Loading...
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