NO. 2378 I. SCOPE OF WORK The work to be done under this contract consists of constructing a shuffle- board court, sidewalk, P.C.C. roadway, and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. P- 5109 -S, (3) the City's Standard S ecial Provisions and Standard Drawin s for Public Works Construction Edition and the Standard Specifications for Public Works Construction (1982 Edition), including supplements to date. Copies of the Standard Special Provisions and Standard Drawings may be pur- chased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. TIME OF COMPLETION The Contractor shall complete all work within forty -five (45) calendar days following the date of award of the contract. The Contractor shall complete all work within thirty (30) calendar days following commencement of the specified work. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Govern- ment Code Sections 4590 and 14402.5. IV. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Park Superintendent, Mr. Jack Brooks at (714) 640 -2275. V. CONSTRUCTION SURVEY STAKING i Field staking for control of construction will be provided by the Engineer. • • SP2of4 VI. MATERIALS A. PCC Shuffleboard Slab The shuf fleboard slab shall be constructed of Class 520 -C -2500 concrete. B. Terrazzo Surface White Type 1 portland cement shall be used vider strips shall be IV' x 16 gauge zinc. provided with suitable anchorage features. used by the terrazzo contractor,shall be a type. Brown pigment shall be used in the pure mineral pigments, lime proof and with in the terrazzo surface. Di- All divider strips shall be Liquid curing compound, if colorless liquid resin -base terrazzo surface and consist of a non - fading quality. Brown marble chips shall be used on the court surface and white marble chips shall be used for numbers and lines. Marble chips used in terrazzo surfaces shall be hard, dense, domestic marble chips free from soft or friable material, dirt, shale,mica, organic matter, loam, and other deleterious substances. The chips shall be mixed in the proportions of sizes No. 1 and 2 as shown in the following tabulation: No. Mesh Percentage 1 1/8 to 3/8 40 2 3/8 to 5/8 60 The mixture shall contain not more than 10 percent of marble dust. Terrazzo surfaces shall be sealed with Tesco Crystal Seal, acrylic sealer. The sealer should be delivered to the job site in sealed containers bearing the manufacturers' labels. Samples 6" X 6" minimum of the proposed finished terrazzo surfaces used in the courts, numerals, letters and lines shall be submitted to the Engineer for approval at the preconstruction meeting. VII. CONSTRUCTION DETAILS A. Mobilization Unclassified Excavation and Subgrade Preparation This work shall be performed in accordance with the applicable require- ments of Subsections 300 -1, 300 -2 and 301 -1 of the Standard Sepcifications, except as modified herein. Full compensation for any sawcutting required shall be included in the lump sum cost for unclassified excavation and subgrade preparation. B. Drainage System It will be the contractor's responsibility to adjust all surface drains to grade. C. Shuffleboard Court Construction The surfaces of all shuffle board concrete base slabs shall be thoroughly cleaned and well saturated with water, removing all excess, immediately ahead of the placing of the underbed. • SP 3of4 The underbed shall consist of one (1) part portland cement and four (4) parts of coarse screened sand, wet to the proper consistency and mixed thoroughly. The underbed shall be spread and brought to a level 3/4" below the finished terrazzo surface. Divider strips shall be installed in the underbed while in a semi - plastic state. The top edges of the divider strips shall be not more than 1/32" above the prescribed elevation of the finished terrazzo surface at any point and shall show in the surface of the finished work. After the divider strips have been placed, the surface of the underbed shall be cross scratched to assure a suitable bond between the underbed and the terrazzo mix. Terrazzo mix shall be in the proportion of two hundred (200) lbs. of marble chips to. one (1) bag (94 lbs.) of portland cement, mixed dry, to which water shall be added, not to exceed five and one -half (52) gallons, and mixed thoroughly. The terrazzo mix shall also have five (5) lbs. of pigment added to every ninety -five (95) lbs. of portland cement. A minimum of one (1) day after the underbed and dividers have been laid, saturate the underbed with water, removing excess and dust, before the placing of the terrazzo mix. The mix shall be placed in the spaces formed by the dividers and then sprinkled with wetted chips specified for the terrazzo surface. It shall be rolled into a compact mass by means of heavy stone or metal rollers until the superfluous cement and water have been extracted, after which it shall be hand trowelled to an even surface disclosing the lines of the strips on a level with the terrazzo fill. The finished surface shall show approximately 70% of marble granules. The terrazzo work shall be cured for a minimum of six (6) days by the application of a colorless liquid resin -base type membrane coating or by wet applications (i.e. paper, sand or curing mats). When the terrazzo has set sufficiently hard, it shall be machine rubbed, using number 24 grit or finer abrasive stones for the initial rubbing. It shall be resurfaced using number 80 grit or finer abrasive stones. All grinding shall be done in the presence of an excess of water. Immediately following the above grinding, the terrazzo surfaces shall be thoroughly cleaned, after which a light grouting of neat portland cement of the kind and color as in the terrazzo mix shall be applied to the sur- face filling all voids. The grouting shall be cured, and remain until the time of the final cleaning. Final cleaning or fine- stoning shall not take pTace sooner than sevehty -two (72) hours after the terrazzo voids have been grouted. 0 SP4of4 Excess grouting of the terrazzo shall.be removed'by machines using number 80 grit or finer abrasive stones in the presence of an excess of water. After the final grinding, the terrazzo shall be thoroughly cleaned of all dust and fines, and dry sealers or treatments shall be applied as recommended by maintenance members of the National Terrazzo and' Mosaic Association. The terrazzo shall then be machine buffed. VIII. RESPONSIBILITIES OF THE CONTRACTOR Section 7 -2.1 of the Standard Specifications is amended to include the following: Each member of the Contractor's work force installing the terrazzo shuffleboard court, shall have a minimum of 5 years of documented experience in the installation of terrazzo surfaces. ( {\ �owz fk§ � k . I P1 \ \ / /) - rn k � © /,&2� , k )99999 /) } §»2 \2}0 \. w 3! ~e a! »:k} %2 }/{ act ) ra > `� ;,, | =•5 % -, § >,9. \xc \) 44 ° ®�7 �w ; Q> ( {\ �owz fk§ � k . I P1 \ \ / ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OASIS SHUFFLEBOARD COURT. CONTRACT NO. 2378 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 42663 -3884 Gentlemen: 1, PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ' ITEM NO. QUANTITY AND UNIT TM-K DESC�tIPiIUN UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 1. Lump Sum Mobilization unclassified excavation and subgrade preparation Dollars and Cents $ 00.5' $ 3V M_ Lump Sum 2. 82 Place crushed aggregate base Tons @ f..., Dollars and Cents $ of $ / Per Ton of 3. 2 Construct shuffleboard courts except C.A.B. Each MO-co %/Ho- jAm3Sii Dollars and /k4 Cents $ :Z 640 o/ $ -7, 200 Each 4. 1,275 Construct P.C.C. roadway except C.A.B. Square Feet @ Dollars and �-- T-r Cents —v $ /_ �— $ 5' /2.5'o Per square foot PR lb ITEM QUANTITY ITEM DESCRIPTION UN L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 100 Construct P.C.C. commercial driveway Square Feet approach except C.A.B. @ Dol l ars and _ �✓5 Cents $ .2" $ ZaJ Per Square Foot 6. 8 Adjust P.V.C. surface drains to grade Each _ @ Dol l ars and /< Cents $_ /S $ / Z o Each 7. 7 Install galvanized steel pipe Each @ Dollars and Cents $ 7S $ SLS , Eac 8. 4 Install wood /steel contour bench Each ;- •�8orlIars and N J Cents $_.7 �J $_ Each 9 700 Construct P.C.C. side drains and sidewalks Square Feet @_ Dollars and Suonr`7 i .r.i Cents $ Per square foot TOTAL PRICE WRITTEN IN WORDS: /p/pVjAdM %AJY /iJH�AM f w2 Dollars and r=i�TS Cents $ / 74 dVo ry Contractor's License No. J4oZs z9 V✓.v�cc -,�ti� Bidder 7t�1'i.S-S�. -oRZ r) Bidder's Telephone Number vAUtthorited Signature /Tit e Date 3 -„g o - ,F.Y Bid/i2L S <.a✓� / =r ✓. G�ccfti derr s Address r 'op 0 INSTRUCTIONS TO BIDDERS Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification 3.30-3 Date Bidder Authorized Signature /Title • . Page 3 .I DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1 . ` � %Sam -� `�.z o �•crru.�,.a-,� .., -r i ,�o s �,� t rr1 2. 3. 4. 5. 6. 7. 8. 4. 10. 12. Bidder Authorized Signature /Title 0 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Bidder ; Z Authorized Signature /Title Subscribed and sworn to before me this 30th day of March 1983. My commission expires: 7 -II -86 l / 1 112�-_- LINDA S. HAYES NOTARY PUBLIC • CALIFORIIIA PRINCIPAL OFFICE IN ORANGE COUNTY f CPIImium UP I* 11.1486 • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Bidder AuthorizedSignature Title 0 • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No Bidder n-- J Authorized Signatur /Title Y Sure4 y Jn ,4urance L'oivan y Premium included in Bid Bond Service Undertaking of California BOX 2430 2250 WEST WHITTIER BOULEVARD LA HABRA, CALIFORNIA 40531 PROPOSAL BOND BOND NO. 520079 -110 KNOW ALL MEN BY THESE PRESENTS, That we, WAKEHAM CONSTRUCTION INC. 11225 SLATER AVENUE FOUNTAIN VALLEY, CA. 92708 as Principal, and Surety Insurance Company of California a corporation under the laws of the State of California, as Surety, are held and firmly bound unto — CITY OF NEWPORT—BEACH _ (hereinafter called the obliggee) TE13 PERCENT OFAMOUNT OF ATTACHED BID, TOTAL BID NOT TO FXCEFD THIRTY THOUSAND AND N01100 10% in the full and just sum of - -- __— _______ —_`__ Dollars, ($_— ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severely, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for OASIS SHUFFLEBOARD COURT CONTRACT NO. 2378 NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 25th day of _ —_ MARCH 19 83 WAKEHAM CONSTRUCTION INC. _ PRI•NUIPAL SURETY By // _\ Lt ` _. ATTORNEY •FACT aaeo•o� PATRICIA H. JOHNS 0 0 1 O N r � a - m N 0 N O O ➢ � zz � a a P Pi w N N w n H n 'd P. O nimm�mw(DI M t" r r O n C N w n ow V M O- m o rq w °• N 10 o x m m m o w M w w n p n w n m n a H• O E r` N cNt o m rt n m m b a o w M m E n Q. w N a m n w w b H• rt C m n14 Iwo 9L H. N K O � 0 G 0 r• N w w �i o w pl M n 0 n� H. n K 0 p' .� m m `C n _ w M M 7' z H W -y w H• H• I M N rf) N N m 7 T' w H �'° rt n V] p art (D rt N, n o ol H w 14 rt m O w H• p, rmr m me w m v • rtnNmCa°'0H.- n P. fw't HO H R. rt 7' O N I w H. 7 � O w N (D`nd M m z H 0, S 1r+ . N\ M M w m H• �C \ N N H. O N H. N O' m m N ((DD N It QG H• a' 'b H H p aN w 0 m b O n O p N m r't 0 N m n H. n ,.� rt VY w m c i . o o m a w n m n 00 9 9 N m 9 n p n o m r• o m m m• a m w n w p g p n w C N Cr n rOn m H• ro 9 7 H rtmJ M E n w n m rt(D �i rt n M O M yj N O H w❑ n w H. n p m rt r d o xN n E3 w rt W iH-A Q. `C O N `C m n rt 0 H• I ti 4 p' I n r• H CL H• `C O H. o o N�3 p p x 1 MP. w \w (D h1 C Zw ' 1 cn w C N ,. 'o w H. !e: W H 0 V N n m n rt {aD 7. rt n E o 'J m w ron m � r• n O n a H n v a O m G n C m w n N n o a K yrw* 7N 14 m w I m m m I •• 1-4 m n n In c°zI a Fy� H O o�j ftjn O N H b 0 chi i7( H ra `9— En N .. K/G�ZeltQylc �4% ald�'duC�i4ct , -AKG General Engineering Contractor 11225 Slater Ave. Fountain Valley, California 92708 (714) 556 -0820 Contractor's License z 402529 March 30, 1983 City of Newport Beach Oasis Shuffelboard Court Attached please find a copy of the 1982 financial statement and list of references for Wakeham Construction,Inc. Should you have any questions or if I can be of further assistance please contact me. Respectfully submitted; W. R. Wakeham President Surety Jnjurance Company o f California "The Dollars and Sense Surety' Box 2M 1a Habra, Califorals 96661 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 2808 .✓Clow afl men Ly these presents, That Surety Insurance Company of California, a California Corporation, hav- ing Its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7 (b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute an behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ - Inge obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint R. G. Johnston, Jr. or Patricia H. Johnston City f Industry, California .................. ._....._.... --- ................ ............. ............. ....... of..._.._-- _.....y..... ...._.... -` y ............. .......... ..._ ................. . its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO One __Hundred--- ltaentx.- Five - _Thousand.. Dollars- - - -- -- .{1ZS- ,.000.00�- FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO ....... ------------- December 31, 1983 ................._........................................------------------------- And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. �� F, Surety Insurance Company of California has caused these presents to be signed by its duly 5 aeryan 'f9 corporate seal to be hereunto affixed this .........14th y December 82 .................da of......... 19........... f C SURETY URANCE COMPANY OF CALIFORNIA -A, INC[,RPDRATED °P= o N JAN, 31, 1969 d By - John F. Merrill President SS: �p O C 911' }l,, NGE On thie..._�!.tday of - December A.D. 19_$Z._.., before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSIIRANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he !e the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- melt fa the Corporate Seal of said Company, and the said Corporate Sea] and his signab9re as officer were duly affixed and subscribed to the Bald instrument by the authority and direction of the said Corporation, and that Article IV, Section T(b) of the By -Laws of eafd Company, referred to In the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La EIabr the day and year first above written oFrlaALSI L CAROLYN! MARCUS NMARY rt) BLICI:ALIFORNIA PRINCIPAL OFFICE IN 'Notary PUb11C � �'i `' ORANGE COUNTY I CERTIFICATION My Cnmmisvon Enpimx MAY ILL 1985 I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorney remains in fail force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this.2 Sthday of- SEAL)CH ......... .. .................. 19.83....... ..... LG.r ---..... .........--- ---....---- ........ Secre a60�550-M02 (Rev. 12180) tary Phillip R. Gilbert JOBS RECENTLY COMPLETED$ YEAR I OWNER TYPE OF WORK CONTACT PHONE 1983 CTNC Site Clearing Jerry Nordemen 541 -5681 j 1983 County of Orange Grading & Paving Dave Marshall 834 -7091 ✓1982 City of Hunt.. Bch. Park Don Noble 536 -5431 1982 County of Orange Park Jerry Gillin 834 -7090 ✓1981 City of Santa Ana Bike Path Ron Ono 834 -4939 /1981 County of Orange Courthouse Land.. Paul Peters 834 -2586 1981 U.S. Navy Trailer Pad Stan Measure 213 -594 -7500 1981 U.C. Irvine Parking Lot Henry Poppenhusen 833 -6511 1982 City of Costa Mesa Parking Lot Dave Alkeema 754 -5300. - , � / ~ KEHAM CONSTRUCTION CO,, BALANCE SHEET OCTOBER 31, 19S2 UNAUDITED ASSETS UR ENT SETS ---_-- �ETTY CA�H �--- -- CASH IN BANK CASH SAVINGS SAVINGS-DOWNEY SAVINGS-PAYROLL CASH FUND-PAINE WEBBER ACCOUNTS RECEIVABLE-TRADE ACCOUNTS RECEIVABLE-BEE JAY ACCOUNTS RECEIVABLE-JONN THOMAS CONS PREPAID INTEREST-TRUCK PREPAID INTEREST-CAMINO TOTAL CURRENT ASSETS INVESTMENTS ----^^^---`-COINS TOTAL INVESTMENTS PROPERTY AND EQUIPMENT ---N TORE_ --D-�-��--�� TRUCK AND AUTO DEPRECIATION ALLOWANCE TOTAL PROPERTY AND EQUIP OTHER ASSETS ----`I'----` TOTAL OTHER ASSETS TOTAL ASSETS SUBJECT TO ACCOUNTANTS COMMENTS $765 --------- 3,6U8 58'675 ( 45,079> --------- �� 1200 3,401 100 3U7 6112 62,354 98S 205,000 846 298 ------- 282,160 17 204 35 ----------- $30U,164 .11, 1 I==. Z:. ^� �x ` W j HAM CQNSTRUCTIQh|CO./ IN ��� * ' ��r BALANCE SHEET \� � OCTOBER �1 / / 1982 / UNAUDITED / LIABILITIES AND CAPITAL �� TES ������-EA----CR COR NOTES PAYABLE CADILLAC NOWS PAYABLE-MAN. BANK ACCOUNTS pAYABLES-TRADE FED SQC SEC TAX PAYABLE STATE DISABILITY PAYABLE LOAN FROM SHAREHOLDERS TOTAL CURRENT LIABILITIES ST CKH0L R EQUITY 06AMON STOCK �'��� RETAINED EARNINGS NET YTD INCOME TOTAL STOCKHOLDERS EQUITY TOTAL LIA8 AND EQUITY SUBJECT TO ACCOUNTANTS COMMENTS $5,08S �27,516 2,185 --------- $935 ( 1.283) 7,O00 25'665 91 11 33/844 65,543 234,621 ---`------- $3O0'164 • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: OASIS.SMU FFLEBOARQ;000RTS (G- 2378)i RECOMMENDATION: DISCUSSION: 0- -(a39� April 11, 1983 CITY COUNCIL AGENDA ITEM NO. F" -3 1a ) Award Contract No. 2378 to Wakeham Construction, Inc. for $17,404.50 and authorize the Mayor and the City Clerk to execute the contract. At 11:00 A.M. on March 30, 1983 the City Clerk opened and read the following bids for this project: Bidder Amount Bid Low Wakeham Construction, Inc. $17,404.50 2 Ramirez & Bennet Construction, Inc. 17,940.00 3 Markel Cement Construction, Inc. 19,640.00 4 P. W. Contracting Co., Inc. 23,026.00 The low bid is 3% below the Engineer's estimate of $18,000. Wakeham Construction, Inc. the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that Wakeham Construction, Inc. (1) has successfully completed projects of a dif= ferent nature for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. The project provides for the construction of two shuffleboard courts, benches, sidewalk, a driveway approach, and a service road at the Oasis Senior Citizens Center. The Friends of Oasis initiated the project and provided 50% of the construction funds. The County of Orange has provided the remaining 50% of the funds. Adequate Funds have been budgeted under Account No. 10- 7997 -055. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 31, 1983. Benjamin B. Nolan Public Works Director SJL:rb u --ITFI t 011 11 1 1--1 m ws -1 M Q . \ \, \ /���� rri rrn \ }}- &Jj \�2} I I f I I cl �� � �\ � |� ! |> / ��. .! ` | ( z: � | cL:; LAI z |\ A� L>j > � || � | || �7 � �� `�`�� ( /�ƒ oz -4 M n --i = 0 — :0 rr? )P. --if M n En z I CUD) -4 < 3t i R . M > t mC-�-1 Zo_ ^, a ri n � O CD v N C 3 NMI I mC-�-1 Zo_ ^, a ri n � O -i h 9 CD v N C 3 -i h 9 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, 55. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: .......V.�(4f".... ..... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 1� day of W4T, 19 F3 Signature THE NEWPORT ENSIGN 0 This space is for the County Clerk's Filing Stamp Proof of Publication of A Paste Clipping of Notice SECURELY In This Space lun- del tlms and PROOF OF PUBLICATION 11 TO: CITY COUNCIL FROM: Public Works Department RECOMMENDATION: 8rch 14, 1983 CITY COUNCIL AGENDA ITEM NO. F-11 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A. M. on March 30, 1983. DISCUSSION: The project provides for the construction of two shuffleboard courts, benches, sidewalk, a driveway approach, and a service road at the Oasis Senior Citizens Center. The Friends of Oasis, which initiated the project and are providing 50% of the construction funds, have approved the plans and specifications. The County of Orange also has approved the plans and specifications, and has agreed to provide the remaining 50% of construc- tion funds. (See attached copy of memo from the Parks, Beaches and Recreation Department to the City Council dated January 10, 1983.) The Engineer's estimate is $18,000. Funds in the amount of $20,000 have been budgeted under Account No. 10- 7997 -055. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 31, 1983. e / C. , a Benjamin B: Nolan Public Works Director • SL:rb Att. R� 0 CITY OF NEWPORT BEACH 0 Parks, Beaches 8 Recreation Department January 10, 1983 CITY COUNCIL AGENDA Item No. - c TO: Mayor and City Council FROM: Parks, Beaches & Recreation Director SUBJECT: Shuffleboard Courts at OASIS Facility Recommendation: Accept a donation from the Friends of OASIS, Inc. of $10,000 as a matching amount; accept revenue sharing funds of $10,000 from the County of Orange, and approve the funds as a budget amendment of $20,000 to provide shuffleboard courts at OASIS. Discussion: The Friends of OASIS, Inc. assumed the responsibility of providing needed shuffleboard courts at the OASIS facility as a project that they would fund. This commitment furthers the cooperative agreement between the "Friends" and the City as found in Council Policy I -17. During their pursuit of this objective, through Supervisor Riley's office, it was found that the County of Orange Revenue Sharing Funds were available on a 50% matching basis. However, a County condition of having the project administered by a public agency requires the recommended actions to be proposed. The preliminary plans and specifications for the shuffleboard courts were prepared at no fee by Robert H. Rollins, a retired engineer and active member of OASIS. The plans are being revised and prepared by the Public Works Department. The plans and specifications will be transmitted to the County of Orange for approval prior to being brought back to the Council for authorization to bid. In summary, the proposed action will provide improvement to the OASIS facility without additional City funds being appropriated. 0 0. •