HomeMy WebLinkAboutC-1797 - Construction of heliport top of Jamboree Road Police FacilityLc Cr A. ......
1'y
M -
y
TO: CITY COUNCIL
FROM: Public Works Department
0
September 27, 1976
CITY COUNCIL AGENDA
ITEM NO. H -9
SUBJECT: CONSTRUCTION OF jFELIPORT AT JAMBOREE ROAD POLICE FACILITY
(CONTRACT 17 97)
RECOMMENDATIONS:
1. Accept the work.
2. Waive any liquidated damages.
3. Authorize the City Clerk to file a notice of completion
and to release the bonds 35 days after the notice of
completion has been filed.
DISCUSSION:
On May 24, 1976, the City Council awarded the contract for the
construction of a heliport on top of the Jamboree Road Police Facility
to P. J. Walker Company, Los Angeles, in the amount of $49,700. The work
has been completed to the satisfaction of the architect, the Police
Department, and the Public Works Department.
The bid price was $49,700.60
Amount of Change Orders 226,27
(Pedestrian ramp over a drain pipe)
Total Contract Cost $49,926.27
The source of funds was the Federal Revenue Sharing Program.
The plans were prepared by Robinson- Thompson Associates of
Irvine, architects for the Police Facility building.
f
The contract date of completion was August 25, 1976. The Police
Department started to use the heliport on September 2. Recommendation
that any liquidated damages be waived is made for the following reasons:
1. The contract period of 60 calendar days did not include
sufficient time for preparation and approval of shop
drawings which normally takes about three weeks.
2. The contractor prosecuted the job vigorously and tried
hard to make the deadline.
3. The delay did not seriously inconvenience the Police
Department.
oseph eDevlin
ublic Director
KLP:jd
*May 24, 1976
CITY COUNCIL AGENDA
ITEM NO. H-2 (d)
.TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF HELIPORT ON TOP OF JAMBOREE ROAD POLICE FACILITY
BUILDING (CONTRACT 1797)
RECOMMENDATION:
Adopt a resolution awarding the contract to P. J. Walker Company
for the amount of $49,700.00, and authorizing the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
Three bids for the project were opened and read by the City Clerk
at 2:00 P.M. on May 14, 1976:
Bidder Amount
P. J. Walker Company, Los Angeles $49,700.00
KRW Corporation, La Habra $58,249.00
Petroleum Contractors, Inc., Long Beach $59,000.00
The low bid is 23.8% below the architect's estimate of $65,218.
The contractor is well known in the local construction industry. A recent
local job was the headquarters of the Irvine Industrial Complex on Campus
Drive near MacArthur Boulevard.
The 1975 -76 budget contains an appropriation of $60,200 for the work.
The project provides for a 45' x 45' concrete landing pad plus safety fencing,
lights, and walkways. The source of funding is the Federal Revenue Sharing
Program.
The revised project estimate is as follows:
Construction $49,700
Architectural Fees 4,200
Miscellaneous
Printing Plans, Testing, Etc. 600
Contingencies (10% x $49,700) 4,970
TOTAL COST
$59,470
The plans were prepared by Robinson - Thompson Associates of Irvine,
architects for the Police Facility building.
The date of completion is
Zone Conservation Commission permit
seph T. �pevlin
blic Works Director
id
estimated to be July 23, 1976. A Coastal
has been obtained.
0 •
MAY 2 4 1976
BY f6 CITY COUNCIL
CITY .OF T 1&kCH RESOLUTION NO. 877
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
P. J. WALKER COMPANY, LOS ANGELES, IN CONNEC-
TION WITH THE CONSTRUCTION OF A HELIPORT ON
TOP OF JAMBOREE ROAD POLICE FACILITY, CONTRACT
NO. 1797
WHEREAS, pursuant to the notice inviting bids for
work in connection with the construction of a Heliport on
top of Jamboree Road Police Facility, in accordance with the
plans and specifications heretofore adopted, bids were received
on the 14th day of May, 1976, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefore is P. J. Walker Company, Los Angeles;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of P. J. Walker
Company, Los Angeles, for the work in the amount of $49,700.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ATTEST:
X362.
ADOPTED this 24th day of May , 1976.
yor
City Clerk DDO /bc
5/18/76
� 1
I ftAL 14OTME
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City
Clerk, City Hall, Newport Beach, California, until 2:00
P.M. on the 14th day of May, 1976, at which time they
will be opened and read, for performing work as follows:
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Bids must be submitted on the proposal form attached
with the contract documents furnished by the Public Works
Department. The additional copy of the proposal form is
to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified'eheck
or Bidder's Bond, made payable to the City of Newport
Beach, for an "amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID"
shall be clearly marked on the outside of the envelope
containing the bid.
The contract documents that must be completed, exe-
cuted, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References,
These documents shall, be affixed with the signature
and titles of the persons sigafog on behalf of the bidder.
For corporations, the signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are requiredand the CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of\
Chapter 9, Division III of the Business and Professions'
Code. The contra for shall state his license number and
classification In the proposal.
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Department, City Hail, Newport Beach, California, at no
cost to licensed contractors. It is requested that the plans
and contract documents be returned within 2 weeks after
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors of America. Copies may_ be obtained from
Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special. Provisions and
Standard Drawings. Copies of these are available at the
Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work
for City" form has been adapted by the City. This form
is the only certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon award of the contract.
For any required bonds, the company leaning Bid Bonds,
Labor and Material Bonds, and Faithful Performance
Bonds must be an insuraace company or surety company.
licensed by the State of California. The companies must .
also have a current General Policy Holders Rating of
A or better; and a Financial Rating of at least AAA as
per the latest edition of Best's Key Rating Guide (Prop-
erty - Liability).
In accordance with the provisions of Article 2,Cbapter 1,
Part 7 of the California Labor Code (Sections 1770 at seq.),
the City Council of the City of Newport Beach has ascer-
tained the general prevailing rate of per diem wages
in the locality In which the work is to be performed "for
each craft; classification, or type of workman or mechanic
needed 0 execute the contract and has set forth these
Items in Resolution No." 8701 adopted February. 9, 1976.
A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed
by all provisions of the California Labor Code relating
to 'prevailing wage rates (Sections 1770 -1781 iaalesise).
The contractor-sMU be respossIble for compliance
with Section 1777.5 of the Caftmia Labor Code for
all apprenticeable occupations.
The contractor shall post a copy of the preniling wage
rates at the job site. Copies may be obtained from the
Public Works Department.
The City will pay for more than 2596 of the cost of this
contract with federal revenue shering fonds; theielbre,
compliance with the Davis -Bacon Act is requlred,:Tbe
provisions of Part 5a of Title 29, Subtitle A, Code of
Federal Regulations sign apply to this contract: Pro-
rising of the Davis -Bacon Act and of Part 59 ofT111e
29, "Subtitle A, Code of Federal Regulations that affect
this construction project are included In the caatract
provisions under the heading of SPECIAL CONDITIONS.
The contractor is required to" "guarantee all work for
a period of one year from the data of acceptance of the
eeatractby,the City Council.
-The City reserves the right to reject any " or. an"
'
and to waive any iatorma tiR 1a each bids.
% f" . X)RIS GZOWJj,, Actibi City CI**
BEACH, CAL1F0@# :.
Publi(ih April 15, EE, 1976, Newport Harbor SnsW
0 0
CITY OF NEWPORT AEACIf, CALIFOR*A d
NOTICE UMTING'BIDS
SEALED BIDS will be received at the office of the City .
Clerk, City Hall, Newport Beach, California, until 2 :00
P.M. on the 14th day of May, 1976, at which time they
will be opened and read, for performing work as follows:
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Bids must be submitted on the proposal form attached
with the contract documents furnished by the Public Works
Department. The additional copy of the proposal form is
to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified'eheck
or Bidder's Bond, made payable to the City of Newport
Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID"
shall be clearly marked on the outside of the envelope
containing the bid.
The contract documents that must be completed, exe-
cuted, and returned in the sealed bid are: .
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall, be affixed with the signature
and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. in the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of
Chapter 9, Division III of the Business and Professions'
Code. The contractor shall state his license number and
classification in the proposal.
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Department, City Hall, Newport Beach, California, at no
cost to licensed contractors. It is requested that the plans
and contract documents be returned within 2 weeks after
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer -
ican Public Works Association and the Associated General
Contractors of America. Copies may be obtained from
Building News, Inc., 3055 Overhand Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and
Standard Drawings. Copies of these are available at the
Public Works. Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work
for City" form has been adopted by the City. This form
is the only certificate of insurance acceptable to the City.
The successful low bider will be required to complete
this form upon award of the contract.
For any required bonds, the company issuing Bid Bonds,
Labor and Material Bonds, and Faithful Performance
Bonds must be an insurance company or surety company.
licensed by the State of California. The companies must
also have a current General Policy Holders Rating of.
A or better; and a Financial Rating of at least AAA as
per the latest edition of Best's Key Rating Guide (Prop -:
erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,'
Part 7 of the California Labor Code (Sections 1770 at seq.),
the City, Council of the City of Newport Beach has ascer -'
tained the general prevailing rate of per diem wages
to 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 and has set forth these
Items In Resolution No. 8701 adopted February. 9, 1976.
A copy. of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed
by all provisions of the California Labor Code relating
°� to prevailing wage rates (Sections '1770-1781 inclusive).
The contractor shall be responsible for compliance
S 17 C forma L bo Cod f
with ectfon 77.5 of the ail a r e or
all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage
rates at the job site. Copies may be obtained from the
Public Works Department.
The City will pay for more than 25% of the cost of this
contract with federal revenue sharing funds; therefore,
compliance with the Davis -Bacon Act is required. The
provisions of Part 5a of Title 29, Subtitle A, Code of
Federal Regulations also apply to this contract. Pro-
visions of the Davis -Bacon Act and of Part 5a of Title
29, Subtitle A, Code of Federal Regulations that affect
this construction project are included in the contract
provisions under the heading of SPECIAL CONDITIONS.
The' contractor is required to guarantee all work for
a period of one year from the date of acceptance of the .
contract by the City Council.
The City reserves the right to reject any or all bids
and to waive any informality in such bids.
DORIS GEORGE, Acting City Clerk
CITY OF NEWPORT BEACH, CALIFORNIA
Publish: April 15, 1976, in the Newport Harbor Ensign.
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City
Clerk, City Hall, Newport Beach, California, until 2:00
P.M. on the 14th day of May, 1976, at which time they
will be opened and read, for performing work as follows:. 4__ .
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Bids must be submitted on the proposal form attached
with the contract documents furnished by the Public Works
Department. The additional copy of the proposal form is
to be retained by the bidder for his records.
Each bid must be accompanied by cash, certifted'eheek
or Bidder's Bond, made payable to the City of Newport
Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID"
shall be clearly marked on the outside of the envelope
containing the bid.
The contract documents that must be completed, exe-
cuted, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature,
and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. in the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of
Chapter 9, Division III of the Business and Professions'
Code. The contractor shall state his license number and
classification in the proposal.
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Department, City Hall, Newport Beach, California, at no
cost to licensed contractors. It is requested that the plans
and contract documents be returned within 2 weeks after
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer -
ican Public Works Association and the Associated General
Contractors of America. Copies may be obtained from
-Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special, Provisions and
Standard Drawings. Copies of these are available at the
Public Works Department "at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work
for City" form has been adopted by the City. This form
is the only certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon award of the contract.
For any required bonds, the company issuing Bid Bonds,
Labor and Material Bonds, and Faithful Performance
Bonds must be an Insurance company or surety company.
licensed by the State of California. The companies must .
also have a current General Policy Holders Rating of
A or better; and a Financial Rating of at least AAA as
per the latest edition of Best's Key Rating Guide (Prop-
erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,'
Part 7 of the California Labor Code (Sections 1770 at seq.),
the City Council of the City of Newport Beach has ascer-
tained the general prevailing rate of per diem wages
in the locality in which the work Is to be performed for
each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these
items in Resolution No. 8701 adopted February. 9, 1976.
A copy of said resolution Is available in the office of the
City Clerk. All parties to the contract shall be governed
by all provisions of the California Labor Cade relating
to prevailing wage rates (Sections 1770 -1781 inclusive).
The contractor shall bo -responsible for compliance
with Section 1777,5 of the CAftnts Labor Cods for
all apprenticeable secepaUatls.
The contractor .shall post a 6W of the Prsv&Uft watts
rates at the job site. COON may be obtsbed floor the
Public Works Department.
The City will pay for more than 25% of the costormN -
contract with federal revenue sharing funds; therefore,
compliance with the Davis -Bacon Act . is required. The
provisions of Part 5a of Title 29, Subtitle A, Code of
Federal Regulations also apply to this contract. Pro-
visions of the Davis -Bacon Act and of Part 5a of Title
29, Subtitle A, Code of Federal Regulations that affect
this construction project are included in the contract
provisions uadar the heading of SPECIAL CONDITIONS.
The contractor red to guarantee all work for
a period of one year the date of acceptance of the.,
contract by the City Council.
The City reserves the right to reject any or alLbids
and to waive any informality in such bids.
DORIS GEORGE, Acting City Clerk
Cft OF NEWPORT BEACH, CAIROPPi[A
.AtirII, . 11975,._t!o tha,Nerport 1 .'
40
1,
April 12, 1976
CITY COUNCIL AGENDA
ITEM NO. H -10
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF HELIPORT ON TOP OF JAMBOREE ROAD POLICE FACILITY
(CONTRACT NO. 1797).
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
received and opened at 2:00 P.M. on May 14, 1976.
DISCUSSION:
The 1975 -76 budget contains an appropriation of $60,200 to construct
a helicopter landing pad on the roof of the Jamboree Road Police Building.
The project provides for a 45' x 45' concrete landing pad plus safety fencing,
lights, and walkways. The source of funding is the Federal Revenue Sharing
Program.
The project estimate is as follows:
Construction $65,218
Architectural fees 4,200
Miscellaneous
Printing plans, testing, etc. 600
Contingencies (5% x $65,218) 3,260
TOTAL COST
$73,278
A budget amendment will be prepared for consideration by the City
Council after the bids have been received.
The plans were prepared by Robinson - Thompson Associates, of Irvine,
who were the architects for the Police Facility building. A set of plans will
be on display in the Council chambers.
The date of completion is estimated to be July 23, 1976. A Coastal
Zone Conservation Commission permit has already been obtained.
seph evlin
blic orks In
P:jd
BIPCO FORM 5 O
STOP NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS
)Public or Private Work)
CONTROLLER
TO: CITY OF NEWPORT BEACH
(Name of owner, public body or construction fund bolder)
3300 W. Newport Blvd.
(Add.. If directed to a bank or savings and loan sun.. use address of brand, holding fund)
Newport Beach, Ca. 92663
(City, state and zip)
Helicopter Landing Facilities
PROJECT: Police Faculity Building
(Name)
Jamboree Road
(Address)
Irvine, California
(City, State And Zip)
LEE AND DANIEL
TAKE NOTICE THAT
(Name of the parson or firm claiming the stop notice. Licensed assizacNra, must sus the name under which. contractor's 'license is issued)
whose address is 500 Danlee St., Azusa, Ca. 91702
(Address of person w firm claiming stop notice)
has performed labor and furnished materials for a work of improvement described as follows: Helicopter Landing Facilities
on roof of Jamboree Rd. Police Facilities Bldg..
(Name and lantion of the project when work or materials wen fumisheO
The labor and materials furnished by claimant are of the following general kind: Structural steel and
Miscellaneous Metal
(General description of work and materials furnished)
The labor and materials were furnished to or for the following party: Pe J. Walker Co. , 3900 E. Whiteside St. ,
Los Angeles, Ca. 90063
(Mama of party who ordered Me wort or materials)
The value of the whole amount of labor and materials agreed to be furnished is i 17,127.00 _
(rural A enrything claimant agreed or contracted to furnish)
The value of the labor and materials furnished to date is $ 17,127.00 Claimant has been paid
(Total vlue of everything actually furnished by claimant)
the sum of; 15,300.00 and there is due, owing, and unpaid the sum of $ 1,827.00 together
(Total amount which has been paid to claimant) (Balance doe to claimant on the pmled)
with interest at the rate of 7 %per annum from July 20 19 76
(Interest as specified in contract- If none, legal rate is 7%) (Data when unpaid balance became due)
You are required to set aside sufficient funds to. satisfy this claim with interest You are also notified that claimant claims an equitable lien
against any construction funds for this project which are in your hands.
FIRM N
C� (N s of syp n w claimant-. —�gej instncnans for awes)
BY:
or agent of stop notice claimant must sign here and verily below)
VERIFICATION
I. the undersigned, say: I am the .airman of the Board of the claimant of the foregoing
(—president of". "Manager d ", "A partner of ", "Dwner of." etQ
Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on NovenbpT' 16 19.36__, at
(Date this document waa signed)
SEE REVERSE SIDE
city when \riop notice signed)
real si[natun of the Individual who is swearing
that the contents of step notice am true)
INSTRUCTIONS
California.
Daniel
This and other construction forms available from BUILDING INDUSTRY PUBLISHING CO., 1666 Corinth Avenue. Los Angeles. Calif. 90025
INFORMATION ABOUT STOP NOTICES
Time for Filing: The period for filing. stiftlices is the same as
the period for recording mechanics' liens. lWmeans that the stop
rotice must be filed within 90 days after the completion of the entire
cork of improvement, unless the owner records a notice of completion.
In that case, the stop notice must be filed within 30 days after record-
ing of the notice of completion.
Effect of Stop Notice: The owner or fund holder must withhold suf-
ficient money to satisfy the stop notice claim.
Where to File: If the stop notice is on a public job, it should be
filed with the control e1T. —audttm --nr anv-vuMic M urM- F-bTM2 rr'wh..
the overall contract was awarded. In the case of a California State con-
tract by or through the Department of Public Works, the notice must be
filed with the Director of Public Works. In the case of other state work,
it must be filed with the head of the State department, board, commission,
or officer who awarded the contract. In the case of private work, the
stop notice may be filed either with the owner of the project or with the
construction lender, joint control, or escrow holder holding construction
funds.
Mailing: The sto ce should be served by registered or certified
mail.
Stop Notice Bond: A bond is required when the stop notice is served
on a construction lender or escrow or joint control holding construction
funds. When the notice is served on the owner or on a public body, no
bond is required.
Suit Must be Fled: A Stop notice expires unless suit Is properly filed.
Suit may not be fled before the expiration of ten days after service of the
Stop Notice nor more than 90 days attar the expiration of the mechanic's
lien period. This means that if a notice of completion has been recorded,
suit must be filed within 120 days thereafter; H no notice of completion
has been recorded, sutt must be filed within 180 days after the comple-
tion of the work of Improvement
Additional Requirements: Under special circumstances, there are sev-
eral additional technical rules about the time within which stop notices
and stop notice suits must be filed. For further information, see California
Construction Law Manual (Building Industry Publishing Company, 1666
Corinth Avenue, Los Angeles, California 90025. The stop notice law is
frequently amended. If you have any question about proper procedure, see
your attorney.
INSTRUCTIONS FOR SIGNING AND VERIFYING THIS FORM
Signature: If the claimant of the stop notice is a corporation, an officer or managing employee should sign. If the
claimant is a partnership, a partner or managing employee should sign. If the firm is a sole proprietorship, whether or not
doing business under a fictitious name, the owner of the business or a managing employee should sign. See example:
CORPORATION
Firm Name JOHNSON ELECTRIICAL CO, INC..J
By �CPX c %���0rt� /�✓LP�
PARTNERSHIP
JOHNSON ELECTRICAL CO.
Firm Name
By x
SOLE PROPRIETORSHIP (Fictitious Name)
SPEEDY ELECTRICAL CO.
Firm Name
By
Firm Name
By
SOLE PROPRIETORSHIP (Own Name)
SID JOHNSON ELECTRIC CO.
Verification: This is a declaration under penalty of perjury. If it is signed in the State or California, H does not have
to be notarized. However, to be valid, the verification must contain the date, the city where signed, and the signature.
See above for example:
V
b
r
O N O
Y
a t• O t
..
a w a
It
8
'
Ir I •••� +
ig
O
g
l ot
IN
��
„•! 1 i! i e d ►`
Eli;
°�
.
{i.
si
�..
f
dial•
6
T..
�a� ��
�"� {[
J�
JS
Rio
Eli
s
(]
1 Ewa
;
Im3<
ix
It
:•r
V
0
November 10, 1976
P. J. walker Company
3900 East Whiteside Street
Los Angeles, CA 90063
Sub ±ect: Surety: Hartford Accident 4 Indemnity Company
Bonds No.: 5008141
Project: Construction of Heliport at Jamboree Rd. Police Facility
Contract No.: 1797
The City Council on September 27, 1976 accepted the work of subject
project and authorised the City Clark to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has
been filed.
Notice of Completion was filed.with the Orange County Recorder on
October 1, 1976 in Book 11910, Page 417. Please notify your surety
company that bonds may be released 35 days after the recording date.
Doris George
City Clerk
DG:eg
cc: Public Works Department
PITAP,'E RETURN TO
P' COQ
CIT`( CLE, !C V y VC
CITY BEACH
33 ^0 NF,;AIP�)RT GGiJLE` ARD 1 745
NEWPORT BEACH, CALIF. 92653 - j
�9
NOTICE. OF COMPLETION
PUBLIC WORKS
Px 1 1910PG 417
Free recording requested by City of
Newport Beacjt pursuant to Govt Code
No..(/ /6103 L'-TX.�'- L. - ' -Z-�
City Clerk 'J
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 25, 1976
the Public Works project consisting of construction of a heliport on top of the Jamboree
Road Police Facility
on which P T Walker f ompan)
was the contractor, and Hartford Accident & Indemnity ro=any
was the surety, was completed.
JC :ZNEWPORT BEACH
/ASST Public Works Director
VERIFICATION
I, the undersigned, say:
ASS,srAi�r
I am theAPublic 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 j;�M,3ut �% li %� at Newport Beach, California.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am,/yhe City Clerk of the City of Newport Beach; the City Council of said
City on Ze f�, ,) � I /i 'Z6 , accepted the above described work as
completed ared ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on07�h� at Newport Beach, California.
i
v
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 a
p I , 0 C T
1 1976
Past P. rY
J. WYLIE CARLYLE, Ccuniy Recorder
�I
0 0
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: September 28, 1976
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of construction of a heliport on top
of the Jamboree Road Police Facility Contract No. 1797_
on which P. J. Walker Company was the Contractor
and
Hartford Accident 6 Indemnity Companys the surety.
Please record and return to us.
Very trul yours,
Doris George
City Clerk
City of Newport Beach
Encl.
TD: Public hbrks Department
FRDM: City Clerk
SUBJECT: Contract No. 1797
Project
0
Date 11na 2g, 79719
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor:
Address: Tenn treat whitwAlde Street, Loa Angeles, Gh 63
Amount` $ 49,%100 00
Effective Date: Jana 24, 1976
Resolution No. _ 8776
Doris George
DG:swk
Att.
cc: Finance Department
0 0
June 17, 1976
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Attached are four copies of the subject contract documents
together with the insurance certificates. Please have the contracts
executed on behalf of the City, retain your copy and the insurance
certificates, and return the remaining copies to this department for
distribution.
Thank you.
Kenneth L. Perry
Asst. City Engineer
KLP:h
Attachments
CITY OF NEWPORT BEACH 46
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1797
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description:
Construction of Heliport at Jamboree Road Police Facility
This is to certify that the CYPRESS INSURANCE COMPANY
Name of Insurance Company)
has issued to P. J. WALKER CO.
of Insure
3900 Whiteside St., Los Angeles, CA 90063
(Address of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
re
sal )
✓e
aal
This policy includes at least the following coverages: Employer's Liability: $100,000.00
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors,).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards. PUBIC •cI -
g. Broad Form Property Damage. (f2NEWP2 WORA
h. Marine or Aviation (when applicable). JUN 7 197
Name of Agency or Broker: Irngbam, Coates & Pavne of i
Address of Agency or Broker: 301 East Colorado Blvd.
Telephone No. (213) MU 1 -9696
Countersigned by:
Effective date of this endorsement: May 24, , 19 76 , Endorsement No. 5
olicy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
is No.
$500,000)
$ 500,000 Protecti,
$1,004,000 Products
NX
$ 500,000 Contracts
H W C
MPLETE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From:
$ Protecti
Limit Bodily Injury
$ Products
or Property Damage
To:
$
$ Contract
Each Occurrence
WORKERS' COMPENSATION
INS. A-14-3-L&
1/17%-1/1/77 Sta utory
re
sal )
✓e
aal
This policy includes at least the following coverages: Employer's Liability: $100,000.00
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors,).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards. PUBIC •cI -
g. Broad Form Property Damage. (f2NEWP2 WORA
h. Marine or Aviation (when applicable). JUN 7 197
Name of Agency or Broker: Irngbam, Coates & Pavne of i
Address of Agency or Broker: 301 East Colorado Blvd.
Telephone No. (213) MU 1 -9696
Countersigned by:
Effective date of this endorsement: May 24, , 19 76 , Endorsement No. 5
... -•.I �.'1 .... �.. 1..,I JI.•�:f'v ._ I\I\ ,.. I I'.il�l � /:, l� I I
11,115 FORM � ;Y C'1, "lilt` O'n (1 (i:._ C.
MODIFICATIONS TO THIS CFRIGICATr 0 N!W nCr�PTA-'�L.—
n. "1' ri; Description: CONSTRUCTION OF ..ci,.OU T ._.. J.'�.i02.i i.0a '_'0 [,i Cii ,. ..
t L.T
This is to certify that the s'YRE & Toro, INC. i-
Wa:�:a of insurance Corr:pany
has issued to P. J. VALNEU COMPANY
(Name of Insured
3900 `Maiteside Street, Los An3eles, California 90053
tAooress or insure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSE `!E IT
This endorsement is attached to the policy described herein to assure compliance by
the na:r.ed insured with the terns and provisions of the contract or other agreements)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92650.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not.be contrib-
uting or primary with the insurance provided by this policy.
\ \\ \
Covera e
N0000100
olic No.
\ olicy Term \
\,
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protectil
\
$1,000,000 Products
$ 500 ,000 ,Contract)
HOW C
)k1PLETE INFOR
ATION BELOW
COMPREHENSIVE LIAB.
Combined Single
Limit Bodily Injury
Policy No.
030919
From: 1/1/76
L13RELIA EXCESS
LIABILITY POLICY
$ Protecti
$ Products
or Property Damage
To: 111 77
$ 10,000,000,
$ Contract
Each Occurrence
This policy includes at least the following coverages:
re
tal )
✓e
ual
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Caned, Hired and Hon -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e, Explosion and Underground Hazards (when applicable). A Ay
f. Parsonal Injury Hazards.
c,. Broad Four Property Da!rage.
h. I01rir:, or Aviation (when applicable).
Hain of Agency or Broker ! — -- �N ,•, ;
301 E. Colorado Blvd „Pasaina., Cnlifor 91 L01. J''f•�,
Address of Agency or Broker: _ _
Telephone No. (213) 795 -7575 WQHAM,,COATES & PAYNE ✓
TAui.horied Insurance Co,lpany Representative
date Of this endors:'.i�er:t: 61
15 Endo rS ei en't IiO.
- -- —
CITY OF ic007 BEACH
THIS FORM IS T,... ONLY CERTIFICATE OF INSURANCE r',,,1..cPTPJ3:_E TO THE CITY
OF NEWPORT BVACH WITH RESPECT TO COMYRACT NO.
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACC= PTf +3L�
Prujact Description; C..o i:J . S TV` OF H: i1K._ AT JAMBOREE ,C,r> > O.I„r
=i .._I 1;Y
CONTRACT 2AJ. 115/1
This is to certify that the 1 "_'.0,, ;;s2.:c. CO'1PA,17 —i
Name of Insurance Company
has issued to P. J. NAIXER COMAN`I
ame or Insure
000 Uhitosi.de Street, Los `nZeles California 9000
-- (Address of Insure
the policy of liability -insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s) .
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
50 the Certificate.Holder Maned above.
b. Gwnwd, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcoltrac tars) .
d. Products Liability or Completed Operations.
c. Explosion and Underground Hazards (when applicable).
-r-
f !):�'I': -i1nal iii" +li�"y Hazards,
�J.
g. C. mad Form Pt oparty Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broke.'' ._�. I :GHAO, COA: ES & PAYNE �-- —
301 c Colo:'nda Blvd P: :;'rua Calkfornlr' 91101
Address a'` Agency or Broker: ., ,
Telyphone No. (211 ) 795-7575
K untarsigned by:
& PAYNB
presentative
Eff._.:ivE date of this endorsement:_ 6/i /4 19 Endorsement No.
'e
lal )
le
pal
Term
Limits of Liability
Coverage
olic No.
Each Occurrence
Aggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protecti'
$1,000,000 Products
$ 500,000 Contract)
HOW C
MPLETE INFORM[ION
BELOW
Policy No.
COMPREHENSIVE LIAR.
COMBINED SINGLE
Combined Single
126263
From: 1/1/76
LIMix
$ 500,000 Protecti
Limit Bodily Injury
1/1/77
500 000.
$ 500 000 Products
or Property Damage
To:
$
$_5 n,,),) Contract
_
Each Occurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
50 the Certificate.Holder Maned above.
b. Gwnwd, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcoltrac tars) .
d. Products Liability or Completed Operations.
c. Explosion and Underground Hazards (when applicable).
-r-
f !):�'I': -i1nal iii" +li�"y Hazards,
�J.
g. C. mad Form Pt oparty Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broke.'' ._�. I :GHAO, COA: ES & PAYNE �-- —
301 c Colo:'nda Blvd P: :;'rua Calkfornlr' 91101
Address a'` Agency or Broker: ., ,
Telyphone No. (211 ) 795-7575
K untarsigned by:
& PAYNB
presentative
Eff._.:ivE date of this endorsement:_ 6/i /4 19 Endorsement No.
'e
lal )
le
pal
CITY OF NEWPORT BEACH
CERTIFIOE OF INSURANCE FOR CONTRACT WOVFOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1797 _
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Construction of Heliport at Jamboree Road Police Facility
This is to certify that the CYPRESS INSURANCE COMPANY
Name of Insurance Company)
has issued to P. J. WALKER CO.
Name of Insured
3900 Whiteside St., Los Angeles, CA 90063
(Address of Insure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
re
sal )
✓e
aal
This policy includes at least the following coverages: Employer's Liability: $100,000.00
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
olicy Term
Limits of Liability
b.
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
licy No.
X 11
Subcontractors,)..
d.
$500,000)
$ 500,000 Protecti,
e.
Explosion and Underground Hazards (when applicable).
$1,000,000 Products
f.
Personal Injury Hazards.
$ 500,000 Contracts
H C
MPLETE INFOR
TION BELOW
h.
Marine or Aviation (when applicable).
7
Policy No.
Name of Agency or Broker: Ingham, Coates & P
Z NE C ✓ryOF
Address of Agency or Broker: 301 East Colorado Blvd., Pasadena, O i'
COMPREHENSIVE LIAB.
Combined Single
From:
$ Protectt
Limit Bodily Injury
$ Products
or Property Damage
To:
$
$ Contract
Each Occurrence
WORKERS' COMPENSATION
INS. #4-14-3-LA 111/76-1/1777 Statutory
re
sal )
✓e
aal
This policy includes at least the following coverages: Employer's Liability: $100,000.00
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
Telephone No
(213) MU 1 -9696 �'
Countersigned by:
Effective date of this endorsement: May 24, 19 76 , Endorsement No. 5
and the Certificate Holder Named above.
b.
Owned, Hired and Non -Owned Automobiles.
c.
Contractors Protective Liability (When Insured engages
Subcontractors,)..
d.
Products Liability or Completed Operations.
a•.,
e.
Explosion and Underground Hazards (when applicable).
f.
Personal Injury Hazards.
g.
Broad Form Property Damage.
JUN
h.
Marine or Aviation (when applicable).
7
19764-
Name of Agency or Broker: Ingham, Coates & P
Z NE C ✓ryOF
Address of Agency or Broker: 301 East Colorado Blvd., Pasadena, O i'
Telephone No
(213) MU 1 -9696 �'
Countersigned by:
Effective date of this endorsement: May 24, 19 76 , Endorsement No. 5
CONTRACT NO. 1797
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
Approved by the City Council
this 12th day,of April, 1976.
Doris George, Acting; ity Clerk
SUBMITTED BY:
P. J. WALKER COMPANY
Contractor
3900 East Whiteside Street
Address
CITY CLERK
Los Angeles, California 90063
City Zip Code
(213) 262 -4131
Phone
Tota Bid Price (Item 1 only)
• • PR 1 of l
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
PROPOSAL
CONTRACT NO. 1797
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1797 in strict conformance with the plans identi-
fied as City of Newport Beach Drawing No. B- 5051 -S (consisting of 9 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
Lump Sum Construct helicopter landing facility on top of
Jamboree Road Police Facility building, complete
in place including furnishing all transportation,
materials, labor, equipment, and services necessary
to complete the project as shown on the plans and in
the specifications, for the lump sum price of:
Forty -Nine Thousand Seven Hundred Dollars
and
No
TOTAL BID WRITTEN IN WORDS
Forty -Nine Thousand SPvan Hundred Dollars
and
u� Cents
Date May 14, 1976
CONTRACTOR'S LICENSE N0. 32896.
Cents $ 49,700.00
P. J. WALKER COMPANY
Bidder's Name
Authorized
ITI 11
SigWature)' Vice Pres./Gen Mgr.
TELEPHONE NO. (213) 262 -4131
CONTRACTOR'S ADDRESS 3900 East Whiteside Street Los Angeles California 90063
,• • • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:00 P.M. Aft on the 14th day of May , 19 76,
at which time they will be opened and read, for performing work as follows:
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t� he _Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y the out ern Ca iform a Chapters of the AmericTn
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
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 and has set forth these items in Resolu-
tion No. 8701 adopted February 9, 1976. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City will pay for more than 25% of the cost of this contract with federal revenue
sharing funds; therefore, compliance with the Davis -Bacon Act is required. The pro-
visions of Part 5a of Title 29, Subtitle A, Code of Federal Regulations also apply
to this contract. Provisions of the Davis -Bacon Act and of Part 5a of Title 29,
Subtitle A, Code of Federal Regulations that affect this construction project are
included in the contract provisions under the heading of SPECIAL CONDITIONS.
The contractor is required to guarantee all work for a period of one year from the
date of acceptance of the contract by the City Council.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 32896 Classification B -1
Accompanying this proposal is Bond - 10% of Bid Amount
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
() -
Pione Nu er
May 14, 1976
Date
P. J. WALKER COMPANY
Bidder's Name
(SEAL)
S /Robert L. Alexander, Vice Pres. /Gen. Man.
uthorized Signature
Authorized Signature
0orporation - California
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
President
Assistant Secretary
Treasurer
Rpnpral Manager
Fred C. Walker
Sidney A. Haynes
Fred C. Walker
Robert L. Alexander
N
i 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
Structural Steel Lee & Daniel L.A.
Metal Deck Rowest L.A.
3.
Concrete
P.I.W.
L.A.
4.
Reinforcing
Lambert Steel
L.A.
5.
Roofing
Sears
L.A.
6.
Painting
Harris & Ruth
L.A.
7.
Plumbing
Murray Co.
Gardena
8.
Electrical
Lowell Elect.
L.A.
9.
10.
11.
12.
Aut orize ignature
ICP
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Whiteside Street
ELVA FTW" H reTZiTFIM111I.
FOR ORIGI4b SEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, P. J. WALKER COMPANY , as Principal,
and Hartford Accident and Indemnity Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of Amt. Bid Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 14th day of
May ,1976 .
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
5/14 /7r,S /D. Carol Leavitt, Notary Public
Commission expires 6/20/78
P. J. WALKER COMPANY
Principal
HARTFORD ACCIDENT AND INDEMNITY COMPANY
Surety
By S/E Harned Davis
Title Attorney -in -Fact
r
14ON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 14th day of May >
19 76 .
My commission expires:
June 25, 1976
P. J. WALKER COMPANY
S /Robert L. Alexander, Vice Pres. /Gen. Man.
S /Sidney A. Haynes
Notary Public
• Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /Robert L. Alexander, Vice Pres. /Gen. Man.
Signed
i •
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.
** SUMMARY
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Hospital Antelope Valley Hospital
Building
Modifications California Club
New
Headgiir. Building_ Irvine Company
Signed
0
0
Page 7a
PROPOSAL
The following Guarantee must be executed by the
contractor upon award of the contract.
[e .'"Wlititl
"GUARANTEE FOR CONSTRUCTION OF HELIPORT AT JAMBOREE
ROAD POLICE FACILITY" (CONTRACT NO. 1797)
We hereby guarantee that all work which we have installed
under the provisions of Contract No. 1797 of the City of
Newport Beach, California, has been done in accordance
with the drawings and specifications and that the work as
installed will fulfill the requirements included in the
specifications. We agree to repair or replace any or all
of our work, together with any other adjacent work which
may be displaced by so doing, that may prove to be defective
in its workmanship or material within a period of one year
from date of acceptance of the above - mentioned structure by
Owner, except for wear and tear and unusual abuse or neglect.
In the event of our failure to comply with the above -
mentioned conditions within a reasonable period of time,
as determined by the Owner, after being notified in writing
by the Owner, we do hereby authorize the Owner to proceed
to have said defects repaired and made good at our expense,
and we will honor and pay the costs and charges therefor
upon demand."
P. J. WALKER COMPANY
Signed __1Z (2 AI 6"_ ; -
General Contractor
Robert L. Alexander, Vice Pres /General Mgr.
Date June 3. 1976
3900 East Whiteside Street
Address Las Angeles., California 90063
Phone No. (213) 262 -4131
FORM OF GUARANTEE
EXECUTED IN FOUR COUAUARTS a No. 5008141
Page 10
Premium: $497.00 /Term
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 24, 1976
has awarded to P. J. WALKER COMPANY
hereinafter designated as the "Principal ", a contract for
CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY (C -1797
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now 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 whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
as Principal, hereinafter designated as the "Contractor ", and
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
•- Thmsand Semen .i .. M & no/IQDDollars ' /1 11
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, conditions,
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.
t
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition 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 instNument has been duly executed by the Principal and Surety
above named, on the 24rh day of Any , 19 76.
P. J. Walker Company (Seal)
(Seal)
Robert L. Alexan;ler
Vice President /General.Manager
(Seal)
Contractor
(Seal)
urety
Approved, as form:
tt -ney
STATE OF CALIFORNIA
is.
*COUNTY OF .............Orange
On this ... _24tb... day of .... ...May .................... in the year one thousand nine hundred and ... . S.ev.enty- .six ... ...., before me,
...._..._......_...... D..... Oar41 ... Leavitt .......... .................. .......... a Notary Public in and for said County, residing therein, duty
�rwrnnxvrmnnminlmorllnnwmuunnrnrmmmnlnnnllllmmrnmlrnmmmmmr
e OFFICIAL SEAL j
D. CAROL LEAVITT
.m' NOTARY PUBLIC- CALIFORNIA
/ PRINCIPAL OFFICE IN
ORANGE COUNTY a
E My Commission Expires in 20, 1978
a,manusnautuan" lnll, '� f
ilwwnN( WIIYIIN41111111111rWIWIl111NIIIINIYIIYIIlY14111m
My Commission will Expire... .......... .......
Form ii4663 -0 Printed in U. S. A. 3 -'67
commissioned and sworn, personally appeared ........... E.. ..Har.ae.d ... Davis .... ........
known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
Company, the Corporation described in and that executed the within instrument, and
also known to me to be the person...... who executed it on behalf of the Corporation
therein named, and ......he...... acknowledged to me that such Corporation executed the
same. �'♦ ,'1/
9X i�.Lti uA. [,I!j/UQ/14l I have hereunto set my hand and affixed my
Official Seal, at my office, in the said County, the day and year in this certificate first
above written.
................ ........ ' . .L^.- �C...... .................
Notary Public in and for said County, state of California
EXECUTED IN FOUR CC46TIItPARTS Boo No. 5008141
Page 8
Premium included in
LABOR AND MATERIAL BOND Performance Bond
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted May 24, 1976
has awarded to P. J. WALKER COMPANY
hereinafter designated as the "Principal ", a contract for
CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY (C -1
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.
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
P. J. Walker Company
as Principal, hereinafter designated as the Contractor and
Hartford Accident and Indemnity Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
no /100
Twenty Four. Thousaad :.:Ei t-.Hund red. :Fiffy & / Doll ars ($24,850.00 --
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 person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
i •
Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
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
t above named, on the 24th day of May , 197_,
Ilk
' i
Approv d �3\_to forme
Attqney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Da to
Attest:
City Clerk
P. J. Walker Company (Seal)
Robert L. Alexander
Vice President /General- ManagrSeal)
Contractor
HARTFORD ACCIDENT AND INDEMNITY ANY
G�Cif
(Seal)
E. Harned Davis, Attorney- in -Facit
Seal)
3 STATE OF CALIFORNIA 1
j ss.
9 COUNTY OF. .. ...... . __ Orange...
On this__- 2.4.t- -day of. _ .... .Y -- ------ ---- -- .... - -in the year one thousand nine hundred and.SgVeRt.jf.- S1X,,,,,.,__, before me,
-------------------------- D. ...... C.ar.Q.l... Leavitt ............................. .... - -.., a Notary Public in and for said County, residing therein, duly
commissioned and sworn, personally appeared .... ... ..... _,H&r-ne'd..D'av_15._........
known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
9, LYWY,.^ WY^ YYYI HWMYIYYIIYaIYHYI ^.a. ^Y ^IYYYYIYHIH ^InIHI0aYI11T Company, the Corporation described in and that executed the within instrument, and
OFf ICI AL SEAL also known to me to be the erson...._ who executed it on behalf of the Corporation
D. CAROL LEAVITT p P
NOTARY PUBLIC - CALIFORNIA therein named, and .... acknowledged acknowledged to me that such Corporation executed the
PRINCIPAL OFFICE IN ss same.
ORANGE COUNTY
My Commission Expires June 20, 1978 9fi. W,�RItQO� I have hereunto set my hand and affixed my
l'n \YYYIW,I WI WYHI,I WYYIY111111111YHIIHI lYiI11111aY11^IIIIIa111WY
— TtTr
Official Seal, at my office, in the said County, the day and year in this certificate first
above written.
`My Commission will Expire ................. ...............................
Form S- 3663.0 Printed in U. S. A. 3 -'67
Notary Public in and for said County, State of California
Page 12
CONTRACT
THIS AGREEMENT, made and entered into thisoZday of ,
by and between the CITY OF NEWPORT BEACH, California, here ina er designated as
City, party of the first part, and P. J. WALKER COMPANY
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
19 7�,
the
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated tube borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case May be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to.the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained. .
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
6
0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
ATTEST:
N. f'r) I 1.
as to form:
CITY F EWPORT IA
Bye —
ayor
P.
ontrac or
(SEAL
Byo
Robert L. Alexander
Vice Presidentneneral Manager
Title
��
Ti +te
i
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
INDEX TO SPECIAL PROVISIONS
Page
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1
II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . 1
III. FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
IV. BUSINESS LICENSES . . . . . . . . . . . . . . . . . . . . . . . 2
V. INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . 2
VII. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VIII. AWARD AND EXECUTION OF CONTRACT . . . . . . . . . . . . . . . . 3
IX. TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
X. UNFORESEEN DIFFICULTIES . . . . . . . . . . . . . . . . . . . . 3
XI. TESTS AND INSPECTIONS . . . . . . . . . . . . . . . . . . . . . 3
XII. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . . 4
XIII. MISCELLANEOUS GENERAL REQUIREMENTS . . . . . . . . . . . . . . . 4
XIV. COMPLIANCE WITH THE DAVIS -BACON ACTS AND
RELATED ACTS AS REQUIRED BY FEDERAL REGULATIONS . . . . . . . 5
A. Minimum Wages . . . . . . . . . . . . . . . . . . . . . . . 5
B. General Area Wage Determinations . . . . . . . . . . . . . . 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF HELIPORT AT JAMBOREE ROAD POLICE FACILITY
SPECIAL PROVISIONS
CONTRACT NO. 1797
I. SCOPE OF WORK
The intent of the City of Newport Beach is to build under this contract a
complete helicopter landing facility on the roof of its Jamboree Road Police
Facility building.
The work to be done under bid item No. 1 of the Proposal consists of all the
work necessary to construct the complete helicopter landing facility. The lump
sum price bid for item No. 1 shall, unless otherwise stated, include full com-
pensation for all labor, materials, tools, equipment and incidentals necessary
to the completed work. Compensation for work shown on the plans and described
in the specifications, but not separately provided for in the bid proposal,
shall be included in the price bid for item No. 1.
II. ADMINISTRATION OF THE CONTRACT
A. The Public Works Director of the City of Newport Beach shall administer
this contract.
1. Any place where the word "architect" or "owner" appears in the
Specifications, the words "Architect" or 'owner" shall be under-
stood to refer to the Public Works Director of the City of Newport
Beach or his authorized representative.
2. Any change order issued to the contractor shall be void unless
signed by the Public Works Director or his authorized repre-
sentative.
B. 1. The Standard Specifications of the City of Newport Beach shall
govern contractual relationships between the parties to this
contract.
III. FEES
A. The City will be responsible for securing a building permit and other
permits normally required by the City.
IV
V
VI
•
•
Jip L Of 9
B. The following fees normally charged by the City of Newport Beach will be
waived:
1. Building excise tax fees.
2. Building and plan check fees normally charged for the account
of the General Fund and including plumbing, electrical, dry-
wall, and plastering permits.
C. Any connection fees for plumbing fixtures charged for the account of
County Sanitation District No. 5 will be paid by the City directly.
BUSINESS LICENSES
Every contractor and subcontractor on this project must maintain a valid City
business license at all times that he is working on this project.
INSURANCE
A. CONTRACTOR'S LIABILITY INSURANCE: The contractor shall obtain, pay for
and maintain liability insurance in accordance with the following:
Bodily Injury $250,000
500,000
500,000
Property Damage $100,000
500,000
500,000
500,000
Each person
Each accident
Aggregate products
Each accident
Aggregate protective
Aggregate products
Aggregate contractual
The limits of liability listed above supersede the limits of liability
listed in Section 7 -3 of the Standard Specifications.
B. WORKMAN'S COMPENSATION INSURANCE: The contractor shall provide
Workman's Compensation Insurance, including Employer's Liability, of
not less than $100,000 covering all persons employed by the contractor.
SPECIFICATIONS
The contract requires completion of all the work in accordance with these
Special Provisions, the City's Standard Special Provisions, the Plans, and
the City's Standard Drawings and Specifications.
The City's Standard Specifications are the Standard Specifications for Public
Works Construction, 1973 Edition and 1974 Supplement thereto. Copies of the
City's Standard Special Provisions may be purchased from the Public Works
Department at a cost of $5.
VII. PLANS
The complete set of plans for bidding and construction consists of Drawings
No. B- 5051 -S, Sheets 1 through 9, inclusive, prepared by Robinson- Thompson
Associates, Inc.
. • SP 3 of 9
VIII. AWARD AND EXECUTION OF CONTRACT
A. Award of Contract: The award of the contract will be to the lowest re-
sponsible bid er whose proposal complies with all requirements described
in the contract documents. The award, if made, will be made within 30
days after the opening of the bids.
B. Execution of Contract: The contract shall be signed by the successful
bidder and returned, together with the contract bonds, within 10 days,
not including Sundays, after the bidder has received notice that the
contract has been awarded. No proposal shall be considered binding upon
the City until the execution of the contract by the City.
The date of the contract shall be the date that the contract is executed
by the City.
IX. TIME
Within five (5) calendar days after the execution of the contract by the City,
the City shall issue a notice to proceed.
The contract shall be completed within 60 calendar days from the date of the
notice to proceed.
X. UNFORESEEN DIFFICULTIES
Should unknown conditions be discovered during the progress of the work, the
City shall be notified immediately. The City will then make a determination
as to whether these conditions constitute extra work and so notify the con-
tractor in writing.
XI. TESTS AND INSPECTIONS
A. The cost of tests or inspections ordered by the City for the purpose of
determining the existence of faulty materials or faulty workmanship shall
be paid for by the City when the tests or inspections determine that faulty
materials and faulty workmanship do not exist. If the tests or inspections
determine that faulty materials or faulty workmanship or both faulty materials
and faulty workmanship exist, the contractor shall pay for the tests or in-
spections.
B. The continuous inspections required during concreting, during installation
of high strength bolts for "bearing type connections with threads excluded
from shear planes"; and during field welding shall be made by inspectors
provided by the City. The contractor shall give notice to the City at least
72 hours in advance of any of these operations so that the City may have
adequate time to schedule the inspections.
9 • ar 4 or J
XII. TEMPORARY FACILITIES
The following facilities are available at the Police Facility building:
Water
Pay telephone
Toilets
Electricity
Water and electricity will be furnished to the contractor at existing service
points without cost to the contractor.
XIII. MISCELLANEOUS GENERAL REQUIREMENTS
Protection: Protective barriers shall be erected to protect the employees
an the pu lic from construction operations.
Parkin : Contractor's employees shall either park off the site or where
erected by the owner.
Schedule: Contractor shall provide owner with a construction schedule
w iT ch slTiall be kept up to date and shall advise owner of time and place that
construction will take place which may interfere with owner's operations.
Shop Drawings, Contractor shall submit shop drawings in three (3) copies.
Submittals shall be made in sufficient time so as not to cause delay in
operations. Contractor shall check and verify all field dimensions. Draw-
ings shall clearly indicate by noting and by heavy line any feature that
deviates from the original.
XIV.
9 • SP 5 of 9
WITH THE DAVIS -BACON ACTS AND RELATED ACTS AS_RE4UIPED
All work to be done under this contract must comply with Part 5, Sub-
title A, Title 29, of the Code of Federal Pegulations.
A. Minimum Wages
Minimum wages.
a) All mechanics and laborers employed or working upon the
site of the work in the construction or development of
the project, will be paid unconditionally and not less
often than once a week, and without subsequent deduction
or rebate on any account (except such payroll deductions
as are permitted by regulations issued by the Secretary
of Labor under the Copeland Act (29 CFR Part 3), the full
amounts due at time of payment computed at wage rates not
less than those contained in the wage determination
decision of the Secretary of Labor, regardless of any
contractual relationship which may be alleged to exist
between the contractor and such laborers and mechanics,
and the wage determination decision shall be posted by
the contractor at the site of the work in a prominent
place where it can be easily seen by the workers. For
the purpose of this clause, contributions made or costs
reasonably anticipated under section 1 (b)(2) of the
Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics,
subject to the provisions of 29 CFR 5.5(a)(1)(iv).
Also for the purpose of this clause, regular contribu-
tions made or costs incurred for more than a weekly
period under plans, funds, or programs, but covering the
particular weekly period, are deemed to be constructively
made or incurred during such weekly period.
b) The contracting officer shall require that any class of
laborers or mechanics which is not listed in the wage
determination and which is to be employed under the
contract, shall be classified or reclassified conformably
to the wage determination, and a report of the action
taken shall be sent by the Federal agency to the Secretary
of Labor. In the event the interested parties cannot agree
on the proper classification or reclassification of a,
particular class of laborers and mechanics to be used, the
question accompanied by the recommendation of the contracting
officer shall be referred to the Secretary for final deter-
mination.
c) The contracting officer shall require, whenever the minimum
wage rate prescribed in the contract for a class of laborers
or mechanics includes a fringe benefit which is not expressed
as an hourly wage rate and the contractor is obligated to
pay a cash equivalent of such a fringe benefit, an hourly
cash equivalent thereof to be established. In the event the
• SP 6 of 9
-interested parties cannot agree upon a cash eouivalent
of the fringe benefit, the question, accompanied by the
recommendation of the contracting officer, shall be
referred to the Secretary of Labor for determination.
d) If the contractor does not make payments to a trustee or
other third person, he may consider as part of the wages
of any laborer or mechanic the amount of any costs reasonably
anticipated in providing benefits under a plan or program
of a type expressly listed in the wage determination
decision of the Secretary of Labor which is a part of
this contract: Provided, however, The Secretary of Labor
has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bator Act
have been met. The Secretary of Labor may require the
contractor to set aside in a separate account assets for
the meeting of obligations under the plan or program.
e) No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employ-
ment of laborers or mechanics shall require or permit any
laborer or mechanic in any work week in which he is employed
on such work to work in excess of eight hours in any calendar
day or in excess of forty hours in such work week unless such
laborer or mechanic receives compensation at a rate not less
than one and one -half times his basic rate of pay for all
hours worked in excess of eight hours in any calendar day
^ or in excess of forty hours in such work week, as the case
may be.
Withholding
The City of Newport Beach may withhold or cause to be withheld
from the contractor so much of the accrued payments or advances
as may be considered necessary to pay laborers and mechanics
employed by the contractor or any subcontractor on the work the
full amount of wages required by the contract. In the event
of failure to pay any laborer or mechanic employed or working
on the site of the work, in the construction or development
of the project, all or part of the wages required by the con-
tract, the City of Newport Beach may, after written notice to
the contractor, sponsor, applicant, or owner, take such action
as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations
have ceased.
3. Payrolls and Basic Records
a. Payrolls and basic records relating thereto will be
maintained during the course of the work and preserved
for a period of three years thereafter for all laborers
and mechanics working at the site of the work; in the
construction or development of the project. Such records
will contain the name and address of each such employee,
SP 7 of 9
his correct classification, rates of pay (including
rates of contributions or costs anticipated of the
types described in section l(b)(2) of the Davis -Bacon
Act), daily and weekly number of hours worked, deduct-
ions made and actual wages paid. Whenever the Secretary
of Labor has found under 29 CFR 5.5(a)(1)(iv) that the
wages of any laborer or mechanic include the amount of
any costs reasonably anticipated in providing_ benefits
under a plan or program described in section l(b)(2)(B)
of the Davis -Bacon Act, the contractor shall maintain
records which show that the commitment to provide such
benefits is enforceable, that the plan or program has
been communicated in writing to the laborers or mechanics
affected, and records which show the costs anticipated
or the actual cost incurred in providing such benefits.
b. The contractor will submit weekly a coov of all Davrolls
to tree pity of rvewport eeacn it the agency is a party
to the contract, but if t e agency is not such a party
the contractor will submit the payrolls to the applicant,
sponsor, or owner, as the case may be, for transmission
to the City of Newport Beach. The copy shall be accom-
panied by a statement signed by the employer or his agent
indicating that the payrolls are correct and complete,
that the wage rates contained therein are not less than
those determined by the Secretary of Labor and that the
classifications set forth for each laborer or mechanic
conform with the work he performed. A submission of a
"Weekly Statement of Compliance" which is required under
this contract and the Copeland regulations of the Secretary
of Labor (29 CFR, Part 3) and the filing with the initial
payroll or any subsequent payroll of a copy of any find-
ings by the Secretary of Labor under 29 C R 5.5(a)(l)(iv)
shall satisfy this requirement. The prime contractor
make the records required under the labor standards
clauses of the contract available for inspection by
authorized representatives of the City of Newport Beach
and the Department of Labor, and will permit such repre-
sentatives to interview employees during workirg hours
on the job.
4. Apprentices and Trainees
Apprentices will be permitted to work as such only when they
are registered, individually, under a bona fide apprenticeship
program registered with a State apprenticeship agency which
is recognized by the Bureau of Apprenticeship and Training,
United States Department of Labor; or, if no such recognized
agency exists in a State, under a program registered with
the Bureau of Apprenticeship and Training, United States
Department of Labor. The allowable ratio of apprentices to
journeymen in any craft classification shall not be greater
than the ratio permitted to the contractor as to his entire
work force under the registered program. Any employee listed
on a payroll at an apprentice wage rate, who is not a trainee
as defined below or is not registered as above, snail be paid
-` 0 • SP 8 of 9
the wage rate determined by the Secretary of Labor for the
classification of work he actually performed. The contractor
or subcontractor will be required to furnish to the contract-
ing officer written evidence of the registration of his program
and apprentices as well as of the appropriate ratios and wage
rates, for the area of construction prior to using any appren-
tices on the contract work.
Trainees will be permitted to work as such when they are bona
fide trainees employed pursuant to a program approved by the
U.S. Department of Labor, Manpower Administration, Bureau
of Apprenticeship and Training, and where paragraph next is
applicable, in accordance with the provisions of Part 5a of
Title 29, Code of Federal Regulations.
On contracts in excess of $10,000 the employment of all
laborers and mechanics, including apprentices and trainees,
shall also be subject to the provisions of the labor standards
for ratios of apprentices and trainees to journeymen as set
forth in Part 5a, Title 29, Code of Federal Regulations.
5. Compliance with Copeland Regulations (29 CFR Part 3)
The contractor shall comply with the Copeland Regulations
(29 CFR Part 3) of the Secretary of Labor which are herein
incorporated by reference.
6. Subcontracts
The contractor will insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (5) and (7) and such
other clauses as the City of Newport Beach may by appropriate
instructions require, and also a clause requiring the sub-
contractors to include these clauses in any lower tier sub-
contracts which they may enter into, together with a clause
requiring this insertion in any further subcontracts that may
in turn be made.
B. General Area Wage Determinations
General Area Wage Determination Decision No. CA 75 -5148 of the
Secretary of Labor as published December 12, 1975 on page 58,016,
Volume 40 of the FEDERAL REGISTER; Modification No. 1 as published
December 29, 1975 on Page 59,561, Volume 40 of the FEDERAL REGISTER;
and Modification No. 2 as published February 13, 1976 on page 6946,
Volume 41 of the FEDERAL REGISTER, apply to this contract.
Modifications and Supersedeas Decisions to area wage determina-
tions are made from time to time and are published in the FEDERAL
REGISTER. Modifications and Supersedeas Decisions are effective
from their date of publication in the FEDERAL REGISTER.
An updated Index to Area Wage Determination and Modifications as
published in the FEDERAL REGISTER pursuant to the Davis -Bacon
and related Acts is published on the first Friday of each month
in the FEDERAL REGISTER.
�� • SP 9 of 9
A copy of the revised area Wage Determination applicable to this
contract is on file in the Public Works Department.
In the event there are any differences between the minimum wage
rates as determined by the United States Secretary of Labor and
those determined by the City Council of the City of Newport Beach,
the highest rate must be paid.
i
RESOLUTION NO. 8 77 6
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
P. J. WALKER COMPANY, LAS ANGELES, IN CONNEC-
TION WITH THE CONSTRUCTION OF A HELIPORT ON
TOP OF JAMBOREE ROAD POLICE FACILITY, CONTRACT
NO. 1797
WHEREAS, pursuant to the notice inviting bids for
work in connection with the construction of a Heliport on
top of Jamboree Road Police Facility, in accordance with the
plans and specifications heretofore adopted, bids were received
on the 14th day of May, 1976, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefore is P. J. Walker Company, Los Angeles;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of P. J. Walker
Company, Los Angeles, for the work in the amount of $49,700.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 24th day of
Mayor
ATTEST:
G
1976.
City Clerk DDO /bc
x/18/7¢
f
f
7
N
a
J
r
E4
V
�W
J
F-
r
N
2
ui
W
m
U
1
W
u
x
ppn��iu�nann��
IM�n��IIIIIN�IAII�I
�IAlII1111��lYAYllI■1
RI�111111111111111�11
u�neianem�um�nu
�
IIIIIIIIIIIIIII�IIIIIIA
�nmm�mm�umwuu��
U
1
W
u
x
PR 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
PROPOSAL
CONTRACT NO. 1797
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1797 in strict conformance with the plans identi-
fied as City of Newport Beach Drawing No. B- 5051 -5 (consisting of 9 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
Lump Sum Construct helicopter landing facility on top of
Jamboree Road Police Facility building, complete
in place including furnishing all transportation,
materials, labor, equipment, and services necessary
to complete the project as shown on the plans and in
the specifications, �,9 for the lump sum price of:
l ��A .�w� Dollars
and
Cents
TOTAL BID WRITTEN IN WORDS
Date May 14, 1976
Dollars
and
Cents
9. 700.
$ �9, h0O.
P. J. WALKER COMPANY
Bidder's Name
(Authorized Signature ) Robert, r. Alexander
Vice President /Gen.Dlgr.
CONTRACTOR'S LICENSE N0. 32696 TELEPHONE NO. (213) 262 -4131
CONTRACTOR'S ADDRESS 390n East Whiteside St., Los Angeles, Calif. 90063
r ,
J..
CONTRACT NO. 1797
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
Approved by the City Council
this 12th dayrof April, 1976.
A
Doris George, Acting lity Clerk
SUBMITTED BY:
P. J. WALKER COMPANY
Contractor
3900 East Whiteside Street
cress
Los Anjzeles, California 90063
City Zip Code
(213) 262 -4131
Phone
n'O
4q,1*7ba.
Total Bid Trice Item 1 only)
0
0 Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:00 P.M. )(%ft on the 14th day of May , 19 76,
at which time they will be opened and read, for performing work as follows:
CONSTRUCTION OF
HELIPORT AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1797
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an the-Corporate 3 � Seal
shall be affixed to all documents requiring signatures. In the case of a ark tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
• w
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
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 and has set forth these items in Resolu-
tion No. 8701 adopted February 9, 1976. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City will pay for more than 25% of the cost of this contract with federal revenue
sharing funds; therefore, compliance with the Davis -Bacon Act is required. The pro-
visions of Part 5a of Title 29, Subtitle A, Code of Federal Regulations also apply
to this contract. Provisions of the Davis -Bacon Act and of Part 5a of Title 29,
Subtitle A, Code of Federal Regulations that affect this construction project are
included in the contract provisions under the heading of SPECIAL CONDITIONS.
The contractor is required to guarantee all work for a period of one year from the
date of acceptance of the contract by the City Council.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 32896 Classification B_1
Accompanying this proposal is
Cas Certl le C ec Cas ier s Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(213) 262 -4131
Phone Nu er
May 14, 1976
Date
P. J. WALKER COMPANY
Bidder's Name
J = (SEAL)
Authorized siggnature
Robert L. Alexander
Vice President /General Manager
Authorized Signature
Corporation - California
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
President Fred f Walker
Assistant Secretary Sidney A. Haynes
Treasurer Fred C. Walker
General Manager Robert L. Alexander
0
DESIGNATION OF SUBCONTRACTORS
Page 3
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
t�,
2.
3. 29. &1: d • Q.
9.
10.
11.
12.
P. J. WALKER COMPANY
Bidder's Name
Authori zejd-*`Si gnat4;
Robert L. Alexander
Vice President /General Manager
- Type of Organization
(Individual, Co- partnership or Corp.)
3900 East Whiteside Street
• .M . '11.
• 0
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share,with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this day of ,
19 i 1..
My commission expires:
P. J. WALKER COMPANY
Robert L. Alexand
Vice President /General Manaaer
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
MY Commission Expires June 25, 1976
3900 Whiteside Stmet, . Los Angeles, Calif. s 63
W
—� liotary Public
STATEMENT OF FINANCIAL RESPONSIBILITY
• Page 6
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
Signed
Robert L. Alexander
Vice President /General Manager
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.
* SUMMARY OF COMPLETED PROJECTS DURING LAST 12 MONTHS
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Hospital Antelope Valley Hospital
Building
Modifcatinns California Cluh
New
Headgtr.BuiI din
yo Irvine Company v ,
Remodel Northrop Corporation
Warehouse Hughes Aircraft
Factory Fruehauf Cnrppsatinn
Office Building Rnckwell Cnrnnratipn
s
U. S. Post Office U. S. Government
Warehouse Xerox Corporation
Holiday Inn Clement Chen
Factory Far -Mar Co.. Inc.
Medical Clinic RR Leasina
Remodel Post Office U. S. Government
Signe
Robert L. Alexander
Vice President /General Mana %er.
0
• Page 7a
PROPOSAL
The following Guarantee must be executed by the
contractor upon award of the contract.
"GUARANTEE FOR CONSTRUCTION OF HELIPORT AT JAMBOREE
ROAD POLICE FACILITY" (CONTRACT NO. 1797)
We hereby guarantee that all work which we have installed
under the provisions of Contract No. 1797 of the City of
Newport Beach, California, has been done in accordance
with the drawings and specifications and that the work as
installed will fulfill the requirements included in the
specifications. We agree to repair or replace any or all
of our work, together with any other adjacent work which
may be displaced by so doing, that may prove to be defective
in its workmanship or material within a period of one year
from date of acceptance of the above - mentioned structure by
Owner, except for wear and tear and unusual abuse or neglect.
In the event of our failure to comply with the above -
mentioned conditions within a reasonable period of time,
as determined by the Owner, after being notified in writing
by the Owner, we do hereby authorize the Owner to proceed
to have said defects repaired and made good at our expense,
and we will honor and pay the costs and charges therefor
upon demand."
Signed
General Contractor
Date
Address
Phone No.
FORM OF GUARANTEE
s,
t
' Bye No. 3986875
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, P. J. Walker Cnmian;?
and Hartford Accident and Indemnity
and firmly bound unto the City of Newport Beach, Califori
Ten Percent of Amt Bid Dollars ($ 10% ),
States for the payment of which sum well and truly to be
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
, as Principal,
Comp nlds Surety, are held
iia, in the sum of
lawful money of the United
made, we bind ourselves,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 14th day of
May , 19 76
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
P. J. Walker Company-'
Principal
Robert L. Alexande
Vice Presid.nt /General Manager
HARTFORD ACCIDENT AND INDEMNITY COMPANY
Surety
By IGOic�.E� �14
E. Horned Davis, Attornej -in -Fact
Title
STATE OF CALIFORNIA
ss.
1
COUNTY OF. ......... Orange...._.-- ._ ........... .. t
On thm -�day,- af_........May----------- _ - - -in the year one thousand nine hundred and ------ $eVentyr..S.LX..... before me,
_ ............._....._.D..... Carol... Leavi tt.. .........._---- ..........._.... ...... a Notary Public in and for said County, residing therein, duly
OFFICIAL SEAL
O. CAROL LEAVITT
S NOTARY PUBLIC- CALIFORNIA
PRINCIPAL OFFICE IN
`-� ORANGE COUNTY
My Commission Expires June 20, 1978
My Commission will Expire .....................
Purim S- 3663 -0 Printed in U. S. A. 3267
commissioned and sworn, personally appeared .............. E, ... Iiarned..D.aviS.._......
known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
Company, the Corporation described in and that executed the within instrument, and
also known to me to be the person...... who executed it on behalf of the Corporation
therein named, and ......he...... acknowledged to me that such Corporation executed the
same.
gjL wvjt dd. (V%I uogj I have hereunto set my hand and affixed my
Official Seal, at my office, in the said County, the day and year in this certificate first
above written.
..... ----�....---
Notuy Public in and fox said County, State of California
RESOLUTION NO. 8 77 6
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
P. J. WALKER COMPANY, LOS ANGELES, IN CONNEC-
TION WITH THE CONSTRUCTION OF A HELIPORT ON
TOP OF JAMBOREE ROAD POLICE FACILITY, CONTRACT
NO. 1797
WHEREAS, pursuant to the notice inviting bids for
work in connection with the construction of a Heliport on
top of Jamboree Road Police Facility, in accordance with the
plans and specifications heretofore adopted, bids were received
on the 14th day of May, 1976, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefore is P. J. Walker Company, Los Angeles;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of P. J. Walker
Company, Los Angeles, for the work in the amount of $49,700.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
.2 3 `,R,
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 24th
ATTEST;
City.Clerk
day of May 1976.
Mayor
ADO /bc
5/18/76
P. J. WALKER COMPANY
BUILDERS
3900 EAST WHITESIDE STREET • LOS ANGELES, CALIFORNIA 90063 • PHONE 12131 262.4131
MESSAGE REPLY
TO DATE
City of Newport Beach
_. _.............
Public Works Department
Subject: Construction of Heliport
DATE 5/25/76
.. ......... ........ .
Geetlemen: Enclosed you will find our latest a
named Eve called this AM from your department a
If further information is needed, please contac
. . .....'.— ....................... ......
ited financial statement. A girl
asked that we mail this to you today.
the writer.
j CAB l�F� R._ti.
2
Nt1y��ry ua19j6.
SIGNED
Fpm N<.pTJ O fne Dowin0 Ow.E. Inc.. Oan A5, D.11 , 1-1 uatle .n V.S. A: Y.n. wpy. 2 ,.M' WMne oM Fn4 mpw, wily (a. it .0 Igiw
J
The Board of Directors
P. J. Walker Company
3900 Whiteside Street
Los Angeles, California 90063
Gentlemen:
March 31, 1976
We have examined the accompanying Balance Sheet of P. J. Walker Company
at December 31, 1975. Our examination was made in accordance with gen-
erally accepted auditing standards, and accordingly included such tests
of the accounting records and such other auditing procedures as we con-
sidered necessary in the circumstances.
In our opinion, the Balance Sheet mentioned above presents fairly the
financial position of P. J. Walker Company at December 31, 1975 in con-
formity with generally accepted accounting principles applied on a basis
consistent with that of the preceding year.
CZC Ci c Ql? .. wv /Z i Sett � dv v
MacCALLUM, GUSS & RUTLEDGE
MAC CALLUM, GU55 & RUTLEDGE
CERTIFIED PUBLIC ACCOUNTANTS
P. J. WALKER COMPANY
(a California corporation)
Balance Sheet
December 31, 1975
ASSETS
CURRENT ASSETS
Cash $ 924,489
Accounts Receivable:
Progress Billings 3,486,540
Due from Affiliated Company 57,000
Unbilled costs on construction work in progress - (Note 1) 221,862
Accrued Interest 2,420
Bonding Company - (Note 2) 89,057
Prepaid Expenses 11,496
Total Current Assets $ 4,792,864
PROPERTY, PLANT AND EQUIPMENT - At Cost
Land $ 6,633
Buildings 71,326
Yard Improvements 80,226
Equipment 94,393
Automobiles 89 138
$341,716
Less: Accumulated Depreciation 217,648 124,068
OTHER ASSETS
Cash surrender value of Life Insurance on Officers -
(Less policy loan of $77,063) $ 54,488
Investments - At cost 9,156
Deposits and Miscellaneous 50,445 114,089
TOTAL ASSETS $ 5,031,021
The accompanying letter and notes are an integral part of this financial statement
MACCALLUM, GUSS & RUTLEDGE
CERTIFIED PUBLIC ACCOUNTANTS
LIABILITIES AND STOCKHOLDERS' EQUITY
CURRENT LIABILITIES
Accounts Payable - Construction
Costs billed in advance on construction work in progress -
(Note 1)
Accrued Salaries Payable
Other Accrued Liabilities
Total Current Liabilities
STOCKHOLDERS' EQUITY
Capital Stock
50,000 Shares Authorized
14,400 Shares Outstanding
at stated value
Retained Earnings
$ 50,000
472,909
Exhibit I
$ 3,204,503
1,208,247
58,927
36,435
$$ 508,112
522,909
TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 5,031,021
P. J. WALKER COMPANY
(a California corporation)
es to Financial Statements
December 31, 1975
1. CONTRACTS IN PROGRESS
Exhibit 11
The Company records profit on construction contracts on the basis
.of percentage of completion, whereby estimated profits are taken
into income in the proportion that total costs to date bear to
total estimated costs, and estimated losses are recorded in total
at the time they are determined. Costs and estimated profits to
December 31, 1975 on contracts in progress amounted to $10,960,540
of which $221,862 had not been billed. Billings to December 31, 1975
on contracts in progress of $11,946,925 had been made of which
$1,208,247 represented costs billed in advance.
2. ACCOUNTS RECEIVABLE - BONDING COMPANY
Through December 31, 1975, the Company had expended additional costs
of $89,057 to complete the work on certain jobs of one of its subcon-
tractors, due to the subcontractor's inability to perform because of
financial difficulties. The subcontractor is fully bonded, and the
management of the P. J. Walker Company has advised us that, rin their
opinion, the additional costs are recoverable from the Bonding Company.
MACCALLUM, GU55 & RUTLEDGE
CERTIFIED PUBLIC ACCOUNTANTS