Loading...
HomeMy WebLinkAboutC-2057 - 16th Street Utilities Yard facilityys:,, TO: CITY COUNCIL FROM: Public Works Department March 26, 1979 CITY COUNCIL AGENDA ITEM NO. G -2 SUBJECT: STORAGE FACILITY AT.16TH STREET UTILITIES YARD (C -2057) RECOMMENDATIONS: 1. Waive the informality contained in Miles and Kelley Construction Company's bid. 2. Adopt a resolution awarding Contract No. 2057 to Miles and Kelley Construction Company, Inc., for $108,650.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 2:30 p.m. on March 14, 1979. Bidder Amount 1. Miles and Kelley Construction Co., Inc. Tustin $ 108,650.00 2. Coy Atkins, Fountain Valley $ 115,000.00 3. Henri J. Bourget, Irvine $ 120,000.00 4. Near -Cal Corp., Anaheim $ 125,900.00 The low bid is 16.4% lower than the engineer's estimate of $ 130,000.00. This project provides for the construction of a 3700 square foot warehouse storage facility at the 16th Street Utilities Yard. Construction of the building will complete the planned major improvements at the yard which commenced construction in 1976 (See attached sketch). The facility will house equipment and supplies and a section for the maintenance of pump equipment. The low bidder did not fill in the lump sum project cost for Item No. l; however, the total price (same as lump sum project cost) was properly filled in. It is felt that since this is a lump sum bid, the error being clerical does not adversely affect the competitive bidding process. A reference check indicates that the contractor has successfully completed similar projectsfor other public agencies. March 26, 1979 Subject: Storage Facility at 16th Street Utilities Yard (C2057) Page 2 Funds in the amount of $90,000.00 are available in the current budget (Acc #50- 9297 -131) for the project. A budget amendment for $23,650.00 has been prepared for Council consideration. This amount includes $5000 for testing and contingencies. It is proposed to obtain the funds from Water Fund unappropriated surplus. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is July 26, 1979. Benjamin 6. Nolan Public Works Director .� Att. IK I ------------ Ic , Lj CJ ED; F.L 0- LIJ O Li > m X LLI Cf) uj 0 Ll -j D Ll- 0 fro z C3 LLJ z Ff FJ 4� ti: • in Cray t,OF. RESOLUTION NO. 952 r, A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MILES AND KELLY CONSTRUCTION COMPANY, INC., IN CONNECTION WITH THE STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) WHEREAS, pursuant to the notice inviting bids for work in connection with the storage facility at the 16th Street Utilities Yard, in connection with the plans and specifications heretofore adopted, bids were received on the 14th day of March , 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is MILES AND KELLY CONSTRUCTION COMPANY, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MILES AND KELLEY CONSTRUCTION COMPANY, INC., in the amount of $108,650.00 in connection with the storage facility at the 16th Street Utilities Yard be accepted, and that the contract for the described work be awarded to said bidder; and 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 26th day of Mayor ATTEST: ity Cier March , 1979. DDO /kb 3/19/79 THE NEWPORT ENSIGN PROOF OF PUBLICATION (4015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: ..................... arch ...Z.,.lq ?o................. I certify (or declare) under penalty of perjury that foregoing is true and correct. Dated at Newport Be California, this s day of,,:; as J•,• ?19 ,� 7; ob Signature THE NEB PORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This E .e is for the County Clerk's Filing Stamp U Proof of Publication of C'r.('Tl`,P TN1TTTTV0_ RT, Contract it 2057 PUBLIC NOTICE CITY OF NEWPORT BEACH, CALIF. NOTICE. ILfP1TUi61BDS' SEALED BIDS -wal.be'receWad at tha office of the City t!hok City Hall, New port Beach, Califoniia,* -until 2:30 P.M. (as determined by telephone time signal) on the 14th day of March, 1979, at . which time they will be ope..Lemb read, for pedorming.workasfolicner- SIORAG'E�EACdrrY . 16TH S[AEET UTAT[a5 YARD CONTRA&NO.2057 Bide. oat be submitted oo the Pro � m ;possl. form attached with. the contract documents furnished by the Public: Wmks D,00frnmd ;The additional copy of the proposal form;u tc be retained by ` Each bid must be :Accompanied by cash, certified chec'k.di Bidder. Bond;_ made payable to the City Newport Beach, for an amount equal host Ipast 10 percent of the amount bfd.. ' The fitle of the project and the "Andir "SEALED BID" shaB'.beKleady marked::: on the outside of Hui envelope contain= ing the bid. The contract documents that most be` ; sealed bid are: . ro A Po,posal ." C Bi d hpnni SHbc h store C Bda Bppdy: I, N o ue adtof Fihd t : , E. StatemenY.of Fins &iSl Aespbmi bility F. Tachmcal Ab lily a d Experience .References 4 Thegnu u re tnis bliss of thespe sons .ioer sere alf till 1 e persons s,gmn o babel( of b dd Far Cur urred and the afued to'all atures. In the signal.- pl at No bids will be accepted from a 7,on- tractor who has not been licensed to ac- cordadce with the provisions of Chapter 9, Division In of the Business and Pro less ions' Code. The contractor shall state his license number and classification h the proposal. One set of plans and contract. docu ments, including special provisions, may be obtained at the Public Works De patlment, City Hall, Newport Beach, Calilorma, at no cost to licensed contras tors. It is requested that the plans and onhac• docements be returned within two (2) weess alter the bid opening 'ti2.;.. "T . 'Ai3 .f Q � Each bid must be :Accompanied by cash, certified chec'k.di Bidder. Bond;_ made payable to the City Newport Beach, for an amount equal host Ipast 10 percent of the amount bfd.. ' The fitle of the project and the "Andir "SEALED BID" shaB'.beKleady marked::: on the outside of Hui envelope contain= ing the bid. The contract documents that most be` ; sealed bid are: . ro A Po,posal ." C Bi d hpnni SHbc h store C Bda Bppdy: I, N o ue adtof Fihd t : , E. StatemenY.of Fins &iSl Aespbmi bility F. Tachmcal Ab lily a d Experience .References 4 Thegnu u re tnis bliss of thespe sons .ioer sere alf till 1 e persons s,gmn o babel( of b dd Far Cur urred and the afued to'all atures. In the signal.- pl at No bids will be accepted from a 7,on- tractor who has not been licensed to ac- cordadce with the provisions of Chapter 9, Division In of the Business and Pro less ions' Code. The contractor shall state his license number and classification h the proposal. One set of plans and contract. docu ments, including special provisions, may be obtained at the Public Works De patlment, City Hall, Newport Beach, Calilorma, at no cost to licensed contras tors. It is requested that the plans and onhac• docements be returned within two (2) weess alter the bid opening The City has adopted. tye Stondard S,,Jicatins /ar. Public Works Con- - �,tnwticn (1976 Edition) es Prepared by . the Southern California Chapters of the American Public Work' Asseciafion and the Associated General Contractors of America. C.Piee may he obtained from Building News Inc.. 3055 Overland Ave - e, Loe Angeles,:Calit. 90034, (213) 870 -9871. The City has'adoptd Standard Sperm cial proved.. .ad Standard Drawings;. Copies of these are availalkand Wa Pubs ` lic Work. Department at a cost of $5 par set A standard "Certificate of lenience for Contract We," farm has been adopt- ' d by the City of Newport;Beachr. Thla form ie the my artificers d inam ncc acceptable to the City. The euccemful low bidder will bereguird b complain' thufmm,uponawarddthedabact. <' For any re9u;rd bouda'We company uing -bid bode, labor and material • bonds, and laithful Performance bonds most be an mmpa.y m wrely company licensed by the State of Cali. ferret. In accordance with the Provisions of Article 2, Chapter 1, Part 7 of We Cali food. labor Cde (Sections 1770.at seat) ,'the D4ector of Industrial Relations - has axartaird the simnel prevailing:; rate of per diem wages in the Incel tyan which the work is to ba perfermal foc ' • each mafp classification, or type Iof " workman or mechanic needed to ere cute the contract. A copy of said deter- mination is available in the office d the e 17775 of the Calilmeia labor Code for all appmnticeable occupations. The co ment. shelf poet . copy, of tee , prevailing wage rates at the job site. i Copim may be obtained from the Public f Work. Department. The City'many. the right to reject, _ any or all bide and to wnivd any Wpr? .Uty i. such bide. publish: Mac 1, 1979 in The Newport " Ensign. NE134 0 AAFez 4,x._� 3-i¢ �: 3a FF9 ?6 1979 BY The Ui(Y COUNCIL CITY .01F. NffWPQRT YiACH TO: CITY COUNCIL FROM: Public Works Department 0 February 26, 1979 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: STORAGE FACILITY, 16TH STREET UTILITIES YARD (C -2057) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on Wednesday, March 14, 1979. DISCUSSION: �,,�4x This project provides for the construction of a 3,700- square- foot warehouse storage facility at the 16th Street Utilities Yard. Construction of this building will complete the planned major improve- ments at the yard which commenced construction in 1976. (See attached sketch.) The facility will be used to house equipment and supplies and for storage and maintenance of pump equipment. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is August 26, 1979. Funds in the amount of $90,000 (Water Fund Account No. 50- 9297 -134) are available in the current year's budget. The engineer's estimate for the work is $130,000. The budget estimate was prepared in 1977, and recent major construction cost increases result in the fund- ing deficit. A budget amendment will be presented to Council for consideration at the time of award. 6J. 1 4Z Benjamin B. Nolan Public Works Director SB:jd Att. cl LO m LLI C-) n F- 0 U-0 Z lij Z f~ 0 > X* Li-I (10 LLI fll= I Vi (9t( < wa-, z 4e O cr II r Z) > 11. W IL 0 LL I.- 1p, C' cl LO m LLI C-) n F- 0 U-0 Z lij Z f~ 0 > X* Li-I (10 LLI fll= I Vi (9t( < wa-, z 4e O cr ILI Z) > 11. W IL 0 LL I.- C' LU cl LO m LLI C-) n F- 0 U-0 Z lij Z f~ 0 > X* Li-I (10 LLI fll= I Vi (9t( < wa-, z 4e 6 LLJ O cr ILI Z) > 11. W IL 0 6 LLJ I 1 ^. I C' LU LA v j fi September 30, 1980 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Miles and.Kelly Construction Co. 1291 Cameo Drive Tustin, CA 92680 Subject: Surety: The Ohio Casualty Bond No.: 2- 074 -095 Project: Storage Facility Contract No.: C -2057 Insurance Company at 16th St. Utilities Yard The City Council on July 28, 1980 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bond 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 8, 1980, in Book No. 13734, Page 1414. Please notify your surety company that the bond may be released 35 days after recording date. DORIS GEORGE City Clerk DG:bf cc: Public Works Department City- Mall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING 1 033 1 f,>.-..,!rSTED BY' -.,:. 1048 I" fC�9 r To r _ CITY CLERK CITY Or NEWPORT BEACH EXEMPTS V XEMPT '300 Jr't'z ?iNt i s ^,t)Ut E!'AR� (. 2 C 3 NE64�PCF2T BEACH, CALIF. 926.. NOTICF. OF COMPLETION PUBLIC WORKS BK 1 3734P 1414 BK i 36�6PG 15 1 1 OF ORANGE COUNTY, CALIFORNIA 5 11 AM AUG 11190 Put LU A. IRANCK CouMY R 10 All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Storage Fac on which Milos and Kelly t onstn3etinn OcUp ny was the contractor, and The ph•o Ca- salty Tn_cur ce Cng-panv was the surety, was completed. VERIFICATION I, the undersigned, say: CITY F NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 29, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 28, 1980 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 29, 1980 at Newport Beach, California. City Clerk RECORDED IN OFFICIAL Rll '- va OF ORANGE COUNTY, CALIFORNIA 45 '" l PM. SEP 8 LEE A. EAANCH, county RQcon44 RECEIVED CRY CLERK SEP301980�" CITY OF NEWPORT BEACH, CALIF. XAI U August 25, 1980 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Lee A. Branch County Recorder P.O. Box 238 Santa ana, CA 92702 Dear Mr. Branch; Attached for re- recordation is Notice of Completion of Public Works project consisting of Storage Facility at 16th Street Utilities Yard, Contract No. 2057. Reason for re- recording is correct typographical error in location - it should be 16th street not 15th. Please re- record and return to us. Thank vou. DORIS GEORGO City Clerk DGibf attachment City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 July 29, 1980 Lee A. Branch County recorder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: Attached for recordation is Notice of CoMletion of Public Works project consisting of Storage Facility at �r� Utilities Yard Contract No. 2057 on which MAles and Kelly Construction Coupany was the Contractor and The Ohio Casualty insurance axipany was the Surety. Please record and return to us. very truly ywrs Doris gorge City Cleric. City of Newport Beach DG bf encl. City Hall 3300 Newport Boulevard, Newport Beach, California 92663 ,• JUL 2 81980 By 11» GTY coumiL CPf1f QF NAT K44H TO: CITY COUNCIL FROM: Public Works Department 40 July 28, 1980 CITY COUNCIL AGENDA ITEM NO. H -14 SUBJECT: ACCEPTANCE OF STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the storage facility at the 16th Street Utilities Yard has been completed to the satisfaction of the Public Works Department. The bid price was $108,650.00 Amount of unit price items constructed $108,650.00 Amount of change orders None Total contract cost $108,650.00 Funds were budgeted in the Water Fund The design engineering was performed by the Public Works Department. The contractor is Miles and Kelly Construction Company of Tustin, California. The contract date of completion was July 26, 1979. The contractor was initially affected by a trucking strike delaying the receipt of the glu -lam beams. Due to further delays in receipt of the windows, the contractor provided plywood covers over the openings so that the building could be occupied by mid - September. Construction was completed by December 15, 1979; however, correction of leaks in the masonry walls has delayed recommendation of acceptance until this time. 0, (Ja Benjamin B. Nolan Public Works Director GPD:jd C CITY OF NEWPORT BEACH Date April 30, 1979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2057 Project Storage cility at 16th St. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Miles and Kelly Const. Co. Address: .7792_C2RQQ nr Tustin, Ca Amount: $ 108,650.00 Effective Date: April. 30, 1979 Resolution No. 9526 Doris Geo e Att. cc: Finance Department [� City flail • 3300 Newport Boulevard, Newport Beach, California 92663 0 0 April 20, 1979 TO: CITY CLERK FROM: Public Works Department SUBJECT: STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. It Bucknam Project Manager SB:jd Att. 0 0 April 9, 1979 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) Attached are the subject documents and insurance certificates. Please approve as to form and content and return to this department for further processing. teve Bucknam Project Engineer W Att. TRANSMITTAL LETTER Date April 5, 1979 To Public Works Department City of Newport Beach 3300 West Newport Boulevard Newport Beach, CA 92663 0 • (714) 832 -0870 Re Storage Facility at 16th Street Utilities Yard (C -20$7) We are transmitting — Submittals — Samples _ Quotations — Other Schedule & Breakdown —Working Drawing/ Plans Under Separate Cover Description Executed Agreements Bonds & Insurance Certificates List of Subcontractors and Services These are transmitted as checked below X For your use — For Approval Approved as Corrected Copy of Letter Specifications — Shop Drawings l.o� ' C /:o /(:r ('' ` e j n _ Correct & Return _ Approved Please Return Remarks Liability Insurance Certificates have been forwarded by the insurance company. Copy to . 0 CITY OF NEWPORT BEACH Contract No. C -2057 Special Endorsement No. 1 0 In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and 'coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY COMP. GEN. LIAB. MARCH 27, 1979 WCG219286 9 -12 -78/79 300/300 WEST AMERICAN UMBRELLA LIAB. MARCH 27, 1979 LXC507176 1 -3 -77/80 1,000,000 OHIO CASUALTY WORKERS COMP. MARCH 27., 1979 WC3004397 9 -12 -78/79 STATUTORY WEST AMERICAN This endorsement is effective MARCH 27 , 1979 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER �7 epre�sentati e IMPORTANT: This is the only evidence of insuran_c�4 acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 Form L - VM 1-79 Callf. THIS 111 TO C11= that awl by an OX" ha Wed the policy or po0cive- below. The Ineurenoe afforded le only ft to do: pldfmtsd by th"I" of 1=1kin.car"kaft Of hasmance neither affivring"y nor nsj!6Wdy strnwt* mi2nds nor CM070 car If c to or ncat7son" WInutblewoWpoproklyWyand does not reven; , sxMd or ells the coverop aff , r by the opp�1� IkUd herein. N raw requ"ame Ism, or concildon of airy cof n so or other docuane"t with reopect to be wz Ifflurance by which or 0 afforded the policies herein Is subject to all the tereek, of such lear pwftb,,the W -'IVK 0"10 CASUALTY INSURANCE COMPANY AMERICAN FIRE AND CASUALTY COMPANY WEST AMERICAN INSURANCE COMPANY CEUMTE GM TO 1611111111 WAN ad A1111=1 Will ADINIM Fm-1LES & KELLEY CONSTRUCTION C07 INC. F-cTY OF NEWPORT BEACH 1292 CAMEO DRIVE CITY HALL TUSTIN, CA 92680 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA L 1113urr011 W WELUM LKATW OF W111111111111 STORAGE FACILITY All-16TH STREET UTILITIES YARD (C-2057) ON OF PNW U9941rum 1191111Y IMM Una nallitiligli I PE1110111 COMPM30M CG219286 From 9-1248 1 300 ODD Each occurrence $100 X0 Each occurrence GENUAL lUSlllir .. To 9-12-79 $ 300 'OD' 'U'098'8 $10C) = Aggregate MANVACTUM AM From $ ODD Each occurrence s ODD Each occurrence connacTM UARLM TO I $ '000 Aggregate OwNutir, LA KOW From $ W0 Each o=ffence $ AD Each ocawrence AID TE111111M UABM TO $ AM AWNste From $ ADD Each occurrence I; M Each occurrence Lujwjff TO . s An pureply CKVLEM VMTM tw2iL9286 From 9-12-78 $ 300 X, Each occurreave s 100 M W occurrence M 101181111M 11111111M TO 9-12W9 $ X0 Aggregate 300 $ AD Am 100 WNMr III 1R/INAL7N4 From I ADD Each occurrence I; AOO Eadr occurrence PKFNM LUMM hv 't" To s AM Aampte WCG,23#t86 From 9-12-78 $ 300 AW Efth Wwa S 100 X0 Each occurrence AOTOLOIME um mm TO 9-12-79 J 500 000 Each om"Mol Oft From TO loom IXCT176 =3 =8a 7Frm 0 1 $ Apkp unitt Fm awresor TO tEub Ample W .. 7 FrOve 9-12:78 =WMT"-WATtFr(*y3TA9W To :-ii—i q, $ In do up .p!L8vd of P! !� ci *5 wktw/" *b to to V cwdr"w le be" =MW LL-& A9430C.. OpE MARCH 27, 19A�11"' L - - - - - - - - - - - Form L - VM 1-79 Callf. (The Attaching Clause men m°ieted only when this endorsement is issued subsequent to •ration N the pobcbi 6116 LIABIL14 ISO G116 L9452 ADDITIONAL INSURED d t - (Owners or Contractors) ( - This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE iI This endorsement. effective MARCH 27 1979 forms a part of policy No. WCG219286 (12:01 A. At., standard time) ssuedto MILES & KELLEY CONSTRUCTION CO., INC. by WEST AMERICAN INS. CO. � WM H. MIrt�i`%i °reen99SOC.2 Schedule Name of Person or Organization (Additional Insured) Location of Covered Operations CITY OF NEWPORT BEACH STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) Premium Bases Rates Advance Premium Bodily Injury Liability Cost 3106 of cost E Property Damage Liability Cost $100 of cost $ INCL Total Advance Premium $ It Is agreed that: 1 The "Persons Insured provision is amended to include as an insured the person or organization named above (hereinafter called "additional insured`i. but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location designated above or 12) acts or omissions of the additional insured in connection with his general supervision of such operations. 2 None of the exclusions of the policy, except exclusions (a). (c). (f), (g), (0. (1) and (m), apply to this insurance - 3 Additional Exclusions This insurance does not apply: ai to bodily Injury or property damage occurring after il; all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the site of the covered operations has been completed or _ - (2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project: (b) to bodily injury or property damage arising out of any act or omission of the additional insured or any of his employees. other than general supetvision of work performed for the additional insured by the named insured; icl to property damage to t Il property owned or o-,cupied by or rented to the additional insured, (2! property used by the additional insured, iii property in the care. custody or control of the additional insured or as to which the additional insured is for any purpose exercising physical control, or (4) work performed for the additional insured by the named insured. 4 Additional Definition When used in reference to this insurance. "work" includes materials, parts and equipment furnished in connection therewith r CITY OF NEWPORT BEACH Contract No. C -2057 Special Endorsement No. 1 In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising it of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMP. GEN. LIAB. MARCH 27, 1979 WCG219286 9 -12 -78/79 300/300 UMBRELLA LIAB. MARCH 27, 1979 LXC507176 1 -3 -77/80 1,000,000 WORKERS COMP. MARCH 27, 1979 WC3004397 9 -12 -78/79 STATUTORY INSURANCE COMPANY WEST AMERICAN OHIO CASUALTY WEST AMERICAN This endorsement is effective MARCH 27 , 1979 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER IMPORTANT: This is the only evidence of in ran e acceptable to the City. The person executing this Endorsement is cau coned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 (The Attaching Clause need be completed only when this endorsement is issued subsequent to preparation of the policy.) G116 LfAB1L1TY ISO G116 L9452 ADDITIONAL INSURED (Ed.1 73) (Owners or Contractors) This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE This endorsement, effective MARCH 27 1979 forms a part of policy No. WCG219286 TMI A. rA., standard time) issued to MILES & KELLEY CONSTRUCTION CO., INC. by WEST AMERICAN INS. CO. Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH Premium Bases Bodily Injury Liability Cost Property Damage Liability Cost ...... ........ ...... c......�.�f�p�gr.�p�cg.�✓ v rLie, m�. ... OC ............................ _. I �l:ti1;LLPT Au ti'. . Sc edule ) Oc // Location of Covered Operations STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) Rates Advance Premium $100 of cost $ $100 of cost $ INCL Total Advance Premium $ It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named above (hereinafter called "additional insured' but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location designated above or (2) acts or omissions of the additional insured in connection with his general supervision of such operations. 2. None of the exclusions of the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance. 3. Additional Exclusions This insurance does not apply: (a) to bodily injury or property damage occurring after (1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured at the site of the covered operations has been completed or (2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations far a principal as a part of the same project; (b) to bodily injury or property damage arising out of any act or omission of the additional insured or any of his employees, other than general supervision of work performed for the additional insured by the named insured; (c) to property damage to (1) property owned or occupied by or rented to the additional insured, (2) property used by the additional insured, (3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exercising physical control, or (4) work performed for the additional insured by the named insured. 4. Additional Definition When used in reference to this insurance, "work" includes materials, parts and equipment furnished in connection therewith. :.` THIS IS To carmy that tie oornpaaY.Mdimteci by. an "X^ hip I141cied the pocky or policies described below. The Insurance afforded IS only with ragaet to tb1 obapes fodicetsd by speeNic Omit of fleMl and this cerWicete of Insurance neither aMnrotiveiy nor n�qedvahY ems, wrain s nor alara the eoyarepa afforded by a" pocky cacao d herein. �pollicW mNotaltl�ruft � or baud herein. -any requirement � condition of any contract or other document with setpeafcftor o rby the this or ve • the Insurance afforded by the polkies described herein ich �tb� Is t to�aN the s �drd o such pWor G THE OHIO CASUALTY INSURANCE COMPANY 0 AMERICAN FIRE AND CASUALTY COMPANY 13 WEST AMERICAN INSURANCE COMPANY CERTIFICATE ISSUED TO MIND ND NI D and URM 11141111 and AOGINSS Fm—I ­ LES & KELLEY CONSTRUCTION CO.,IINC. CITY OF NEWPORT BEACH 1292 CAMEO DRIVE CITY HALL TUSTIN, CA 92680 3300 W. NEWPORT BLVD. I I I NEWPORT BEACH, CA L� J .J• MINIM OF RPBAAOIK L0 ift TIF OPHA19A11I STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) KING OF Milk NCE POLICY NINIBEI POLICY PERIOD COW20EM CG219286 From 9 -12 -78 $ 300 •000 Each occurrence $100 ,000 Each occurrence GENERAL LIABILITY To 9 -12 -79 $ 300 '000 Aggregate $100 •000 Aggregate MANUFACNREIS AND From $ 000 Each occurrence $ AO0 Ekh-murrence CONTRACTORS' LIABILITY TO $ AM Aggregge OWNERS', LANDLORDS' From $ 000 Each occurrence S .000 Each occurrence AM 7ENAIff LIABILITY To $ '000 Aggregate CONTIACTIK From $ 000 Each occurrence $ AO0 Each occurrence LIABILITY To S 000 Aggregate COMPLETED OPERATIONS WCG219286 f10m 9 -12 -78 $ 300 •O0O_Eac' occurrence $ 100 '000 Each aceufrencer AND MINIM LIABILITY To 9 -12-79 $ 300 •OOO'Aggregate $ 100 '� Aggregate ININNI 1S' OR CONII ICTUX From $ 000 Each occurrence i 000 Each occurrence_ FROTECAPE LIAMITY To f AO0 Aggregate compR onriE WCG219286 From 9 -12 -78 $ 300 .COO Each person S 100 •000 Each occurrence ANTMIBBILN LIANUTT To 9 -12 -79 J 500 ON Each occurrence OTNEN; From To ..NK,I► L}CC507176 From 1 7 To $ 1 '000'000 Single Limit YIIL1FPlWIL From Each occurrence' To S AOO Aggregate WOIIMOPS WC3004397 From 9 -12 -78 COMPENSATIONSTATUTORYSTATEIS1 towe SATTON I To Employers' Liability — $ In the event of cancellation of these policies .Mton/ ll be mslle to the ty t- om this Certificate Is IsndmoAXdb WM. ELL & ASSDC. GATE, MARCH 27, 1978 _. - ter._ � ... ._. ... . _ c ter._ � ... ._. ... . CITY OF NEWPORT BEACH Contract No. C -2057 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and 'coverages as follows: COVERAGES TO WHICH THIS ENDORSEMENT ATTACHES COMP..,. GEN. LIAB. UMBRELLA LIAB. WORKERS COMP. EFFECTIVE DATE OF ENDORSEMEit, MARCH 27, MARCH 27, MARCH 27., POLICY T NUMBER 1979 WCG219286 1979 LXC507176 1979 WC3004397 POLICY LIMITS OF INSURANCE PERIOD LIABILITY COMPANY 9 -12 -78/79 300/300 WEST AMERICAN 1 -3 -77/80 1,000,000 OHIO CASUALTY 9 -12 -78/79 STATUTORY WEST AMERICAN This endorsement is effective MARCH 27 , 1979 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: IMPORTANT City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663: NAME OF AGENT OR BROKER This is the only evidence of insurahs"cceptable to the City. executing this Endorsement is cautioned to make certain that he to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 The person has authority CITY OF NEWPORT BEACH Contract No. C -2057 Special Endorsement No. 1 In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and'coverages as follows: COVERAGES TO WHICH THIS ENDORSEMENT ATTACHES COMP. GEN. LIAB. UMBRELLA LIAB. WORKERS COMP. EFFECTIVE DATE OF POLICY POLICY LIMITS OF INSURANCE ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY MARCH 27, 1979 WCG219286 9 -12 -78/79 300/300 WEST AMERICAN MARCH 27, 1979 LXC507176 1 -3 -77/80 1,000,000 OHIO CASUALTY MARCH 27•, 1979 WC3004397 9 -12 -78/79 STATUTORY WEST AMERICAN This endorsement is effective MARCH 27 , 1979 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER COSTA M A CA 9 626 BY Au horized Representati i IMPORTANT: This is the only evidence of insur acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 i i i i i IMF '� - �Pi'f�tt�P � �tiSltt`�ritP THIS Is TO CERTIFY that hMicated by an '•X" hr imaa the pocky a Polices dneexl vd before. TM hernia afforded Is only rdtln re4ece to tlM.: indicated ny tpaeffk IMMts of Iyp end thh ardfkaq of hreaanoe neitlre affirmatively .' nor r j ft*v atteode, amends oar coverage afforded by any pocky dprlt6ed hs= 'Tohohg�caarms Ywrena Is doe a eetRaft of not an.huumna pocky and not arrwM, extend a afar On ccopvherargee afforded Wpy wh'xcrhY aetit ab eeHlaticete' hwrsna be heuab �� or Peroo Insurance afforded byo�We DoDda deeafead hershr Is subject to sN the tern. exclusions and corrd1doa of such pollaIM, THE OHIO CASUALI* JMSURANCE COMPANY AMERICAN FIRE AND CASUALTY COMPANY WEST AMERICAN INSURANCE COMPANY CERTIE UTE OW TO Mw 1106016 oA ANlI= WAR agd ANEZ rMILES & KELLEY CONSTRUCTION C07, (CITY INC. OF.NEWPORT BEACH 1292 CAMEO DRIVE CITY HALL TUSTIN, CA 92680 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA ^J N30 ITIH1 IF BBA1NNt LATJIFNIN 6F NUAINIS STORAGE FACILITY.A4r 16TH STREET UTILITIES YARD (C -2057) smy HONANCE I MOD couptoom iCG219286 From 9 -12 -78 $ 300 000 W o='ra ce $100 AM Eadn oc=reme GEVAAAL To 9 -12 -79 $ 300 "'0 'a"'gaa ;100 • M Aggregate UAO1LRT MNIMAVINO S AM From $ •006 Each occurrence $ 0W Each occurrence CONTRACTOW LMNLM To $ ,000 Awegate MUM, LAIr1IM From $ ,000 Each occurrence $ .000 Euk occurrence AD TELOW LIASNFIT To 000 Aggrgall CUR A0T"L * From $ .000 Each omrrrNa $ AM Each occurrence 1M6N11T To '- f 000 Awetate OONIUM WRAR NA tcG2008611 .. From 9 -12 -78 $ 300 '� occurrence $ 100 '0 Fach occurrence ON momw f UL IM xz To 9 -1249 i 0W Aggregate .300 i AN Agate 100 WNW 61. F aw $ 000 Each owream = AN End o=ffence "Iffli TE IILoIIF a. To s in Awswe tog g WCG214286 FMO 9—IM $ 300 ,= Eadc omm i 100 060 E-k eceererce AN NOW LIA/ UFT To 9 -12 -79 4 500 000 Each occurrence HIMOt& +.• From To LT1IL61u. LRC5U!176 7 0� } = =8a 1 = AWAN u.N 11�1APlT� From bf1 awsmina To 0 AOD. Yr1Y WC3 97 I'ma 9 -12 -78 COM P9WTMWA7WMy -3TA7M fARl�IM! r, To llebjAh — $ In the went of cerwnsedon of ..,.,.:, ... w"ci a writar� I a to 0 to I this CertlRaee Is hawed 28A7rdfi WM. M T. ELL & ASSOC. DAZE MAR CH 27 1` Form L - ON 1.76 CoW. . tIDe Attaching Clause nee *mpleted only when this endorsement is issued subseouent to• ration of the policy.! G11G LIABILITY ISO G116 L9452 ADDITIONAL INSURED ltd 1.11 (Owners or Contractors) This endorsement modifies such Insurance as is afforded by the provisions of the policy relating to the following COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE .i Tore endorsement. effective MARCH 27 1979 forms a part of policy No. WCG219286 (12:01 A. M1�., standard time) issued to MILES & KELLEY CONSTRUCTION CO., INC. by WEST AMERICAN INS. CO. Name of Person or Organization (Additional Insured) CITY OF NEWPI T BEACH Bodily Injury Liability Property Damage Liability Premium Bases Cost Cost �.. :� ................ ..... H. MIr�LV�twognt SOC. S hedule Location of Covered Operations STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) Rates Advance Premium 1100•of cost S $100 of cost S INCL Total Advance Premium $ It is agreed that 1 The "Persons Insured provision is amended to Include as an insured the person or organization named above (hereinafter called 'additional insured cut only with respect to liability ansmg out st (1) operations performed for the adddonal insured by the named insured at the location designated above or i21 acts or omissions of the additional insured in connection with his general supervision of such operations. 2 None of the excWSmns of the policy. except exclusions (a). (c). (f). (g). (0. (j) and (m), apply to this insurance. Additional Exclusions This insurance does not apply . ia; to bodily injury or property damage occurring after (I; all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at The site of the covered operations has been completed or - (2) that portion of the named insured's work out of which the injury or damage arises has been put to,its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (h ) to bodily injury or property damage arising out of any act or omission of the additional insured or any of his employees. other than general supervision, of work performed for the additional insured by the named insured; (c) to property damage to (U property owned or occupied by or rented to the additional insured, 121 property used by the additional insured. (3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exercising physical control. or (4'r work performed for the additional insured by the named insured. 4 Additional Definition When used In reference to this insurance. "work" includes materials. parts and equipment furnished in connection therewith 0 "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self - insurance before commencing any of the work." Date Signa re CITY OF NEWPORTGH PUBLIC WORKSDTMENT CONTRACT DOCUMENTS FOR STORAGE FACILITY AT 16TH STREET UTILITIES YARD 1978 -79 APPROVED BY THE CITY COUNCIL ON THIS 26TH DAY OF, FEBRUARY, 1979. F_ �� CC ty�Cf lerk CONTRACT NO. 2057 SUBMITTED BY: IIw i Ma,{y WNiTmmom W., in. Contractor UK cow 8"" Address Testa ci► irnr City State Zip n441Uan Phone Total Price Bid E: i . I l '`. �: `.. / -. 4 l' �; . r' r L' �':. I' �_ �;;':;__ +..,y4 � _ s �� CITY OF NEWPORT.1EAQt,;GALIFORNIA NOTICE INVITING BIDS 9 Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hal I, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 14th day of arm— 1979, at which time they will be opened and read, for performing work as o 1T ows: STORAGE FACILITY 16TH STREET UTILITIES YARD CONTRACT NO. 2057 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 e �orPorate Seal shall be affixed to aTl�ments requiring signatures. In the case of a a>f rtnership, 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.) -� �� � - 4 { �r- axet... _.,.:��' mss_:. {, w..T- ...as,a.�.2- eaisvi a:'�• a P T. . 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern 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 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. 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. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code re- lating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance 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 reserves the right to reject any or all bids and to waive any infor- mality in such bids. Revised _i2 -29 78 .:; F 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 pfe State of California providilg for the registration of Contractors, License No. AMM Classification Accompanying this proposal is OM�fA (Cash, Certified Check, Cashier'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 wbich require every employer to be insured against liability for workers' compensation or -;to undertake self- insurance in accordance with the provisions of that code, acrd agrees to %- comply with such provisions before commencing the performance of the work-:bf this_c*rwict. "44u4m Phone Number ObVO ins IM Date XLU a aim CWTNYf ON OL V INC0 Bidder's Name (SEAL) z/&OM 1t140 SAW M M148 CarNwltM 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: Sam NIiM. hov" F Ll c t✓ lb"my 1Ht" ut orize u h"xstiss Type of Organization (Individual, Co- partnership or Corp.) 1M Ca Mys To"Us CA IM AM 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 e 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 t' specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. - Item of Work Subcontractor Address � l iru'q► NN1t�r MstM , 2, tlsslriat Art so" tirasls 3. see"" cmt bm" Los Ai MWI 4, FAA O tsl OMM /Met Nstsl @rssls C: 5. 1111 -0 )Mrs hrvene >uY ►s Wsip 6. it"I OHIO C~w I a Ms1 Mr. K i11w�p Cauft T*Ma r 7. I.at4 1 :IaNr C K.)bM1r UOU AM . g. Mstiflt F"a Jbtfi Cs 9. 10. 11. - 12. pan t IRM COMINOM CL$ MO - Bidder's Name t✓ lb"my 1Ht" ut orize u h"xstiss Type of Organization (Individual, Co- partnership or Corp.) 1M Ca Mys To"Us CA IM AM 1 ��< ...' � � s y .y. �. d aAms M9 COW 1403-4" az IMs Mil Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL _-XNOW.ALL MEN BY THESE PRESENTS, That we, OW M INUO 4IM199M C8.& tM6. as Principal, and TIE IIm PAL" INSOWAU om as Surety, are held and firmly.bound unto the City of Newport Beach, California, in the sum of To Dollars ($ 10% ) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselvess. 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- 110M ROLM AT U7M.0IKV tlRt111IE3 VMS CORM OW 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 day of 197 Corporate Seat (If Corporation) N= a ow f,ONOTMI«. m f0.0 a to Principal- U&%" onus .(Attach acknowledgement of AttornW n -Fact MN>N L. CMOM. Mratary' hslttts Tu OM UJOLTT iM00> M clom1 1101"M.SWM M.: its Im Surety By, A/AM L PIS" -n�- Y N. \\. " �. _ \ t ^_ ._....� NON- COLLUSION AFFIDAVIT .: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 went 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 197 My commission expires: i� his il�It �� � � ►r.tti��t mauls � guar a� co., t . IM Cum 0"We s ate, EA RUN tMGM A. ftsbU+r Notary Public Page 6 �. ,:'1 i/WOWY Nil" 4-u4 gned i 4 Page 7 TECHNICAL ABILITY AND-EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1f1i &up !Ll t "aw K "mass Ntl on" ril-isq ' it" City of v Man sf94W UUM . 1lf1 liatiasr Ci�wity Cstlpa Nil C"W" 06 -1016 bt. ifs It" 33aMlatkic Ctmaity Ca11Ma #q k"" iftam we SMlevsity of alit.. trraa NMY ft "Who" U34A1 . firs City of thaw Iftm ei from n44MM 19" Orr"Oft I" V" NO faUaN pkart f IhW ast -6111 lxUS i/WOWY Nil" 4-u4 gned i LABOR AND MATERIAL BOND :' {0'A ALL 1EN BY THESc PRESEYTS, That • . Page. 8 . %OI0l' E0. 2- 074 -097 2eO3i•t`! CE BOA ',y EREAS, the City Council of the City of Newport. B ach, State of Cal fornia, by motion 0o"Pted March 26, 1979 . has awarded to MILES & KELLEY CONSTRUCTION CO, I4C_�� hereinafter designated as the. "Principal ", a contract fo•r _Stara FaciLity at 16th Street Utilities-Yard - Contract No. 2057 in the City of Newport Beach, in strict conformity -;ii ~ the Drawings and Speci'fication:. and other contract documents on file in the of Fics iii` C!le laity Clier� of ...,._ My of Newport Beach;, WHEREAS, said TTincipal hav executed or is about to execute said contract-and tho terms thereof- requ.re the furnishing of a bond with said contract, providing that if said Principal or ,7, of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used gin, upon, for, or about the per- formance of the wcr7 agreed to be done, or for ony ';cork or labor done 4oyson of any kind, the Surety - - . n4is bond will pry the same to the extent hereinaitr,r set forth: NOW, THEREFOR EE� e . as Princi pal >, arc__ .00 OHIO C' a ^ "_T i .S'_'° .0 =- as Surety, are held firmly bound unto the City of Ne'�'pc,rt 'Beach, FIFTY FOUR THOUSEND T� HUNDRED TWENTY FIVE AND NOf100THS:_oll a rs i 1l t,�_, ,: Iim of ';54.325.00 A said sum being one -half of the estimated amount payable by the City of Fawport Beach Under the terms of the contract, for which payment well and truly to be ;node we bind vurselves, our heirs, executors and administrators, successors, or assigns, jointly dnd severally, firmly by these presents. THE CONDITION OF THIS.OSLIGATION IS SUCH, that -"if the above bounden Principal or his subcontractors, fail !to pay for any materials, provisions, prcwender, or other supplies or teams, used in,. upon; :.fon 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 stork or labor, that the Surety or Sureties will '"pay for the same, in an amount not exceeding the sum spec- K& in the bond, and also, in case suit is brought upon the tend, a reasonable attor�ny's f?e, to be fixed by the Court. as required by the Provision,- o? S:ctirjf 42J''- of the Government Code of the State of California.. This bond shall in6re to the. benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so.as to give a right of action to them or their assigns in any suit brought upon ' .. Page 9 (Labor and Naterial )fond Cohtfinued) this 'bond, °as- required.by: the Provisions -,Section 4205 of.the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that.the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this in trument has been duly execcytted by the Princig�I and Surety above named, on'the 4M day of Apra 19,79 0. (Seal) Name of Contractor (Principal)— — AuthorizA ature and Ti— t —le Approved to C to e AAaAON a Authorized Signature ure an Title �_itnc a.' Seal) fsurpe XYii 71114 rtoa, �lit*taiih _ Address of Surety Signature and Tile utiori ed Agent 00 SM 13M Iress o'M e"nt 2g"—. MAM5 L"" Telephone No, of, gent ! �: �. � 'ry �� .� 'r .� - �: _' - - ;�.` : > -_{ �: �. � i - �i� ^`tl..dz�- � � � t Pr..`.:'.:.L� F Ts._a» �°"�y k rv'myi�k: 8�.?�s�..�.:i -..�� � � � �� v _ '` J:S�C� - :: :5�mic.:.f,6.- :.1t'«�= �.s'1':.' r.iv -6��_. ._ 'S"�! ,; 'ry i - �i� ^`tl..dz�- � � � t Pr..`.:'.:.L� F Ts._a» �°"�y k rv'myi�k: 8�.?�s�..�.:i -..�� � � � �� v _ '` J:S�C� - :: :5�mic.:.f,6.- :.1t'«�= �.s'1':.' r.iv -6��_. ._ 'S"�! ,; AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY srnTe of . CALIFORNIA _ ............. COUNTY Of OR 4T7 ^E 2nd April 79 Onthis ................day of................................................ ............................... 19....... before me GORDON i. t itLL ............................. y personally appeared ...................................:... ............................... Attorney-in-fact, of The Ohio Casualty Insurance Company, with whom 1 am personally acquainted, who being by me duly sworn, did depose and say, that he resides in.......,FUiLERiOIT, CALIFORNIA .that he is the Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut- ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed and executed the said instrument as Attorney -in -fact of said cor- poration by like order. My Commission expires ..................:..::a:!s. ...f1Q$!?}L9. .. ............. ... . �mm s.I]f! .. .,. .... Noi.rY Public. ... all PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That ,1 • t'3 Page 10 WHEREAS, the City Council of the City. of Newport Beach, State of California, by motion adopted !t ra ago I$" has awarded to 111t.ES a nun E'OlSiM MON CO., 1K. hereinafter designated as the "Principal ", a contract for ft"VM HC1111W of lift► #too mlititla Tod awknat Na. 2W in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said;contract.and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and S�eb f port Beach, in the sum of Dollars ($3MsX'N ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns.; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, _ successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con - ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety,. for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice a, y a q a;: -. ;, i r. r-., �` w i ".w�iti..i� _ S'r C 1: » � yy���� ��� f'4^. T i � .�e .-.. �i.Yi'i4•r7 �.AL ""im"41 A Gam. .s.r .C�� (Performance Bond - Continued) Page I1 ti of any such change, extension.of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations Under this bond. IN WITNESS'WHEREOF, this instrument has been duly executed•by the Principal and Surety above named, on the 20d day of Arru • (Seal. Name of Contractor (Principal) Authorizr Si tUre and Title Authorized Signature and Title mz'� MOM, Address of Surety VC Signature and of Authorized Agent Q 92626 Address of Agent Telephone No. of Agent _.. � _ , � ,� . 1 s. �� �� �; x .�ii�c:u` ..�...�,.o,.. _:� �.�,.: «.w.a-:� +�Y a _ .,F�... »:.E,....�'3$�'°&`-5ae�`3' ,z�a'� ���. �,._ ...� -:� ,,..,,...... _��.,.4.- ,.. -.i: .tea''. :ie AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY �iZ TEA S f ATE OF = -�'-'" COUNTY Of' 2nd April Onthis ...............day of............ ....... . .............. ....................... I .......... ............ 1 19....... before me personally appeared ...... ................. .._ ......... ts.< a.:..: u:. n.....:........ .......... ..... ................ Attorney-in-fact, of The Ohio Casualty Insurance Company, with whom 1 am personally acquainted, who being by me duly sworn, did depose and say, that he resides in....... ':'JAL vN.q...C_.LZF:O MIAl.; that he is the Attorney -in -Fact of The Ohio Casualty Insurance Company, the corporation named in and which execut- ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed and executed the said inat ument as Attorney -in -fact of said cor- poration lak like order a a�4X C id My COmmlaslD❑ expires ........... _ .....: ... ........... ............... M ........ .. ....... • 6om 5.170 ... "" �irliilA Na[avY Pu611c. .•.n_..._. -.,,.. _-. .._--.- .u:i5]aaGG +- 1:]EGGG.uEGeGILi11 CERTIFIED COPY OP POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY HOME OFFICE, HAMILTON, OHIO No. 14 -199 Ensto All Mtn bg (0I first prP11213I0: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article Vl, Section 7 of the By -Laws of said Company, does hereby nominate, constitute and appoint: Gordon C. Hill - - - - - - - - - - - - - - - - - - - -f Fullerton, California - - - its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its a<tanddeed Any and all bonds, recognizances, stipulations or undertakings excluding, however, any bonds or undertakings guaranteeing payment of loans, notes or the interest thereon, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. 5"e�iII�l7tua In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty �''.? Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the °i `a said The Ohio Casualty Insurance Company this 12th day of August 19 76 an; SEAL s3 4...... ....ti a (Signed) 'h "i...� ....... .......... ...... Rev; hers}..' �..•.. i�iFi€. ftgaH ............................. STATE OF OHIO, Assistant Secretary COUNTY OF BUTLER 1 SS. On this 12th day of August A. D. 19 76 before the subscriber. a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Richard T. Hoffman, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknow. ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. eµtNU1noaro IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official ��•�¢ \�?���Sff,,�.� Seal at the City of Hamilton, State of Ohio, the day and year first above written. \� / %''• (Signed) •'e Notary Public in and for County of Butler, State of Ohio " tuaNap My Commission exptren .. ......... This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney- in•Fact, etc. The chairman of the board, the president, any vice - president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonda, recognizancea, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub. division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this data. 2nd April 79 IN WITNESS WHEREOF, 1 have hereunto set my hand and the seal of the Company this day of A. D., 19 Y �' t ilf's7ss''!e ( SEAL 'Is , Ta y,.OS�P Assistant Secretary S- 4295 -C 10 -74 -2500 i ► 6 Page 12 = CONTRACT THIS AGREEMENT, made and entered into this ,30 of . by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and I�L11; : ! i9Y7�Ei�M.• 2l1E. 4 ireinafter designated as the Contractor, party of the second part. I WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned - :1o.be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of lirelit" at im nftd Yttllads TM - tro"a w. 2W 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 to be 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 therefor 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. at 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. CITY OF NEWPORT BEACH, CALIFORNIA By: ATTEST: City Clerk Miles & Kelley Constr. Covi -Tna.- Contractor (SEAL) By: Presid nt Title / /[.�• Secrets Tit e App;;Ji:J 4fo i ..,:: 4..x* �]y i k'o- -.e — _ >_ v^_m.�. ua.�.�_" `�3 -�e� 3: .. +„�_;y��d.,�_' �,. � - "— "�° °'y. "'4+. '.� xt- a.....�:...._Y a- �a'.^ �o CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORAGE FACILITY AT 16TH STREET UTILITIES YARD 1978 -79 CONTRACT NO. 2057 1191M.19 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, examined the plans (City of Newport Beach Drawing No. B- 5066 -5) and the Special Provisions, and hereby proposes to furnish all materials, and do all the work required to complete Contract No. 2057 and will take in full payment therefor the fol- lowing unit prices for each item, complete in place, to wit: ITEM NO. QUANTITY AND UNIT UNIT TOTAL PRICE PRICE 1. 1 Construct Building "C ", including Lump Sum earthwork for foundation preparation, c arp twe and. a adrr0 il I oft cLAO�� @ Six Nwkbvd fifty Dollars Ito and Cents $ 1080650.00 $ 10B."O.00 Per Lump Sum TOTAL PRICE FOR ITEM 1 WRITTEN IN WORDS %a hwldred fight thowund Six Nlwdnd fifty Dollars se and Cents $108.650.00 MMES t KELL" CO"TRUCTION CO, INC. Bidder's Name ftn* 13. 1978 Ver wry ?"In Date Authorized Signature 8112M 714 -832 -0870 CONTRACTOR'S LICENSE NO. TELEPHONE NUMBER CONTRACTOR'S ADDRESS 1292 COW 0ri+n. TV"In■ CA 9E6e0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STORAGE FACILITY AT 16TH STREET UTILITIES YARD CONTRACT NO. 2057 ADDENDUM NO. 1 NOTICE TO BIDDERS Please be advised that the wording in the Notice Inviting Bids and in the Special Provisions has been revised to read as follows: NOTICE INVITING BIDS On page la revise paragraph 3 to read: A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach, This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete this form upon award of contract. (A sample form is attached for reference). SPECIAL PROVISIONS Add the following subsection to Section A. GENERAL CONDITIONS: II. LIABILITY INSURANCE A standard "City of Newport Beach Special Endorsement" form has been. adopted by the City (sample attached). This form is the only endorsement acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. Under Section 7 -3 of the Standard Specifications substitute the following limits for those shown: comprehensive liability, combined single limit for bodily injury and property damage. Each occurrence: $500,000 Aggregate protective $500,000 Aggregate products: $1,000.000 Aggregate contractural $500,000 This policy shall include the following coverages: a. Contractural or Assumed Liability relating to contract(s) between the named insured and the endorsement 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. g. Broad Form Property Damage. Please show the date of receipt of this addendum on the proposal or insert a copy with your proposal. Benjamin B. Nola %n� "" Public Works Director Date of receipt: tun% 13' 1979 S/6"Pry M Ift 0� CONTRACTOR'S SIGNATURE 0 CITY OF NEWPORT BEACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 Section Page DIVISION I - GENERAL REQUIREMENTS . . . . . . . . . . . . . 1 DIVISION II - MASONRY . . . . . . . . . . . . . . . . . . . 4 DIVISION III - METALS . . . . . . . . . . . . . . . . . . . 5 DIVISION IV - CARPENTRY . . . . . . . . . . . . . . . . . . 6 DIVISION V - MOISTURE PROTECTION . . . . . . . . . . . . . 7 DIVISION VI - DOORS, WINDOWS AND GLASS . . . . . . . . . . 11 DIVISION VII- FINISHES . . . . . . . . . . . . . . . . . . 17 DIVISION VIII - SPECIALTIES . . . . . . . . . . . . . . . . 18 DIVISION IX - ELECTRICAL . . . . . . . . . . . . . . . . . 19 • . SP 1 of ;24 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR `STORAGE FACILITY AT 16TH STREET UTILITIES YARD 949 West 16th Street Newport Beach, California 1978 -79 CONTRACT NO 2057 DIVISION I - GENERAL REQUIREMENTS A. GENERAL CONDITIONS 1. SCOPE OF WORK The work,to be done under this contract consists of furnishing all labor, equipment, transportation, material and services necessary to complete the site work, and construction of Building "C" as shown on the plans, com- plete in place, including all necessary appurtenant work. The contract requires completion of all work in accordance with (1) these Special Provisions, (2) the plans (Drawing No. B- 5066 -5), (3) the City's Standard Special Provisions and Drawings, and (4) the City's Standard Specifications. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. 2. GUARANTEE Unless otherwise specified, the contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. 3. COMPLETION OF WORK The contractor shall complete all work on the contract within one hundred twenty (120) consecutive calendar days after award of the contract by the City Council. . • SP 2 of 24 The contractor shall submit a construction schedule in accordance with Section 6 -1 of the Standard Specifications and the requirements for ap- proval by the City. The contractor shall have an approved schedule prior to the start of any work. 4. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. 5. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction shall be provided by the City. The City will require 48 hours' notice prior to the need of sur- vey service. 6. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing con- struction work, the contractor shall request the City to locate its facilities. The contractor shall protect in place and will be responsible for, at his own expense, any damage to any utilities en- countered during construction. 7. WATER AND ELECTRICAL SERVICE Water and 120/240 volt power will be provided. To make arrangements, contact the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. 8. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT AND SAMPLES a. General. The contractor shall furnish to the engineer such working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including but not limited to those working drawings, data and samples specifically ,required elsewhere in the specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the engineer for conformity with the drawings and specifications. b. M Drawin s and Data Defined. Working drawings include without imitation, s op detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, mater- ials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equip- ment lists shall give, for each item thereon, the name.and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. .s�...i SP 3 of 24 c. Review and.Revision. The contractor shall furnish to the engineer for review three prints of each shop drawing. The contractor shall properly check and correct all working drawings and data before their submission, whether they.are prepared within his own organi- zation or by a subcontractor or supplier. The shop drawings shall be k: submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, '. the engineer will return one print of each drawing to the contractor with his comments noted thereon. If the drawing is returned to the contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required and the con- tractor shall immediately submit four additional copies to.the engineer. If the drawing is returned to the contractor marked "MAKE CORRECTIONS NOTED," formal revision of said drawing will not be required and the contractor shall immediately submit five corrected copies to the engi- neer If the drawing is returned to the contractor marked "AMEND AND RESUB- MIT," the contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the contractor marked "REJECTED - RESUBMIT," the contractor shall revise said drawing and shall resub- mit three copies of said revised drawing to the engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the engineer has reviewed the pertinent shop drawings and returned copies to the con - tractor without rejection. Revision indicated on shop drawings shall be considered as changes ` necessary to meet the requirements of the contract plans and specifi- cations and shall not be taken as the basis of claims for extra work. The contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the engineer shall apply to general design only and shall in no way relieve the contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or re- quirements contained in-these contract specifications or on the contract drawings. 9. FEES, LICENSES AND PERMITS All fees for City permits will be waived by the City, except that the contractor and all subcontractors must have a valid City business li- cense purchased at their own expense. The contractor shall pick up the building permit from the Community Development Department. Application for this permit has been processed and plan check completed. • 5• L • SP 4 of 24 All subcontractors doing work which requires a separate permit from the Community Development Department shall apply for and obtain the necessary permits; no fee will be charged. 10. TESTS AND INSPECTIONS a. Initial tests required by contract documents will be paid for by the City. b. The cost of tests or inspections ordered by authorized persons for the purpose of determining the existence of faulty materials.or faulty workmanship shall be paid for by the contractor, except when the tests or inspections determine that faulty materials or faulty workmansip does not exist, in which case the City will pay for the authorized tests or inspections. c. Local, legally constituted public authorities having jurisdiction over this construction, and the City Engineer or his designated representative, shall be the only persons empowered to direct tests to determine compliance or non - compliance with requirements of the work. DIVISION II- MASONRY A. CONCRETE UNIT MASONRY 1. GENERAL All work shall conform to Chapter 24 of U.B.C., 1976, except as noted otherwise in these specifications. 2. MATERIALS a. Masonry �Un�its. 8" x 8" x 16" (center scored- -both sides) units per TA�90 Grade A. Minimum shell thickness of 1 -1/4 ", open end, lintel and special shapes as indicated. Masonry units shall be as manufactured by Orco Block Co.; Inc., 8042 Katella Avenue, Stanton, California., or approved equal. Color to be brown to match existing throughout job. Uniformity of appearance shall be the criterion for acceptance of the block at exposed areas. Any significant variation in texture or color of either the concrete matrix or aggregate shall be cause for rejection by the engineer. (Block to receive a clear waterproofing agent as specified in another Section.) b. Mortar and Grout. (1) Mortar Type S U.B.C. Table 24A. Red Label Suconem shall be added per manufacturer's instructions, color to match masonry units, 28 -day strength to be at least 1800 psi. (2) Grout. 1 -Part cement, 3 -parts sand, 2 -parts pea gravel, water, and integral waterproofing admixture in maximum proportion recommended by manufacturer. Where grout space is less than 4" in block.masonry, . omit.pea gravel. Water content shall not exceed 7 -1/2 gallons per sack of cement. Grout shall attain a compressive strengo of at 4 ... . t t_.. - .. . 1 1 .y SP 5 of 24 least 2,000 `psi at 28 days. Add Red Label Suconem to low lift grout and Suconem Grout AID II to high lift grout. 3. GENERAL REQUIREMENTS AND INSTRUCTIONS a. With exception as indicated on the drawings and /or specified herein, all block masonry work, including materials therefor shall conform to the requirements set forth in the Portland Cement Association's "Recommended Practices for Laying Concrete Blocks." (1) Samples. Contractor shall deliver to the engineer ,a minimum of four (4) units of size and color for approval. Samples shall be delivered in sufficient time to allow for review and adjustment of material prior to manufacture and delivery to the job. (2) Wetting of concrete masonry units will not be permitted. Their moisture content when laid shall not exceed 40 %. (3) Protection of Work During Erection. (a) All newly placed masonry construction shall be protected, by any approved method, against damage from action of the ele- ments until mortar has set a minimum of 12 hours. Methods utilized to accomplish such protection shall meet with engineer's approval. Protect facing materials from staining, etc. b. Workmanship. Execute masonry work with best standards of practice for trade. Erect work plumb, level and true to line. Provide a suitable power saw or carbonundum wheel on job for cutting masonry units. Concealed units which must be cut may be broken with a trowel in usual manner. Unless specifically shown, no block unit less than 1/2 length may be used in work to be left exposed or painted. Use extreme care to prevent any groutor mortar from stain- ing face of masonry. Stop masonry only by racking back in each course. Toothing is not permitted. Fill metal frames in masonry with mortar as work progresses. DIVISION III - METALS A. MISCELLANEOUS METAL 1. SCOPE Furnish and install miscellaneous metal work as indicated and specified, complete including: a. Miscellaneous iron and steel items. b. Steel angles, plates, etc. c. Shop priming and field touch -up. 2. MATERIALS Materials shal,l.be free from defects impairing strength, durability, and rice and .jhall be of the best caanercial quality for the purpose 9 SP6of24 specified and made with structural properties to safely withstand strains and stresses to which they may be normally subjected. Protect metals from injury at shop, in transit and until erected in place, inspected and accepted, in accordance with the Division I. a. General. (1) Steel Shapes. Conforming to ASTM A36. (2) Miscellaneous Steel. Unless otherwise noted shall be mild steel. (3) Nuts and Bolts. Conforming to ASTM A307. (4) Weldin. Conforming to ASTM A233 of type best suited for intendedd use. DIVISION IV - CARPENTRY A. FINISH CARPENTRY AND MILLWORK 1. SCOPE Furnish and install finish carpentry and millwork as indicated: a. Finish carpentry. b. Millwork and casework. c. Installation of doors. d. Installation of finish hardware. 2. FINISH HARDWARE Accurately fit and install all finish hardware as required to complete the building. Fit prior to painting and remove. After finish painting and decorating, reset finish hardware. 3. FITTING AND HANGING DOORS Each door shall be accurately cut, trimmed and fitted to its respective frame and hardware, with due allowance for painter's finishes and pos- sible swelling and shrinkage. The clearance at the lock stiles, hanging stiles and at the top shall not exceed 1/16 inch. Bottom clearance shall not exceed 3/16 inch clearance. Doors shall be cut or recut to accommodate flooring material, carpeting, tile, etc. 4. MATERIALS AND USAGE a. General. (1) All materials shall be as listed below or as modified or supple - mented by the drawings and architectural details. • � � �. .. s'� x ....a..' .r �r�rn�'�1�.,. -. ... `rte ^',�_•,^. `:�a�i t^ is •t 0 (2) All materials required shall be graded in conformance with current W.I.C. and Architectural Woodwork Quality Standards. (3) Moisture content of wood shall not exceed 12 %. (4) All exterior nailing shall be galvanized. DIVISION V - MOISTURE PROTECTION A. WATERPROOFING 1. SCOPE SP 7 of 24 Perform waterproofing of concrete block including all faces of masonry exposed to the exterior. 2. MATERIALS Waterproofing system to be a clear, penetrating, non - silicone liquid "Rainproof XL8.8" as manufactured by Rainproof Systems. 3. WORKMANSHIP a. Preparation of Surfaces. All surfaces shall be sound, clean, dry with cracks and beeholes filled in strict conformance with the standard specifications of the manufacturer. Notify the engineer of all substantial imperfections in the block requiring patching and submit samples of the vinyl cement concrete patching mixture with and without the final sealer for the engineer's approval. Mask surfaces as required for the protection of adjacent materials. b. Application. Spray -apply one (1) coat in strict accordance with the manufacturer's instructions. To be applied by a certified applicator approved by the manufacturer. 4. SAMPLES Provide three (3) samples of the sealer on sandblasted blocks for the engineer's approval. 5. GUARANTEE Provide a written guarantee to the owner in accordance with Division 1 for a period of five (5) years. B. MEMBRANE ROOFING 1. SCOPE Provide and install built -up 20 -year gravel- surfaced bondable roof, fiber cant strips and accessories required to complete job. t . SP 8 of 24 C 2. GENERAL REQUIREMENTS Guarantee. Furnish a written guarantee in accordance with requirements of Division 1 to maintain roofs, flashings and counterflashings in a water and weather -tight condition for a period of two (2) years from date of final acceptance of the building or beneficial occupancy, whichever cones first. Guarantee requirements of this Section include sealing and connection to such work. Reglets, flashings and gravel stops are provided under Section "Sheet Metal ". This sheet metal work is an integral part of roofing and shall be installed simultaneously with roofing application. 3. BONDED ROOF Provide a letter of certification signed by the manufacturer that the roof has been applied in accordance with the requirements of the manu- facturer of the roofing materials and is acceptable as a bondable roof. City reserves the right at its expense to obtain a roofing bond (20 years) at completion of the job. 4ZWrPT MFTAI 1. SCOPE Furnish and install sheet metal work including: a. Flashing and counterflashing. b. Gravelstops, overflows,. pitchpockets. c. Prime coat, caulking and sealing. d. Sheet metal louvers with screens. e. Incidental sheet metal complete. 2. STANDARDS Sheet metal work shall be fabricated, furnished and installed in accor- dance with standards for material and workmanship as set forth in the Architectural Sheet Metal Manual as issued by Sheet Metal and Air Con- ditioning Contractors National Association, Inc. (MSACNA), and as modi- fied by the drawings and specifications. 3. MATERIALS a. Sheet steel or iron shall be 24 ga. minimum furnished in galvanized form as indicated. Galvanized sheets shall have a zinc coating as per ASTM A93, for Class C. Zinc coating shall weigh not,less than 1 -1/4 ounces nor more than 1 -112 ounces per square foot of surface covered b. Felt shall conform to ASTM 0226, 15 pound asphalt saturated felt. ` SP 9 of 24 c. Solder metal shall be a standard brand of Grade 40 A solder, composed of equal parts of lead and tin, and complying with ASTM B32. d. Flux shall be raw muriatic acid for galvanized steel, rosin for tin (and lead). Excess flux shall be removed and surfaces neutralized _ after soldering. e. Fastenings shall be tinned or galvanized. Sheet metal screws shall be Parker -Kalon of size best suited to conditions. f. Caulking compound for gun and knife application, as necessary, com- plying with Caulking Section. g. Primer to be approved brand of zinc oxide. h. Plastic cement shall conform to Federal Specifications SS -C -153. i. Paint ferrous metal, zinc - chromate; zinc coated metal, zinc dust. j. Re lets and Counterflashing System. To be Fry springlock flashing system of appropr ate and /or designated type fabricated of herein - before specified zinc alloy and provided complete with clips, pre- formed corners and laps to assure minimum 3 inch laps. Use single manufacturer's products throughout. 4. WORKMANSHIP Equal to best standard practices of modern approved sheet metal shops. Accurately form sheet metal to dimensions and shapes detailed. Finish molded and broken members with true, straight and sharp lines and angles and, where intercepting each other, cope to an accurate fit and securely solder. Hem all exposed edges of sheet metal work unless otherwise de- tailed. 5. INSTALLATION Install sheet metal items as indicated on drawings and as required for proper and complete work in accordance with best standard practices. Securely fasten all work and make watertight and weathertight. a. Coordinate all sheet metal items in connection with roofing, waterproofing and work of other trades for proper installa- tion, and furnish in sufficient time to avoid delay in job progress. 6. ROOFING SHEET METAL WORK Installation of all sheet metal work which is an integral part of the roofing shall be supervised by the roofing applicator and shall be in- stalled simultaneously with the roofing. Coordination so that work will progress smoothly and without delay is a requirement. a. Expansion Joints. Joints in roofing sheet metal shall be provided as required per Standards by the length and thickness of the mater- ial. • � jr .�°�'• ,u. _^..,x '��. ' ..aar :sS•::m'R�F'x�: xts�' in.6. -�'}'F w4 -,;� +. -:tJ.: '�'�' rI :•1 � r.,. �, i SP 10 of 24 7. SHEET METAL LOUVERS Louvers and frame shall be constructed of 18 gauge galvanized steel. Louvers shall be "Z" shaped. Provide stiffener bar at center of louvers (back side). Insect screen shall be provided and attached to the back of the louvers made of 3 -mesh galvanized wire cloth. 8. PROJECTIONS THROUGH ROOF Pipes projecting through roof shall be flashed with metal flashing, or two (2) piece flange and sleeve flashing. Flashing shall- extend a mini- mum of 6 inches on all sides. Counterflash pipe or seal joints with mastic. D. CAULKING AND SEALING 1. SCOPE Furnish and install caulking and sealing for openings and joints indi- cated, specified and required to make entire building we4ther and watertight. This Section contains specifications for caulking throughout the project and pertains to any section calling for caulking, unless specified otherwise. 2. MATERIAL Silicone sealant as manufactured by General Electric Products Department or Dow Corning Corporation. Color to be black. 3. WORKMANSHIP Surface preparation, cleaning, application, protection, backing and work- manship shall be in strict accordance with approved manufacturer's instructions and specifications. • i '� �_ SP 11 of 24 DIVISION VI - DOORS, WINDOWS AND GLASS A. WOOD DOORS 1. GENERAL a. Guarantee. Work of this Section shall be guaranteed in writing for two T2_T years from date of final acceptance by the City against defects in materials and workmanship including the following: (1) Delamination. (2) Warp or twist. (3) Telegraphing of any part of core unit through face veneer. 2. SOLID AND HOLLOW CORE DOORS Shall be of size and thickness shown on drawings, and shall be of the flush type, conforming to all applicable requirements of Commercial Standards CS 171, latest edition, including all modifications contained therein. All wood doors shall be five (5) ply construction, Type I, painted and shall receive a shop prime coat of paint. 3. GUARANTEE Guarantee stated in Section 18 of W.I.C. Manual of Millwork Standards, latest edition, shall apply to al.l wood veneered doors specified under this Section in fully coordinated manner with installation guarantee requirements. B. HOLLOW METAL DOOR FRAMES 1. Frames shall be as manufactured by Security, Overly or approved equal. Construction shall be of pressed steel not less than 16 gauge with corners mitered, welded full length of joint, and.exposed welds ground smooth. Provide frames with integral stops and mutes. Provide anchors and clips for jambs and sills as required, not less than three (3) anchors per jamb (no exposed screws) plus floor clip. Provide for door hardware and reinforce frames as required, (10 gauge for butts and 12 gauge for other reinforcements) drilled and tapped as per templates or hardware furnished by hardware supplier. Reinforce head members of multiple openings full length with 12 gauge channel. 2. Primer shall be synthetic red lead or zinc chromate, as standard with door frame manufacturer. 3. Inaccessible areas shall receive a coat of rust - inhibiting paint before assembly. �� .. .�,,,,,abb'�'°,�r `c. -`ra�� � m`a�inr:`"� r`�».. _ ..�- ., .s,, a ��-. -, - �:.:,�. '' °:�.� �..y::.�8 - .:€ x ;. • SP 12 of 24 C. METAL WINDOWS 1. MANUFACTURE AND MATERIALS; a. Sli'din9 The'barizontafi num sliding windows as shown on the plans and hereinafter spec ied shall be VIKING SERIES 850, ARCADIA SERIES, 760,,.or..EL.Gp SERIES 32 -A2. b, Projected projection aluminum and matching fixed windows as shown on the jsian..`and herein specified shall be Torrance Window Co., SUPERIOR or AERODYNE SERIES 1000. c. Materials. Frames, vents and miscellaneous sections shall be alumi- num ahoy and tempered 6063 -T5. Component parts and accessories shall be stainless steel, aluminum or other corrosion- resistant material d. Finish. Sliding window frames, vent sections, projected window rte, vent and miscellaneous sections shall be 312 medium bronze. _ e. Weatherstripping. Weatherstripping shall be silicon treated, fungus, mildew and moth resistant woven wool or polypropylene pile and /or ".virgin" extruded vinyl. 2. HARDWARE Hardware shall be on non - corrosive material. The vent shall be equipped with an adjustable locking device which will permit the vent to be locked automatically. 3. SCREENS Screen frames shall be roll - formed anodized aluminum and be fitted with 18 x 16 gray fiberglass mesh. 4. GUARANTEE The window and components as represented on these pages are unconditionally guaranteed against defective material or workmanship for one year pro- vided that the installation is in accordance with the manufacturer's specifications and instructions. D. FINISH HARDWARE 1. SCOPE Furnish and deliver all finish hardware as indicated and specified, in- cluding: a. Furnish finish hardware. b. Templates. c. Hardware not clearly indicated but required to complete the project. • 2. GENERAL SP 13 of 24 a. Determine quantity of hardware to be furnished from drawings and schedules. Provide, complete, all finish hardware required for doors and other movable parts of building with exception of items specified elsewhere or not included. b. It is the responsibility of contractor to thoroughly check drawings and specifications and furnish all materials required whether specifically mentioned or not. No claims for extras will be allowed for any services or materials which, in the opinion of the engineer could have been or should have been foreseen by the contractor and included in his proposal. c. Where exact types of hardware specified are not adaptable to finished shape or size of members requiring hardware, furnish suitable types having as nearly as practicable same operation and quality as types specified subject to engineer's approval. d. A complete list of finish hardware proposed for inclusion shall be submitted to the engineer before delivery. e. Exit doors and doors leading to exits shall be provided with hard- ware in full compliance with state and local codes which are appli- cable to this building. 3. SUBSTITUTIONS Locks and latches (including knobs and escutcheons) shall be furnished as specified without variation or substitution. Should any substitutions be made without the written consent of the engineer, the engineer will direct the removal of all substituted hardware and will require replace- ment with proper hardware as herein specified. 4. TEMPLATES Hardware supplier will promptly furnish paper templates or physical hard- ware to general contractor for coordination with other trades. 5. FINISH Finish shall be US26D polished chrome throughout. Door closers shall be aluminum finish. 6. PAINTING All checks and brackets shall be sprayed to match adjoining hardware. 7. SCHEDULE AND PACKING A detailed schedule listing opening and all items of hardware for same, together with keying information and brochures illustrating all units in schedule,shall be submitted to engineer for approval. The schedule sub - mitted shall conform to the exact same format as the following hardware list. A comparative list showing both specified items and proposed iiz� SP 14 of 24 substitutes will be required. Upon approval of schedule, furnish six (6) copies as required together with necessary templates. Each item of hard- ware shall be plainly marked with item number to coincide with schedule so that locations of use may be determined without opening. 8. KEYING a. All cylinder locks to be Master Keyed as directed by the engineer. Furnish three (3) keys for each lock and three (3) master keys for each group. All keying to be done at the factory. All locks, cylinders and trim to be of the same manufacture. b. All keys shall be properly tagged and turned over to the engineer on completion of work. c. A competent hardware consultant shall assist the engineer in set- ting up the system on completion of the project, at no additional cost to the City. 9. KICKPLATES To be 818 gauge, height as specified, by 2" less than door, unless otherwise indicated on schedule. Furnish Type A screws. 10. EXTERIOR DOOR BUTTS Exterior door butts, on all out - swinging exterior hinged doors, shall have flat button tips and shall have set screw in barrel to prevent removal of pin. 11. FASTENINGS Finish hardware shall be furnished with all necessary screws, bolts or other fastenings of suitable type and size to anchor the hardware in position for heavy use and long life, and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shields, sex bolts, toggle bolts, or ; other approved anchors according to the material to which it is applied and as recommended by the manufacturer. All hardware fastened to con - i crete shall be furnished with machine screws and expansion shields. 12. BUTT SIZES AND REQUIREMENTS a. 1 Pair: Leaves to 72" high or to 33" wide, without closer. b. 1 -1/2 Pair: Leaves 72" to 94" high or over 32" wide. c. 2 Pair: Leaves over 94" high or as otherwise noted. d. 4 -1/2" High Butt:. At widths to 48" wide doors. e. 5" High Butt: At widths over 48" wide door. f. Width of..Butt: Minimum to clear trim and to allow door to open maximum.. .. i � ,. .� ��� _.::;_ -'. _nom _ .���. -�-� � = ._ _�. _= -��:, • i SP 15 of 24 INSTALLATION All hardware is to be fitted to the doors, then removed and placed care- fully in the original boxes until painting is complete. GUARANTEE Furnish a written guarantee to City in accordance with the Division 1 for a period of two (2) years from date of_accepted completion. LOCKSETS, LATCHSETS AND DEADLOCKS a. All locksets to be furnished with wrought box strikes and curved lip strikes of sufficient length to protect trim. b. All locks to be Ball Design 2 -3/4" backset. Deadbolts to be full mortise type with 1" throw. c. Acceptable Manufacturers: (1) Sargent - 24 -6 line Ball Design. (2) Schlage - A line x 2 -3/4 x 1/2" throw Ball Design. 16. DOOR CLOSERS a. Heavy duty full rack and pinion design, cast iron case, heat - treated compression spring, forged steel spindle. Separate key operated valves for closing, latching and backcheck functions. Covers will be removable. Manufacturer's published chart of sizes shall be used. All closers shall be delivered to jobsite correctly adjusted according to door size and special draft conditions. Cor- ner brackets shall not be permitted. b. All closers shall be sprayed to match finish of hardware. c. Attach closers on wood doors by means of sex bolts. d. No closers shall be provided on exterior or corridor side of doors. Install closers on inside of doors. Use parallel arm as necessary. Provide proper mounting brackets. e. Acceptable Manufacturers: (1) Sargent & Company - 1240 (2) Russwin - 2810 (3) Carbin 110 17. HARDWARE SCHEDULE This schedule is a guide only. Furnish all finish hardware required for the project. Hardware required for any particular location but not scheduled, shall have the same type as that scheduled for similar loca- tions. 13, 14 15 • i SP 15 of 24 INSTALLATION All hardware is to be fitted to the doors, then removed and placed care- fully in the original boxes until painting is complete. GUARANTEE Furnish a written guarantee to City in accordance with the Division 1 for a period of two (2) years from date of_accepted completion. LOCKSETS, LATCHSETS AND DEADLOCKS a. All locksets to be furnished with wrought box strikes and curved lip strikes of sufficient length to protect trim. b. All locks to be Ball Design 2 -3/4" backset. Deadbolts to be full mortise type with 1" throw. c. Acceptable Manufacturers: (1) Sargent - 24 -6 line Ball Design. (2) Schlage - A line x 2 -3/4 x 1/2" throw Ball Design. 16. DOOR CLOSERS a. Heavy duty full rack and pinion design, cast iron case, heat - treated compression spring, forged steel spindle. Separate key operated valves for closing, latching and backcheck functions. Covers will be removable. Manufacturer's published chart of sizes shall be used. All closers shall be delivered to jobsite correctly adjusted according to door size and special draft conditions. Cor- ner brackets shall not be permitted. b. All closers shall be sprayed to match finish of hardware. c. Attach closers on wood doors by means of sex bolts. d. No closers shall be provided on exterior or corridor side of doors. Install closers on inside of doors. Use parallel arm as necessary. Provide proper mounting brackets. e. Acceptable Manufacturers: (1) Sargent & Company - 1240 (2) Russwin - 2810 (3) Carbin 110 17. HARDWARE SCHEDULE This schedule is a guide only. Furnish all finish hardware required for the project. Hardware required for any particular location but not scheduled, shall have the same type as that scheduled for similar loca- tions. fi �,..2 _ �e3s v.�r' s3 zr43&i.i + -T.�., Y .. �,,r�i: . + SP 16 of 24 18. MANUFACTURERS Builders' Brass Works - BBW McKinney - Mc Pemko - P Sargent & Company - S Each door to have: 1 -1/2 pr. Butts TA2714 5 x 4 -1/2 NRP 26D Mc 1 Lockset 24 -6GO5 RB 26D S 1 Closer 1240 -P9 Series EN S 1 Threshold 180A M/X & A AL P 1 Stop 9079X 26D BBW 1 Deadlock 14 -4875 26D S Mount above lockset 3 Silencers 3446 S 1 Drip 345A P E. GLASS AND GLAZING 1. MATERIALS Glass shall conform to Federal Specification DD- G -451a, unless other- wise noted hereinafter. All glass shall be manufactured by L.O.F., PPG or approved equal and shall be on 1/4" thicknesses throughout unless indicated otherwise on the drawings. a. Solarbronze Float: All exterior glazing. r° i. -.. i G i i• • • DIVISION VII FINISHES A. PLASTERING 1. GENERAL a. Standards. Conform work to "Lathing and Plastering Reference Specifications" of California Lathing and Plastering Contractor Association, Inc., except as otherwise indicated or specified. SP 17 of 24 2. MATERIALS a. Metal Lath (1) Woven wire fabric lath shall be woven steel wire with large openings, minimum number 18 gauge'wire, backing paper complying with Federal Specification UU -B -790. b. Sand ASTM C33 uniformly graded from coarse to fine. c. Waterproofing Additive. Portland Cement Plaster "Suconem Red Label" by Super concrete Emulsion, Ltd. or approved equal. d. Metal Screeds (1) Control Screed shall be Keene No. 15 shaped as required by drawings. (2) Reveal Screeds: Fry plaster molding "FPM 75- 150." B. PAINTING 1. MATERIALS For purposes of designating type and quality of material, this Section is based on products of the Sinclair Paint Company. Equivalent prod- ucts are the Pittsburgh Paint Company, Ameritone or approved equal. Preparation and application shall be per manufacturer's recommendations. 2. PAINTING AND MATERIAL SCHEDULE I a. Exterior Surfaces (1) Galvanized Metal (G.I. flashing, gutters, metal trim): Flat Finish 100% acrylic enamel type Pretreatment: 7113 vinyl wash primer First Coat: 25 zinc dust primer Second Coat: 248 sash and trim.primer Third Coat: 1300 Stuc -O -Life or 250 sash and trim enamel (as directed) (2) Wood (Doors): Gloss Finish alkyd synthetic enamel type First Coat: 289 exterior wood primer Second and Third. Coat:. ..250 sash and tri.m.enamel F k =4 (3) Aluminum Reveals and Trim: First Coat: 26 zinc chromate primer Second Coat: 248 sash and trim primer Third Coat: 250 sash and trim enamel (4) Exterior Plaster: First Coat: .320 Stuc -O -Bond Primer Second Coat: 1300 Stuco -O -Life (5) Ferrous Metal First Coat: 15 zinc oxide primer Second Coat: 248 sash and trim primer Third Coat: 250 sash and trim enamel (Omit first coat if metal is adequately shop primed.) b. Interior Surfaces (1) Wood (doors) Semi -gloss enamel First Coat: 975 Sinco prime undercoater Second Coat: 975 Sinco prime undercoater Third Coat: 1800 Sinco satin enamel SP 18 of 27 DIVISION VIII - SPECIALTIES A. CORNER GUARDS Furnish and install Parco corner guards each side of overhead doors, style CG -1, color Black, 24" long, as manufactured by Pawling Rubber Corp., Mt. View, California, or acceptable equal. Apply using 3M- EC1357 or PPG Bondmaster M777 -A /B. ...: -1 E F k =4 (3) Aluminum Reveals and Trim: First Coat: 26 zinc chromate primer Second Coat: 248 sash and trim primer Third Coat: 250 sash and trim enamel (4) Exterior Plaster: First Coat: .320 Stuc -O -Bond Primer Second Coat: 1300 Stuco -O -Life (5) Ferrous Metal First Coat: 15 zinc oxide primer Second Coat: 248 sash and trim primer Third Coat: 250 sash and trim enamel (Omit first coat if metal is adequately shop primed.) b. Interior Surfaces (1) Wood (doors) Semi -gloss enamel First Coat: 975 Sinco prime undercoater Second Coat: 975 Sinco prime undercoater Third Coat: 1800 Sinco satin enamel SP 18 of 27 DIVISION VIII - SPECIALTIES A. CORNER GUARDS Furnish and install Parco corner guards each side of overhead doors, style CG -1, color Black, 24" long, as manufactured by Pawling Rubber Corp., Mt. View, California, or acceptable equal. Apply using 3M- EC1357 or PPG Bondmaster M777 -A /B. ...: -1 0 SP 19 of 24 DIVISION IX - ELECTRICAL A. ELECTRICAL r.: -- 1. GENERAL V a. S COP e. The work under this Section includes the furnishing of all -- " :• al bor, materials, tools, equipment and apparatus for the complete installation of all electrical equipment. b. Work Included: (1) Conduit and wiring for line and low voltage wiring. (2) Lighting fixtures and lamps as indicated. c. Work Not Included: (1) Modifications to existing main switchboard. (2) Distribution feeders from main switchboard except as otherwise indicated. (3) Painting, unless otherwise specified. `. (4) Public telephone service conduit, wiring and equipment. f d. General Requirements: (1) Take out all permits. The fees shall be waived by the City. (2) Submit shop drawings and material list to engineer for review. (3) All electrical conduit and boxes shall be placed on the outside surface of the block, in accordance with all NEC requirements.. 2. MATERIALS AND INSTALLATIONS a. General. (1) Materials and equipment herein specified new and delivered to job site in unbroken packages of the same type and manufacturer and furnished-in accordance with specifications of the National Board of Fire Underwriters and the National Electrical Code and govern - ing bodies having jurisdiction. Electrical materials and equip- . b. Conduit: (1) Rigid OMT and flexible conduit, unless otherwise noted, to be hot - dipped galvanized, Sherardized, or zinc coated. Couplings locknuts, bushings, etc., to be hot - dipped galvanized or Sherardized SP 20 of 24 (2) Electrical metallic tubing, couplings and connectors shall be seamless steel construction, watertight compression type equal to Thomas & Betts Company #5123 Series or Steel City TC 715 Series. Set screw type will not be accepted. (3) Flexible conduit and connectors shall be "Jake" type. c. Conduit Installation (1) The sizes of the conduits for the various circuits as indicated on the drawings and as required by code for the size and number of conductors to-be pulled therein. Open end capped with approved manufactured conduit seals as soon as installed and kept capped until ready to pull in conductors. Where running thread connections are necessary, only approved manufactured conduit unions used. No bends or offsets will be permitted unless absolutely necessary. Conduits to be concealed except as noted otherwise. (2) Rigid steel conduit shall be used where placed underground in concrete or in brick or masonry walls where subject to mechanical injury, (such as exposed Conduit in mechanical or work rooms). Rigid conduit shall not be installed in direct contact with the earth. When.installed under slabs on grade, the conduit shalt be encased in a minimum of three (3) inches concrete envelope. Con- duits installed in wet or.exposed locations in concrete shall have threads filled with red lead. For short runs of conduits installed in the ground and with the engineer's approval, conduits may be wrapped with Hunts Wrap Process No. 3 or "half" lapped with poly - vinylchloride tape equal to Scotch Wrap. Joints to be "double wrapped. Tape shall be 10 mil thick. (3) Electrical metallic tubing up to and including 2" may only be used where exposed to view at least 8' above the floor and not subject to mechanical damage. (4) P.v.C: heavy wall, Schedule 40 conduit may be used for branch circuits and signal circuits where placed underground, in concrete, in brick or masonry construction. (5) Nonmetallic conduit may be used for underground installation of distribution panels. Rigid steel conduit shall be used for bends and risers in nonmetallic duct runs. Concrete as specified in other sections of this specification, uniformly tamped into spaces between and under the ducts. Cuts and joints made with special tools made, for this use. (6) Maximum size conduit (outside diameter) permitted in concrete slab not greater than 1/4 the slab thickness. Refer to plans for additional limitation. (7) Conduit placed against concrete above ground fastened to the concrete with pipe straps or one - screw conduit clamps attached to the concrete by means of expansion screw anchors and screws.. _ fi -r SP 21 of 24 knockout type or cast iron with drilled, tapped, and plugged holes, - hot -dip galvanized or Sherardized: Boxes of_ proper code size for the number of wires or conduits passing through or terminating d. Outlet Boxes: (1) Outlet boxes -and covers to be pressed steel, for exposed use, knockout type or cast iron with drilled, tapped, and plugged holes, - hot -dip galvanized or Sherardized: Boxes of_ proper code size for the number of wires or conduits passing through or terminating therein, but in no case shall box be less than 4" square, unless specifically noted as smaller on the drawings, or boxes at end of a run and containing a single device may be of the "Handy Box" type. Covers for flush . outlets finish flush with plaster or other finished surface. Approved factory made knock' -out seals used in boxes where knock -outs are not intact. Boxes in.- concrete, a.type which will allow the placing of conduit without displacing the reinforcing bars. Outlet boxes used as pullboxes, installed only as - required by the drawings or specifications, or as directed. Sectional boxes not used. = = =y (a) Light outlet boxes equipped with fixture supporting device, - =- as required by the unit to be installed. (b) For outlets flush in exterior walls use weatherproof joints and connections. (2) Outlet boxes accurately placed and securely fastened to the structural members. Plaster rings set flush with the finished surface of the ceiling or wall.. e. Conductors: (1) Conductors copper #12 AWG minimum unless specifically noted otherwise on the drawings. Solid conductors #10 AWG and smaller and stranded #8 AWG and larger. Type of wire shall be as follows: !` (a) Type THW 600 volt, insulation used for #4 AWG and smaller. _ (Lighting) (b) Type TW 600 volt, insulation used for #4 AWG and smaller. (Power). (c) Type THW used for all panel feeders and service conductors. (d) Type THHN -600 volt insulation used for circuit conductors installed in fluorescent lighting fixture raceways. for conductors connected to the secondary of fluorescent or mercury vapor fixture ballast or other hot location including conduit and conductors exposed to sun light. (e) The following color code for branch circuits: I Neutral . . . . White (tape feeder neutrals with white tape near connections) s x .r f. Installation of Conductors 0 SP 22 of 24 (1) Branch circuit and fixture joints for #10 AWG and smaller wire made with UL approved connectors listed for 600 volts, approved for use with copper and /or aluminum wire. Connector to consist of a cone-shaped, expandable coil spring insert, insulated with a nylon shell and 2 wings placed opposite to each other to serve as a built - in wrench. Shell molded one -piece as manufactured by "Scotch -lok." (2) Wiring within panel enclosures to be neatly grouped and laced or Thomas & Betts "ty -rap" spaced 3" apart and.fanned out to terminals. g. Panelboards (1) Panelboard cabinets to be flush or surface mounted as noted on the drawings, with bolt -on type breaker and subfeed breakers as shown on panel schedules, hinged lockable doors, typewritten index card holders under plastic cover, copper bussing, and main lugs or main breakers, as indicated on the drawings. Branch circuit breakers to have indi- vidual provisions for padlocking in the "OFF" position. Trim adja- cent to branch circuit breakers, permanent type plastic or metal numbers to identify circuit protected. Breakers as manufactured by Westinghouse, General Electric, or Square D Company bolt -on type and minimum I.0 rating of 10,000 amperes, Bussing, 225 ampere except where noted on drawings. (2) Lighting and power panels, four wire or 120/208 volt,.three phase, four wire as indicated on drawings. Panels manufactured by Westinghouse, General Electric, and Square D Company. h. Light Fixtures (1) General Requirements (a) Lighting fixtures shall have parts and fittings necessary to completely and properly install the fixture, Fixtures to be equipped with lamps of the size and type specified. (b) Pendant stem- mounting fixtures supplied with swivel hangers which will allow the fixtures to swing 45 degrees. All swivel hangers provided with safety cables. Suspended fixtures to swing in any direction to accommodate movement caused by a seismic force of a minimum of 100% of gravity per table T- 21 -23 -1 (Title 21 C.A.C.). Fixtures to have special stem lengths to give the mounting height indicated on the drawings. Stem to be one piece without coupling and to be finished the same color as the canopy, unless otherwise noted. *The contractor shall check all locknuts and set screws to., 120/208 Volt Ground . . . . Green Phase A. . . . Black Phase,B. . . . Red Phase C. . . . Blue f. Installation of Conductors 0 SP 22 of 24 (1) Branch circuit and fixture joints for #10 AWG and smaller wire made with UL approved connectors listed for 600 volts, approved for use with copper and /or aluminum wire. Connector to consist of a cone-shaped, expandable coil spring insert, insulated with a nylon shell and 2 wings placed opposite to each other to serve as a built - in wrench. Shell molded one -piece as manufactured by "Scotch -lok." (2) Wiring within panel enclosures to be neatly grouped and laced or Thomas & Betts "ty -rap" spaced 3" apart and.fanned out to terminals. g. Panelboards (1) Panelboard cabinets to be flush or surface mounted as noted on the drawings, with bolt -on type breaker and subfeed breakers as shown on panel schedules, hinged lockable doors, typewritten index card holders under plastic cover, copper bussing, and main lugs or main breakers, as indicated on the drawings. Branch circuit breakers to have indi- vidual provisions for padlocking in the "OFF" position. Trim adja- cent to branch circuit breakers, permanent type plastic or metal numbers to identify circuit protected. Breakers as manufactured by Westinghouse, General Electric, or Square D Company bolt -on type and minimum I.0 rating of 10,000 amperes, Bussing, 225 ampere except where noted on drawings. (2) Lighting and power panels, four wire or 120/208 volt,.three phase, four wire as indicated on drawings. Panels manufactured by Westinghouse, General Electric, and Square D Company. h. Light Fixtures (1) General Requirements (a) Lighting fixtures shall have parts and fittings necessary to completely and properly install the fixture, Fixtures to be equipped with lamps of the size and type specified. (b) Pendant stem- mounting fixtures supplied with swivel hangers which will allow the fixtures to swing 45 degrees. All swivel hangers provided with safety cables. Suspended fixtures to swing in any direction to accommodate movement caused by a seismic force of a minimum of 100% of gravity per table T- 21 -23 -1 (Title 21 C.A.C.). Fixtures to have special stem lengths to give the mounting height indicated on the drawings. Stem to be one piece without coupling and to be finished the same color as the canopy, unless otherwise noted. *The contractor shall check all locknuts and set screws to., • 1 � �� _ .�w • 23 of 24 rigidly secure.the- socket to the stem, and the stem to the outlet box. Fixtures to be plumb and vertical. (c) Recessed fixtures where noted to have attached pullbox, to have a 4" pullbox permanently attached to the plaster ring so that it is accessible when the fixture is removed. The fixture to bear Underwriters' Label of Approval for the wattage indicated. Con- nection between fixture and pullbox to have flexible conduit and 2 #14 AWG "AW" wires. The flexible conduit to be sufficient length so that when the fixture is dropped, the pullbox is readily accessible. (d) Fluorescent fixtures to be equipped with ETL approved C.B.M. certified high power factor ballasts with lowest sound rating avail- able. Fluorescent and slimline fixtures shall be designed to accom- modate T12, 430 m.a. lamps except where specified otherwise. Ballasts to have Class "P" protection except as noted. (e) High pressure sodium vapor fixtures equipped with high power factor ballasts with lowest sound rating available. (f) Ballasts which are judged by the engineer to be excessively noisy to be removed and replaced. k `= _ (g) Fixture types as indicated on the drawings; however, if the type of any fixture is inadvertently omitted, the bid to be based on the cost of fixtures specified in other similar areas. (h) Where acrylic plastic is specified, use 100% virgin acrylic plastic equal to Rohm and Haas "plexiglass." (i) Lighting fixtures recessed in a ceiling which has a fire resistive rating of 1 hour or more enclosed in a box which has a fire rating equal to that of the ceiling. The space from the fixture to the enclosure to be a minimum of 1" and the light fixture to be provided with Advance Mark II Kool Koil ballast. (j) If the electrical contractor wants to substitute any light fixtures with the type specified, he shall obtain sample fixture complete with lamps and plug -in cord from manufacturer specified and also from the manufacturer of the proposed.substitution and personally demonstrate the lighted units to the engineer. Do not delegate this demonstration to the vendors. Fixtures of same type shall be of same manufacturer. Decision of the engineer regarding acceptability of any fixture shall be final. i. Lamps. Lamps to be new, furnished with each fixture of wattage and type as indicated, and as manufactured by General Electric, Westinghouse, I.T.E. or Sylvania. All incandescent lamps shall be extended service type, 130 volt. All fluorescent lamps standard white. j. Receptacles: (1) Receptacles as specified or approved equal, gray. 17 •' '. SP 24 of 24 - (2) Duplex 15 ampere convenience outlets, 120 volt grounding type. Approved outlets are: _ Arrow Hart 5250 _ =- Bryant, Hubbell, Slater 5242 Leviton 5897 Sierra 1410 (3) Single 15 ampere convenience outlet, 120 volt, grounding type. Hubbell #5251. 4-. (4) Receptacles indicated as weatherproof, Hubbell #5242 with Hubbell #5205 j: (5) Special outlets as indicated on drawings. k. Switches: (1) Circuit switches to be gray. Switch ratings in accordance with the following tables of loads: Watts Rating r 0 -1800 W (120 -V) 20 Amps Specification of grade of the following manufacturers are approved: Sierra, Hubbell; General Electric, Bryant, Leviton (5540 Series), H & H and Slater 700 series. 1. Plates: (1) Plates supplied for every local switch, receptacle, telephone outlet, etc., stainless steel, Sierra S Line. • � ��.' r� �� fP F - '.. _� - � .' 4.... � .. ft i 1 i i CITY OF NEWPORT REACH - - - - CERTIFICATE OF INSURANCE FOR CONTRACT WORK .. CONTRACT NO. This is to certify that the Company named below has (s►ued to the Named Insured the policy of Comprehensive liability insurance identified herein, hereinafter referred to as 'Policy*, and endorsed said Policy as follows to assure coepliohoe,by the Named Insured with the insurance requiresente of the Contract executed by the Named Insured and the City of Newport'Beaeh, (hereinafter, "City "). I. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, SS00,000 aq regate protective am eontraetual, $1,000,000 aggregate products. - 1. Neither the Policy nor this Endorsement shall be cancelled or materially changed until.thirty (30) days after receipt by City of written notice of such cancellation or Change. by registered mall, - addressed as follows$ City of Newport Mach c/o City Clerk,: 3300 Newport Boulevard, Newport Mach, California 51663. 1. The City of Newport Beach, its officers and employNa are hereby declared to be additional named insureds in the policy described insofar an they say be held liable for injuries, death . or damage to property arising out of or in.conneetion with the contract executed by the named insured end the City. It is further agreed that this policy shall be primary and non- cmtributiaq with. any ether lnsurince available to the City of Newport bunch, and includes a severability of interest clause. 6. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. S. Exclusions relating to property damage arising out of explosion, collapse, or underground dasxtq. foomwonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile: Products Liability - Completed Operations# Premises-0perations# Contractor# Protective I.)sbility: Marina or Aviation (when applicable)# -and Property. namage. This Endorse Fr i effective when signed by in Authorised M antative of - JJ�� ama o nserance and when ism Ci all tun valid and form part of Policy No. "•�^^^r /�\ ^lillwbbbb ino.1n1 expiring-- NAME OF A O R Authorized Rpresentaiive- IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is oauti —sd to make certain that he has authority to *"Out* this Corti ieate on behalf of the Insurance Company i • w�° 7 i i • i RESOLUTION NO. 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MILES AND KELLY CONSTRUCTION COMPANY, INC., IN CONNECTION WITH THE STORAGE FACILITY AT 16TH STREET UTILITIES YARD (C -2057) WHEREAS, pursuant to the notice inviting bids for work in connection with the storage facility at the 16th Street Utilities Yard, in connection with the plans and specifications heretofore adopted, bids were received on the 14th day of March , 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is MILES AND KELLY CONSTRUCTION COMPANY, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MILES AND KELLEY CONSTRUCTION COMPANY, INC., in the amount of $108,650.00 in connection with the storage facility at the 16th Street Utilities Yard be accepted, and that the contract for the described work be awarded to said bidder; and 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 26th day of March 1979. Mayor ATTEST: City Clerk V DDO /kb 3/19/79 4 2 t 7 V7 tk -11 O W GZ n N � � U W Q W W a Z f Z O z - Z } m IN NNE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STORAGE FACILITY AT 16TH STREET UTILITIES YARD 1978 -79 CONTRACT NO. 2057 APPROVED BY THE CITY COUNCIL ON THIS 26TH DAY OF`-FEBRUARY, 1979. felt City Clerk SUBMITTED BY: Miles & Kelley Constr. Co., Inc. Contractor 1292 Cameo Dr. Address Tustin CA 92680 City State Zip 714- 832 -0870 Phone t /a8, &56.00 Total Price Bid • 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 2:30 P.M. (as determined by telephone time signal) on the 14th day of a— rich 1979, at which time they will be opened and read, for performing work as follows: STORAGE FACILITY 16TH STREET UTILITIES YARD CONTRACT NO. 2057 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 e CCorPorate Seal shall affixed to—a-17 documents requiring— sign atures. In the case of a arl 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.) M '�$�." ... � - ��cs+su" v -a;�,,"- ,:a�G°- `q�..,.. - .. _• nix - � . - - - ... �.•!c�4r.�;.;aG - .�:...5;.2^«;:::�'sa Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern 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 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. 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. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code re- lating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance 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 reserves the right to reject any or all bids and to waive any infor- mality in such bids. Revised 12 -29 -78 i 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. 312206 Classification B Accompanying this proposal is Bond (Cash, Certified Check, 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 workers' compWati.6n:or "tp undertake self- insurance in accordance with the provisions of that code;,A'nd_ agrees -f9 -: comply with such provisions before commencing the performance of the wsrk o 'this 60nuact. 714- 832 -0870 Miles & Kelley Constr. Co.� -Ina. Phone Number Bi er s Name r (SEAL) March 13, 1979 e v Author ed gnature Au orized Si gnature Corporation 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: Sharon Miles, Secretary :� 'i;'c- .�.�.�: ^' _ i. //+ _ .. �...' _ 4: .. .. ,. 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 2. �Pn�.P./� /u �n i, ti 4��v1 �� it n/f A c 3. '/ 0� 4. k 't" Wit- t"Yei_ 5. - Vb P ,, n 6. Vii, CLr 7. 9 7ilL�� /y(P ' �/y�d �t 8. �u.y � r9 '2'tTL dy'� ( w rA A., 9. 10. 11. 12. Miles & Kelle Constr. Co. Inc. Bi er s ame Aur Ized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 1292 Cameo Drive Tustin, CA 92680 Address •r .. ., .. :. � � _ � �. ....., � _, s,_.a�.4.x. BOND NO: 1 -873- 884 -56 , • PREMITS NIL Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, MILES & KELLEY CONSTRUCTION CO., INC. , as Principal, and THE OHIO CASUALTY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the Sum of TEN PERCENT (10%)OF AMOUNT BID- - - - - -- Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of STORAGE FACILITY AT 16TH STREET UTILITIES YARD CONTRACT #2057 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 12TH day of MARCH , 19 79 Corporate Seal (If Corporation) MILES & KELLEY CONSTRUCTION CQ: ;INC. PrincipalT' (Attach acknowledgement of Attorney -in -Fact) ...., ........... { I 0 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. AFFIDAVIT OF ATTORNEY.IN -FACT FOR SURETY STATE OF ALLEO�NI[ ...... .............................S. COUNTY OF ..... QBANG. E ...... ............................... %9 before me 12TH... of ...............MAR2 ...................... ............................... 19....... . •.• ..... • Attorney -in -fact, On this............ day ... . ............... R " ".8.1C.CIN.Z •••.••• ereonallY acquainted, who being by me personally appeared..IN"' with whom l am P • ,� that he is the of The Ohio Casualty Insurance Company, eOSTA, MES Nr ................... duly sworn, did depose and say, that he resides tn•••pany, t orate Beal of said corporation; that the seal affixed to order of the Board of Directors of torney'thio ;natrumenO that he knowasthe corp Company, the corporation named in and whit execu - ed the within orate seal; that it was so affixed by the said instrument is such corp said corporation, and that he signed and executed the said instrument as Attorney -in -fact of said COT- At .. poration by like order.,` a „ .;,_�, •._ l /tr�E�t.c���• ..... public. 1 NoverY My Commission expkres ...............:......... ; ...7`> 0 • STATE OF CALIFORNIA COUNTY OF__--- �dilg2 _ „_____- �___.� SS. March 13 1979 yOn�__ > before me, '^ the undersicned, a Notary Public in and for said County and State, personally appeared known to me to ke r ---�-�� -- -- Scretary of the corporation that exerWeo the O 'o within Instrument, known to me to he the persons who executed the 6 within Instrument on behalf of the eorporatimt therein named, and a ,�knowledgedl to me that such corporation executed the within p° instrument pursuant to its by -laws or a resoluti o is board of director >. n f O . Signature____— Y `d cki A. Peebler Name 1Typed or Printed) Notary Public in and for said County and State OVA FOR NOTARY SEAL OR STAMP ��....aaaa.aaaaaa MM...M.W...s.w.e O: {1..IAI SERI VIC:'I A. No`.ary 7cb;ic- CalFmnl+ t 0-Wir : COUNTY F.hy r. Much 2b; 14E2 Commission E!P;r • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement wi=thin 24 hours after the bid opening if he is the apparent low bidder. u ! • 1. i • 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 Orange County Board of Education Hal Mason 834 -3941 1977 City of La Habra Tom Mazzola 526 -2227 Ext. 221 1977 Rancho Santiago Community College Bill Carnahan 835-3000 Ext. 335 1977 Saddleback Community College Roy Barletta 831 -9700 1978 University of Calif., Irvine Henry Poppenhusen 833 -6511 1978 City of Irvine John Di Frenna 754 -3690 1978 Huntington Beach Union High _School Robert Bailey 898 -6711 Ext. 301 Dist. L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • STORAGE FACILITY AT 16TH STREET UTILITIES YARD 1978 -79 CONTRACT NO. 2057 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, examined the plans (City of Newport Beach Drawing No. B- 5066 -S) and the Special Provisions, and hereby proposes to furnish all materials, and do all the work required to complete Contract No. 2057 and will take in full payment therefor the fol- lowing unit prices for each item, complete in place, to wit: ITEM QUANTITY UNIT TOTAL NO. AND UNIT PRICE PRICE 1. 1 Lump Sum Construct Building "C ", earthwork for foundation complete and in place. ump gum TOTAL PRICE FOR ITEM 1 WRITTEN IN WORDS March 13, 1978 Date CONTRACTOR'S LICENSE NO. 312206 including preparation, Dollars and Cents $ ;Dollars and Cents Miles & Kelley Constr. Co., Inc. Bidder's Name Authoriz d ' nature TELEPHONE NUMBER 714 -832 -0870 CONTRACTOR'S ADDRESS 1292 Cameo Drive, Tustin, CA 92680 0 • PR 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORAGE FACILITY AT 16TH STREET UTILITIES YARD 1978 -79 CONTRACT NO. 2057 ovnoncai To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, examined the plans (City of Newport Beach Drawing No. B- 5066 -S) and the Special Provisions, and hereby proposes to furnish all materials, and do all the work required to complete Contract No. 2057 and will take in full payment therefor the fol- lowing unit prices for each item, complete in place, to wit: D UNIT 1. 1 Construct Building "C ", including Lump Sum earthwork for foundation preparation, complete and in place. @ Dollars and Cents $ Per Lump Sum TOTAL PRICE FOR ITEM 1 WRITTEN IN WORDS Y:; /� , 'Dollars and Cents March 13, 1979 Date _ PRICE PRICE Miles & Kelley Constr. Co., Inc. Bidder's Name Authori ed nature CONTRACTOR'S LICENSE NO. 312206 TELEPHONE NUMBER 714- 832 -0870 CONTRACTOR'S ADDRESS 1292 Cameo Drive, Tustin, CA 92680 S; • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STORAGE FACILITY AT 16TH STREET UTILITIES YARD CONTRACT NO. 2057 ADDENDUM NO. I NOTICE TO BIDDERS Please be advised that the wording in the Notice Inviting Bids and in the Special Provisions has been revised to read as follows: NOTICE INVITING BIDS On page la revise paragraph 3 to read: A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach, This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete this form upon award of contract. (A sample form is attached for reference). SPECIAL PROVISIONS Add the following subsection to Section A. GENERAL CONDITIONS: II. LIABILITY INSURANCE A standard "City of Newport Beach Special Endorsement" form has been adopted by the City (sample attached). This form is the only endorsement acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. Under Section 7 -3 of the Standard Specifications substitute the following limits for those shown: comprehensive liability, combined single limit for bodily injury and property damage. Each occurrence: $500,000 Aggregate protective $500,000 Aggregate products: $1,000.000 Aggregate contractural $500,000 This policy shall include the following coverages: a. Contractural or Assumed Liability relating to contract(s) between the named insured and the endorsement 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. g, Broad Form Property Damage. Please show the date of receipt of this addendum on the proposal or insert a�copy with your proposal. Benjamin B. ale`n�, Public Works Director Date of receipt: '3 CONTRACT R'S IGNATURE P 0, BOX 1079 SACRAMENTO 95805 Office of the Architect • • DEPARTMENT OF GENERAL SERVICES STATE OF CALIFORNIA EDMUND G. BROWN JR- GOVERNOR Miles & Kelley Construction Company Incorporated 1292 Cameo Drive Tustin, CA 92680 Subject: Prequalification Rating, Gentlemen: Date of Financial Statement......... Financial Rating .................... November 15, 1978 9 -30 -78 51,630,000. Your "Contractor's Statement of Experience and Financial Condition" has been reviewed and approved. The above rating, less the amount of incomplete work on any current contracts with this office, represents the limit to which you may bid on projects for the Office of the State Architect in the category established by the Contractors' State License Board. You must arrange to file a new statement with us once each year if you wish to be recognized continuously as a prequalified bidder. Statements are kept on file for fifteen months and then become obsolete. Yours truly, Contracts Service Officer (916) 322 -2871 CC.ER:nm R !r - N^ . X. 1 • , r I 170 -16 (R 6/76) STATE OF CALIFORNIA SACRAMENTO, CALIFORNIA CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL CONDITION ? '` r Information relating to filing this statement may be obtained by writing, calling or visiting: DISBURSING OFFICE DEPARTMENT OF TRANSPORTATION 1120 N STREET P. O. BOY 1139 SACRAMENTO, CALIFORNIA 95805 Area Code 916 - 445 -8875 GOVERNMENT CODE SECTION 14312 The questionnaires and 6n.uuiA .t,itements are not public records and are not open to public inspection, • ERIK W. LUNDQUIST • CERTIFIED PUBLIC ACCOUNTANT 17931 BEACH BOULEVARD. SUITE 5 HUNTINGTON BEACH, CALIFORNIA 92647 (714) 842 -8839 November 7, 1978 Board of Directors Miles & Kelley Construction Co., Inc. 1292 Cameo Drive Tustin, Ca. 92680 Gentlemen: MEMBER AMERICAN INSTITUTE OF CERTIF i ED PUBLIC ACCOUNTANTS THE CALIFORNIA SOCIETY OF CERTIFIED PUBLIC ACCOUNTANTS SOCIETY OF CALIFORNIA ACCOUNTANTS The accompanying balance sheet of Miles & Kelley Construction Company, Inc., as of September 30, 1978, was prepared from the books, as adjusted, on the accrual method without audit by me and, accordingly, no opinion is expressed thereon. They are intended solely for the internal use of management and do not necessarily reflect all disclosures required for a fair presentation. This statement was prepared in conformity with Rule 58.2 of the California State Board of Accountancy. The company has not presented a statement of income, a statement of changes in financial position or appropriate footnotes for the twelve months ended September 30, 1978. Omission of these statements is a departure from generally accepted accounting principles. Very truly yours, Erik W. Lundquist, Enclosures ,✓ , V CPA ' 763 3 E ` LIABILITIES AND CAPITAL Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances ........ ................ 21 883......- --- ;1 -- 16. Accounts pa }'able ..... . ....... ...... . ..... ... ........ . I03L934.. ----.- 17. Other current liabilities ..... .. ... .. .1 _- _.. —..... 229...._ ... TOTAL...- .. ------ -- .......... ... ........... ......._129_Lo46_. Other Liabilities and Reserves 15. Real estate encumbrances ............... ............................... ...... ....... - '� - — - — ._�-..... 19. Equipment obligations secured by equipment ............... .... .. .........�..._..... -...._ _'0. Other non - current liabilities and non - current notes parable ............. fI 21. Reserves .... ..........Deferred income taxes .. - .. -. -. 21. 77Q.1...... .. I 7 ......... .... ................. .---- ------- ........ ........... Capital us n Ca p { p ... . 23. Surplus 'or Net Worth) th ) . ..... .. .. .................. . il 14l03 1 t l50500 1 - - - - - - -. - - - - - ToTAL. .. -f+ - . -- - -_ - --- - -- ...- --- I ------- 153 TOT.\L LL+atLrrTES A`-e CAPITAL .................... ....! 304 CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold . . ................. .................... - -_ -- ..... ....- --------- - .. ....... 25. Liability on accounts receivable, pledzed, assigned or sold . 6. Liability as bondsman..... _ ................ ........... ............................... ........................... '' ............... .. .TOTAL CONTINGENT LIADrLi TZes ................-- .....-..... Liability as guarantor on contracts or on accounts of others.... ?S. Other contingent liabilities i NbT., Sho— de4d; under m,m he:,dins iv first <nlumv, evtmdi., rotals 4 main haadin.,s m second <olum v. [81 E..' ..... l C CONTRACTOR'S STATEMENT 0 A Corporation #ANCIAL • ❑ A Co-partnership ❑ An Individual � NAMF .... MILES & KELLEY CCN5TRUCTICN CC"°AINY, INCORPORATED____ _______ - ----- ----- ------ - --- -------- -- - --- -- -- - --- ---- ------- - ----- ---- __ __ ____ ______ __ _ _ __ ❑Combination Condition at close of business ........ .Septe,,aber 30 .. . - - - - -- _ 19 �8 ASSETS DETAIL TOTAL Current Assets 1. Cash.... -- ..................... -- - .......... - - - ---- .................. - ......... .......... 51. 3.1.5.- -- --- -.... 2. Notes receivable.............................. ._ --------- _ ....... - --- -- - ------ -- --.... 3. Accounts receivable from completed contracts..._ ........ ........................... . . .. . . ._. -_235. 416 ------------ 4. Sums earned on incomplete contracts. ..- ............................................ ...........i ----------------- --- - --- - ------ 5. Other accounts receivable.. .................--------- --- ---- ...._-- -- -- --- --...... ... -- ----- ---- 698 --- -- 6. Advances to construction joint vent ures__ ............... ...... - ------------- ----- -- - ----- ---- ---- -- - --- - -- ° -- -------.. 7. Materials in stock not included in Item 4___................................ ....- .... ------ ---_ -- --- 8. Negotiable securities... _ ............................. ----- --- --------- ------ - -- -... 9. Other current assets ................Prepaid expenses ------------ -- ----- _------ -. -. -. -- _- -_ - - -, -1 -08 - - - - - - -- TOTAL....... ............ . ... ----- — ..._- ____------------ 537 ------- 292 _.- _....[.._.. _._[_-- -_____ Fired and Other Assets 10. Real estate --- - --- --... .._ ............................. .................... ------------------ --------------------- - - — -- 11. Construction plant and equipment. ---- -------------------------------- __...._........._ --° ---- ----------- 11.......... -- - - -- 12. Furniture and fixtures ...- ... -....... ...........net... .......... .................I..........- -- .... -------- 11 13. Investments of a non - current nature .._...... -------- .................. ._..,...............- __.._ - -. -- __ ---- - ---_.- --- . - - -.- 14. Other non - current assets ............................. 400 TOTAL... ................... ....._- .- _____--__.-- ___. - - -... 3 _.�--- . -___- 11(] .. 8 TOTAL AssETS... ..... - -- °-------- °- --- --- .--- - - - - -° 3 04 36 LIABILITIES AND CAPITAL Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances ........ ................ 21 883......- --- ;1 -- 16. Accounts pa }'able ..... . ....... ...... . ..... ... ........ . I03L934.. ----.- 17. Other current liabilities ..... .. ... .. .1 _- _.. —..... 229...._ ... TOTAL...- .. ------ -- .......... ... ........... ......._129_Lo46_. Other Liabilities and Reserves 15. Real estate encumbrances ............... ............................... ...... ....... - '� - — - — ._�-..... 19. Equipment obligations secured by equipment ............... .... .. .........�..._..... -...._ _'0. Other non - current liabilities and non - current notes parable ............. fI 21. Reserves .... ..........Deferred income taxes .. - .. -. -. 21. 77Q.1...... .. I 7 ......... .... ................. .---- ------- ........ ........... Capital us n Ca p { p ... . 23. Surplus 'or Net Worth) th ) . ..... .. .. .................. . il 14l03 1 t l50500 1 - - - - - - -. - - - - - ToTAL. .. -f+ - . -- - -_ - --- - -- ...- --- I ------- 153 TOT.\L LL+atLrrTES A`-e CAPITAL .................... ....! 304 CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold . . ................. .................... - -_ -- ..... ....- --------- - .. ....... 25. Liability on accounts receivable, pledzed, assigned or sold . 6. Liability as bondsman..... _ ................ ........... ............................... ........................... '' ............... .. .TOTAL CONTINGENT LIADrLi TZes ................-- .....-..... Liability as guarantor on contracts or on accounts of others.... ?S. Other contingent liabilities i NbT., Sho— de4d; under m,m he:,dins iv first <nlumv, evtmdi., rotals 4 main haadin.,s m second <olum v. [81 E..' ..... l C ELS RELATIVE TO (a) On hand ..... ... ... —1 ....... — ....... ............. ...... -------- ---- .............. ..... I. $ 425 Cash: (b) Deposited in banks named below .. ......... . . ...... .. ....... .............. ..... ......... ..... $ ------- 50,890 (c) Elsewhere— (state where) . ............... ...... .. ........ ............ ................. $--- --- -- -- NAME OF BANK LOCATION DEPOSIT IN NAME OF A%WUNT . Imperial .Ban.. k I . .......... 11 .... .. ... .. .1 ... ... Tustin .[.n . .. I - --- ---- - --- ---- ... - ---- ----------TT ,,-53� .... . .. .. SantiagoBan k Tustin ----- -- 4 6 - ---- - -------- - ....... ....... ........... ............................ -1 ........ ....... ........ ... — ------------ .......................... ............................ (a) Due within one year ......... . ... ...... ........... ........ .. ................... ....... ... S__ ___ 235 41 , 6 ------- 2* Notes Receivable: (b) Due after one) year ............................................. --------- - ----------------- $ - ------- - ---- (c) Past due --- - ------------------ ----------- - - ---------- -- ------- $ ----- - ------------------ - --- - RECEDABLE FROM FOR WHAT DATE OF HOW SECURED ANIOUNT MATURITY -------------- Calif. Dept, .-. ..... .o..f . ...F..o..r..e..s..t..r..y . ... ------- - - . ....... ............. ... --.-.-..- - ....................... ............. ........... --.-.-.-.- . - .......-.--.- - -- - .--.--.-.---. - I-.- .............. .- ................ - ........ 4 -- ..... ..... t y 9 r v n e ------ -- ..... 095- ...... UCI 11Y.Ine ....... 119,942 --Huntin ton Beach Union Hi School Dist 101 6.00 .. q ... .. .... _ J. ... .... .............. I - ... I --- ------ I ----- ---------- --------------- --------- ........ ---------- - ------- -------- Santa Ana_Colleqje ......... ................... ... ......... ..... ....... ...... -------------- ----------------------- -------------- [ ........... I -------------- - ------ �,475 ,476------ - Others 1,936 Have any of the above been discounted or sold'.. No ..... .. ....... If so, state amount, to whom, and reason ...----- .__.......- ....... 301 Accounts receivable from completed contracts exclusive of claims not approved for payment RECEIVABLE FROM TYPE OF WORK I AMOUNT OF CONTRACT ..... ............ ............................. ---- ---- -.1 . . ..... ---------- ............ .................. ......... ......... I .......... ............................... --- ------ ------------------------------ ---------------------- L .......... --------------- ...... I ------ ........ ....... ................................................................... ................................... I AMOUN'T RECEIVABLE ------ -- -------- ...... - . ........... ........ .......... -- ------------ --- ------------ ......... ........ ----------- - ----------------- ------------ --l- -------- ................. — ... ............................ Have any of the above been assigned, sold or pledged'..... - -- If so, state amount, to whom, and reason- -- ----------------- --- --- - - - --- ..... - ------------- - ----- - -- —1 ....... -------------------- ......... -------- .... . . 401 Sums earned on incomplete contracts, as shown by engineers' or architects' estimates ........ $. RECFEVABLE FROM 'MTE OF WORK AMOUNT OF A.\[C)(:.N-T CONTRACT I RECEIVABLE ............................... ........... .......... .............. ................................. .................. . — ............... ....... ............................ ................. I............ .1.1 ........... ......... ... - - - - - - .................. ............................... . I ......... .......... I ........... ..................... I ........... - - -------------- ...... ... ......... ........... ............. .......................... ----- I ..................... I .......................... ------- .......... I .................... --------------- I ----------- .... --------------- ...... .............................. - ........... ............ ............................................ .................. ................. ............ ... ............. ............................. ............................ .............. ..... . ..... . .................. ... ................... .... ........ ................... . ........ .......... . ..... ........................ --- --- .. ................... -- ---- .... ...... ........................ .. ------------ - - Have any of the above been assigned, sold or pledged?.. ....... If so, state amount, to whom, and reason-_.._................... -- — ------------------------ --- ---- --------------- -------- -------------- - List scpuately each it, amnwting 1. 10 per cent or mnn of the tciul and c.-hiri,, the I 191 1 F 1 DETAILS MLATIVE TO ASSETS (Contaed) 50 I Accounts receivable not from construction contracts . ....................... _ ---------------- - _...__.._.. -.___ $_ --- .--- -------- 9$. ---------- RECEIVABLE FROM FOR WHAT WHEN DUE AMOUNT Internal Revenue Service 9811 ------- - ---------- ------------- - - - --- --------------------------------------- ........ .............................. ------- - --- '------------ - --- -- ------- -- -- ----- -- - ' i What amount, if any, is past due ? ......... ...... .. - ...... . - --------------- $-- ----- --- - -- --- . 9 Assigned, sold, or pledged _-- ----- --------------- - S.__------ --- ------ -- v 6 I Advances to construction joint vent ures._ --- ------_--.__-_---------------- - --------- - -------- ------ ---- ------------ ----------------- NAME OF JOINT VENTURE TYPE OF WORK AMOUNT � t 7 ---------------- .------------ ........—...-_..__........-.... ------------- .---------------- ...... ............ .------------------------- ------------ ----- .____----------- ._.. -------- - --- -------------- 5 ,Vhat amount, if any, has been assigned, sold, or pledged? .. _ --------- .--- --- ---------- .-------------- ___ $..__._ -_ ----------- ( ) Materials in stock and not included in Item 4 7 (a) For use on incomplete contracts (inventory value).- _____.._ —_ $.____..__ --------- (b) For future operations (inventory value) ------------ -------- ----- - --- _ --- -- $----------- ----------- --------- + (c) For sale (inventory value) ---------------------- -- ------- - ----------- - $ - - - -- -------- 1: VALUE DESCRIPTION QUANTITY FOR INCOMPLETE FOR FUTURE j CONTRACTS OPERAnON5 FOR SALE )t) ----------------- _------------------------------------ . ------------- ----- --------------- I -- - -------------------------------------------------------- ------------ --------------------------- ._.-------------------- -------------------------- .------------------ ..-- _..._. s .._....._...___...__...... .— ......._ .................__ -- --------------- -- --------------- -------------------------- ---------------- -- - ----- -- -------------- __..------------------- -------- -------- _.._._.__...._._.__ - - -_ _____..____- .._.____ - -- .-- -_____ _- _____ -_ -__ 1 --------------- ........ ......._I---- ..._..----- ...._.- _---------- .---------- ----------------------- -------- .-------------- ._-. _____.____- __ ------------- 1� :✓hat amount, if any, has been assigned, sold, or pledged? ...... .- ----- ---- --- -- ---- ------ ---- ------ - --_ --- $ -------- ---------------------- Negotiable Securities (List non - negotiable items under Item 13) A 8 (a) Listed— Present market value ---------------- _.-------._ __. _._.. $_--.-------_..---- - - --- --- --- ---- -- -- ---- -- ----- --- (b) Unlisted— present vatue ----- ------- ------------ --- ---------- -------------- ------------------ ------- - ...... $---------------------- BOOK VALUE PRESENT VALUE I ISSUING COMPANY QUA\ (ACTUAL OR ESTIMATED) 1 TITY UNIT AMOUNT UNIT AMOUNT PRICE PRICE 1 ------- - - - - -- -- - - - - -- -- - - - - -- - ----- - - - - -- [ -- - - - - -- -- -- ---------------- ----- - - - - -- - - - -- . -- - - -- - - - - --. - .------------- - - - - -- ------- - - - - -- -- - - - - -- --------- - - - - -- - - :._--- - - - - -- --------------------------- �. ----- - - - - -- ................ ...... . -- --- - - - - -- - - -- -------------- - - - - -- -- - - - - -- - -- - - - - -- --- - - - - -- - - - - - - - -- -- - - -- --------- - - - - -- _ - - -- ----- - - - - -- - - -- ---------------- - - - - -- -- - - - - -- ----- - - - - -- I ------ ' ------ -------------------- l I ........................----------- .. ------- .--------- ....- -------- . ........ . ------ .------ ------------- ------------------------------------ I ---- 1 ..................... ........... ............ ...... .. .... ------ --------------- --- — ----- .... _._... ...... -------- ---- .------------ .............. ..... - - - -- 'N-ho has possession? ----------- — ---- ---------------------- - --------------------- .........._-.--- ------ -- --- ---- ------ ---- --' - -- - - - - -- - - - If any are pledged or in escrow, state for whom and reason . ............. .....-------- - ------------- _.___ ------- __.- ------- _.._.._ --------- .-------- amount pledged or in escrow ----------- - --------------------------------------- ._. ------------ ---------------------------------------- - --------- . ------ ..----- ----- -- ------ Lut sepanmly each ttem amounting to 10 per cent or more of the total and combine the r finder. t •' [swronrwvr: Item, listed under thia beading will be given vo rnmidention v working capital ..I s actual or estimated market value u Eurvahed. [10] DETAII&RELATIVE TO ASSETS ( 100 I Real estate f (a) Used for business purposes .....-.......-....--------- ------ --- --- ----- ---- ------- $ ---- --------.--- -------- — Book value (b) Not used for business purposes .. --------------- - --------------------------------------- _ -_ --- $---- -- ---- LOCATION DESCRIPTION HELD IN WHOSE NAME VALUE --------------------- --- -------- '----------------- ._--.. ............._-----_......---_-..---..---.—.....-.---.----------- ----------- '---------------------------------------- .--....—....-. .--------- ......-------- . - - - - -- .------------ .- - - - - -_ .._..------- --------------- — -------- -- - - - - -- --......_...--------- .---------------------- - - - --- -------------------------------------------------- --' ---------------- '----------- .---------- '------- -------------------.------- ------_.._----------------- ----------------------------- Construction plant and equipment-- ------- .._ ................. ---------- - -. $ -- -- -.-- 110 (Show details on Page 5, Item 10) 1111 What is your approximate annual income from rental of equipment owned by you, exclusive of such income from associated concerns having same ownership ... .-------------- $ ...._..._------------- 12 I Furniture and fixtures _.....- _._Net book value 13 I Investments of a non - current nature ............... 11,430 -- ------------------ $.- ...... .... ._ ..... . DESCRIPTION I AMOUNT ------------ ..................... ........—.-.........._—.—............—....-..-.-......—................--....------- .- .---------- ........ - - -- ---------------------------- TOTAL ASSETS $...___304,367 -Show b,,k .alm, (cost less depreclatlon) uulev an appraisal cche3ule prepared by an Independent appraiser is attached; !a which erne shown. appra>•�d value may be [11] � DETAIM RELATIVE TO LIABILITIM 15 t Current Portion of 'Notes Payabl , xclusive of equipment obligations and re estate obligations ._ .. _.. ...-- - -' --- -------- 2) .883 TO % %HOM PAYABLE K "HAT SFCU RITY WHEN DUE AJIOI']T Construction Equipment obligations TO WHOM PAYABLE (a) Total payments due within six months S._.__- .._.._----------- _ - - -- (b) Total payments due after six months _. $......_._.._..__ ___....____ J HOW PAYABLE °° AMOUNT .-_ ------------------------ ..--------- .------------------------------ _.- ..------------- .__._..._._...____..__ _...__....----- ___._....- __.... T .--------------------- ..___- _.-._..._._......_ ------------------------------------ ----------------- -------- -------------------------- ------------------ -------------- -------- ------ ------ ?a ' Other non - current liabilities and non - current notes payable ... ............ ......_.._._.__._.------ ...._.- 8. _. . DE" CRIPTION f FOa WHAT WHEN DUE I AMOUNT ?7 21,770 1 Reserves .... -_.. - .. _.. ... ... .... .. ... ................... .........._...... ...... __..._._..- _..... ..... __..... . $___.._-- ___.._-___ - D ESCFiPT[O �" A.VOU- T Deferred Income taxes 21,770 . - - - ...._.... .....I ..... ... .. .... .. .... .. .... .... . ... . (a) Common ... ... .... ...... . .......... .. Capital paid ....... .. .... i 1' i i 1' 23 1 Surplus (or Net Worth) -- - - - ----- ....... ... I... ......... ... -- -- - --- - ...... 8 143 , 551 TOTAL LIABILITIES AND CAPITAL _. $ ._.. _ 3 44 36� °O In this space show amount and (rcquevq of installm eat pa.'ments. , ° List separately each item amounting to 10 per cent or more of the total and combine ae rem,,onde'. , (121 I TO WHOM PAYABLE I FOR wIIAT I %V11£Y out, I AMOUNT ................................................................................................... -- -- - -.Var,ious- trade account s.. P. ayable ...... .................................. ............ ........... .. . . . . .. -------------- . ............ —. - -- -- --- .------ !' .. ... ........ .93.!--- 17 I Other current liabilities .......... . ........................................ ...... — -- - ._.. - Accrued interest, taxes, insurance, payrolls, etc. - ...- - $ DESCRIPTION AMOUNT Pay -° ...._. ....._....------ ........................................-----...----...--------------- ------- ------ --- _ ..Franchise.- tax..PayaSl.e_.- -- ----- ------ ----- - -- °--- - 1,513 -'---------------.---- -- ---- ------ 1,7.16_ -- lU ! Heal estate encumbrances .................................................................. ---- ------- - - --- ..-------------------- $--- ....._......_ ......_..... . Construction Equipment obligations TO WHOM PAYABLE (a) Total payments due within six months S._.__- .._.._----------- _ - - -- (b) Total payments due after six months _. $......_._.._..__ ___....____ J HOW PAYABLE °° AMOUNT .-_ ------------------------ ..--------- .------------------------------ _.- ..------------- .__._..._._...____..__ _...__....----- ___._....- __.... T .--------------------- ..___- _.-._..._._......_ ------------------------------------ ----------------- -------- -------------------------- ------------------ -------------- -------- ------ ------ ?a ' Other non - current liabilities and non - current notes payable ... ............ ......_.._._.__._.------ ...._.- 8. _. . DE" CRIPTION f FOa WHAT WHEN DUE I AMOUNT ?7 21,770 1 Reserves .... -_.. - .. _.. ... ... .... .. ... ................... .........._...... ...... __..._._..- _..... ..... __..... . $___.._-- ___.._-___ - D ESCFiPT[O �" A.VOU- T Deferred Income taxes 21,770 . - - - ...._.... .....I ..... ... .. .... .. .... .. .... .... . ... . (a) Common ... ... .... ...... . .......... .. Capital paid ....... .. .... i 1' i i 1' 23 1 Surplus (or Net Worth) -- - - - ----- ....... ... I... ......... ... -- -- - --- - ...... 8 143 , 551 TOTAL LIABILITIES AND CAPITAL _. $ ._.. _ 3 44 36� °O In this space show amount and (rcquevq of installm eat pa.'ments. , ° List separately each item amounting to 10 per cent or more of the total and combine ae rem,,onde'. , (121 I