Loading...
HomeMy WebLinkAboutC-2199 - Storage Facility/Engine Room at Big Canyon Reservoir0 a CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 September 16, 1982 J. Harris & E.J. Harris Construction P.O. Box 941 Chino, CA 91710 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety Co.: The American Insurance Co. Bond No.: SCR 712 1648 Project: Storage Facility & Engine Room @ Big Canyon Res. Contract No.: C -2199 The City Council on August 23, 1982, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded. The Notice was recorded with the Orange County Recorder on August 27, 1982, Reference No. 82- 304220. Please notify your surety company that the bond may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk i OM- 91 cc: Public Works 3300 Newport Boulevard, Newport Beach Please return to: pcRe�OROy City Clerk City of Newport Beach ey 3300 Newport Blvd. P.O, Box 1768 Newport Beach, LA 92663.3884 NO Gax <`;rn,TtQN 82 - «�'�E"to, 8 EXEMPT F F-22� PUBLIC WORKS 'I 'o All Laborers and Material Men and to Every Other Person Interested: AUG2 7'82 YOU WII..L PLEASE TAKE NOTICE that on August 23, 1982 the Public Works project consisting of Storage Facility & Engine Room & Big Canyon Reservoir (C -2199) on which J. Harris & E.J. Harris Construction, P.O. Box 941, Chino CA 91710 was the contractor, and Insurance Co. 1950 E. 17th St Santa Ana, 92702 was the surety, was c ed. ryOA SFp �i� fey s x� \V RIFICA I, the undersigned, say: OF_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 August 25, 1982 at Newport Beach, California. a2!2��- (K , � Li 4 Fublit 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 August 23, 1982 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 August 25, 1982 at Newport Beach, California. City Cleric CITY OF NEWPORT BEACH OFFICE OF THE MAYOR (714) 640 -2110 n:— U Lee A. Branch County Recorder "P.0. Box 238 or Santa Ana, CA 92702 x R + August 25, 1982 Dear Mr. Branch: r CITY OF NEWPORT BEACH OFFICE OF THE MAYOR (714) 640 -2110 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Lee A. Branch County Recorder "P.0. Box 238 or Santa Ana, CA 92702 Dear Mr. Branch: «' 'Attached for recordation are two Notice of "Completions of Public Works +rA ,iii #, .projects .consisting of: r' 1. Parking Lot Improvements, Contract No. 2288 on which All American Asphalt was the Contractor and Fremont Indemnity Company was the Surety. 2. Storage Facility & Engine Room at Big Canyon Reservoir, Contract No. 2199 on which J. Harris and E.J. Harris Construction was the Contractor and The American Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 - 4111} W August 23, 1982 CITY COUNCIL AGENDA +- <Q ITEM NO. AUG 23 1982 TO: CITY COUNCIL c'Y C +F COUNCIL C,TY OF N. -WFART RGACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF STORAGE BUILDING AND ENGINE ROOM AT BIG CANYON RESERVOIR (C -2199) 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 building and engine room at the Big Canyon Reservoir has been completed to the satisfaction of the Public Works Department. The bid price was $89,940.00 Amount of unit price items constructed 89,940.00 Amount of change orders 2,305.96 Total contract cost $92,245.96 Funds were budgeted in the Water Fund. Two change orders were issued. The first, in the amount of $305.96, provided for changes in the electrical wiring in the engine room. The second, in the amount of $2,000.00,provided for additional grading adjacent to the storage building. The design engineering was performed by Kenneth I. Muller, Consulting Engineer, of Arcadia, California. The contractor is Harris Construction, Inc., of Chino, California. The original contract Gate of completion was April 11, 1982. Due to delays in obtaining certain specified sole - source items and problems in the start -up of the City- supplied gas engine, the work was not completed until June 24, 1982. The engine has been in daily use since July 9, 1982. J'0;0� J )� Benjamin B. Nolan Public Works Director GPD:jd 0 Il ♦, FREMONT INDEMNITY COMPANY 730 FAIRMONT AVENUE / GLENDALE CALIFORNIA 91203 / (113) 94616666 6844 CLAIRMONT MESA BOULEVARD / SAN DIEGO, CALIFORNIA 95111 / p14) 746.3222 1708 WEST EIGHTH STREET I LOS ANGELES, CALIFORNIA 90017 1 (213) 483-8731 411 SOREL AVENUE / SAN MATEO, CALIFORNIA 94402 / (415) 5723000 / S.P. (415) M4619 SOS CITY PARKWAY WEST / ORANGE, CALIFORNIA 92668 / p14) 9875700 DATE: FEBRUARY 19, 1982 CITY OF NEWPORT BEACH TO: PUBLIC WORKS DEPT. 3300 NEWPORT BLVD. NEWPORT BEACH , CA. 92663 EMPLOYER: CERTIFICATE OF WORKERS' COMPENSATION INSURANCE E. J. HARRIS CONSTRUCTION, INC. P. 0. BOX 941 CHINO, CA. 91710 POLICY NO. POLICY PERIOD WP -81- 079305 6 -1 -81 to 6 -1 -82 PRODUCER ANGECY BONDING, INC. THIS IS TO CERTIFY that we have ism a valid Workers' Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. Should the above described policy be cancelled before the expiration date thereof, the company will 1EptC1t3s'�¢IQIKImmail 1UMI:IaA written notice to the-a[boe named certificate holder, 151F SAW m�17s[ l�texmtlgaserSlEL�RR�H7Na7tiE�tlAF4r8nxnC�156Df�lRttuGi6tt7G1a1Id [YHdC�rHSSa6wxEXCEPT ON CANCELLATION FOR NON PAYMENT OF PREMIUM OR NON REPORT Off PAYROLL. Description of specific operations (If required): This asri ficate or verification of Insurance Is not an insuranos policy and does not amend, extend, or alter the coverage afford- ed by the policies listed herein. NOtwlthst& -"-N any require;.,. COUNTERSIGNED AT LOS ANGELES, CALIFORNIA ment, term, or condition of any contract or cibai- occument with respect to whkh this certificate or verification of'ftpyrence may be issued or may pertain, the Insurance afforded lialliliew policies ons described herein Is subject to all the terms, exclusend wn- ditions of such policies. BY: EDWARD J. LIEBER, SECRETARY UN 105 (1008) 50M 0 0 DATE Feb. 1 r 1982 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. C -2199 Description of Contract Storage Facility & Engine Room at Big Canyon Reservoir Effective date of Contract January 22, 1982 Authorized by Resolution No. 82 -3 adopted on January 11, 1982 Contract with J. Harris & E,J. Harris Construction, Inc. Address 'P.O. Box 941 Chino, CA 91710 Amount of Contract$ 89,940.00 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk /lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 15th day of December , 1931, at which time such bids shall be opened and read or e 2199 Contract No. $108,000 Engineer's Estimate Approved by the City Council this 23rd day of November, 1981. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Lloyd R. Dalton at 640 -2281. Project Engineer • • PR 1a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR CONTRACT NO. 2199 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2199 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM TOTAL NO. ITEM DESCRIPTION PRICE Construct storage facility approximately 66' x 26' including excavation, concrete, masonry, lumber, electrical and all appurtenant work for the lump sum price of Sixty-One Thousand Dollars and No Cents $ 61.000.00 (words) 2 Construct engine room approximately 10' x 14' including concrete, masonry, lumber, electrical and all appurtenant work and installation of all City fur- nished equipment for the lump sum price of U my -Eight Thmsand Nine HTo- red Dollars rtY and No Cents $ _ 28.940.00 (words) 0 PROPOSAL TOTAL PRICE WRITTEN IN WORDS Eighty -Nina Thousand Nine Hundred Forty Dollars and NO Cents Contractor's License No. A- 400400 Date 12 -14-81 PR lb TOTAL PRICE $ 89.940.00 J. Harris Construction and E. J. Harris Construction Inc. (JV) (Bidder's Name) S /E. J. Harris. President (Authorized Signature /Title) Bidder's Address P.O. Box 941, Chino, CA 91710 Bidder's Telephone Number (714) 947 -3908 • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7961 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. Harris Comb-a A- 400406 E. J. Harris Construction Inc. (JV) Contr's Lic. No. & Classification Bidder Dacaaibar 14, 1181 S /E. J. Harris, President Date Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Mono Rooting W. H. Byans 202 S Bon View, Ontario 2. 3. 4. M 0 7. 8. 9. 10. 11 12. J. Harris Construction arw E. J. Harris Construction Inc. (JV) Bidder S /E. J. Harris, President Authorized Signature Title FOR ORIGINAL *CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, J. WMIS CONSTRUCTION 6 E. J. HARRIS CONSTRUCTION. as bidder, IN C.9 A JOINT VENTURE and THE AMERICAN INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10x) OF BID AMOUNT Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STORAGE FACILITY AND ENGINE ROW AT BIB CANYON RESERVOIR 2199 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF we hereunto set our hands and seals this 14th day of December , 191, (Attach acknowledgement of Attorney -in -Fact) S/Debra Arm Olivas. Notary Public Commission expires July 30. INS J. Harris Construction and E. J. Harris Construction. Inc.. a Joint Venture Bidder s /E. J. Harris Authorized Signature /Title The American Insurance Company By S /Patricia A. Neffen Title Attorney -in -Fact • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. J. Harris Construction and E. J. Harris Construction Inc. (JV) Bidder S /E.J. Harris, President Authorized Signature /Title Subscribed and sworn to before me this 14th day of December , 1981 . My commission expires: November 18, 1483 S /Hobby A. Conn Notary Public FOORIGINAL SEE CITY CLERK'S FILE Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. J. Harris Construction aad E. J. Harris Constrnction Inc. (JY) Bidder S /E. J. Harris, Fnsidant Authorized Signature/Title _:.....:. < „tee:..... _ Ll • 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 1981 Corps of Engineers C. Hooplalt (714) 983 -9641 1981 Corps of Enginears F. Qual (213) 283 -4431 1981 Orange County D. Marshall (714) 834 -7091 J. Harris Construction and E. J. Harris Construction Inc. (JV) Bidder S /E. J. Harris. President Authorized Signature /Title :1 N O T I C E . Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property - Casualty. Coverages shall be provide for a T PES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edi- tion adopted for use in the City of Newport Beach T , except as supplemented or modified by the Special Provisions for this project. Bond # SCR 712 1648 . PrOum included in Performance Bond Page 9 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 4a1�yary 11. 1982. has awarded to J. Halls Construction and E. J. Harris hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION INC.(JV) as Principal, and THE AMERICAN INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of EIGHTY -NINE THOUSAND NINE HUNDRED FORTY Dollars ($ 89,940.00- - - - - -- ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Payment Bond (Continued) 0 Page 10 this bond, as required by the Provisions of 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 instrument has been duly executed by the Principal and Surety above named, on the 14th day of January , 19 82 Approved as to form: City Attorney i.� J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION INC.,(JV) (Seal) Name of Contractor Principal AuViorized Signature and Title Authorized Signature and Title THE AMERICAN INSURANCE COMPANY „(_Seal) Name of Surety 1950 E. 17th Street, Santa Ana, Ca. 92702 Address of Suretynn Yawl a kn TA]e o orized gent on 1950 E. 17th Street, Santa Ana, Ca. 92702 dress of Agent 714/835 -9111 Telephone No. of Agent $ � z N () a z � N M 3 e f N � z• (p 1 (1 K o_ 3. 4 m A m A k 7 z a O N Q A � w b Q tr a n 5 u m a 0' Q' 0 m m m � 0 0 0 � o +$ o w Q � � a � � N q � a � _ 5 5 s a a w fl D Q a{ g A D p ° s m o m A Q � a j � a C Q' �- 'S O Q N n N � o + -5 o � l E n a � U m m � \ a 0. 4 � O �7 n o o � b � 0 0 0 o tr' a m m � nN G 2 � O a a S � N 5' w o 4 m 3 K m m P. s O m, a K d m' C y. a � k a � 4 A a a w � O CO ] N V 0 ^f T Q a M 0 N o A m N G Dp Q NK qy 11 G 7 O 5 O a a O w 4 .a O 0 K K Q a N 4 N m a a' W _y °c A 5 � 0 Y 4 T Y O 2 z R a w Borres� SCR 712 1648 Prim $ 675.00 Page 11 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by ration adopted January 11, 1982, has awarded to J. Harris Construction and E. J. Harris Construction Inc., (JV) hereinafter designated as the "Principal ", a contract for STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR (C- 2199)_ 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, J. HARRIS CONSTRKTION AND E. J. HARRIS CONSTRUCTION IIIC..(JY) as Principal, and THE AMERICAN INSURANCE COIWANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EIGHTY -NINE THOUSAND NINE HUMORED FORTY Dollars ($ 89 +940.00 - - - -- ), 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 l Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14th day of January , 192 J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION INC.,(JY) (Seal) Name of Contractor (Principal) iU' AtVh- orized Signature and Title Authorized Signature and Title THE AMERICAN INSURANCE CMVARY (Seal ): Name of Surety t95Q E_ 17th Street. Santa Ana, Ca. 92702 ddress of Surety Signature and Title of A rized Agent Approved as to form: Patricia A. Reiten ' In E. 17th Street. Santa Ana, Ca. 92702 Address of Agent City Attorney 71+1/835 -9111 Telephone No. of Agent J i§ � Q \ \ ( 0 S ■ � / \ <\\ ` !9 0E ») 0 £y © () &§ \} \� � � / � }/) ](2 _ /00 ( 7, 0 \} \ }7 }� } ƒ! �! 0 �0- } \ M \\ k �\ / IQ CERTIFICATE OF INSURANCE Palle 13 s I INSURANCE COMPANIE AFFORDING COVERAGE' C7"R'(iF'f EATE"AOLb�It� -"7— -- .��•."" City of Newport Beach Company 3300 Newport Boulevard Letter A TRANSAMERICA Newport Beach, CA 92663 Company A NAME AND ADDRESS OF INSURED C P.O. Box 941 " D Letter Chino, Calif. 91710 ,?any E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY TYPES OF INSURANCE Polley Policy Exp, LIMITS OF LIABILITY IN THDt 19§ IFAI _. LETTER COVERAGE REQUIRED N4. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion a Collapse Hazard x Underground Hazard x Products /Completed Operations 847" 8 99 5/29 Bodily Injury 8"perty Damage $ $ $ $ Bodily Injury Hazard x Contractual Insurance and Property Damage Combined $ 500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY x❑ Comprehensive Form Bodily Inju Each Person $ A Q pvned 1847 5/29/ $ EachyIly rrence ❑x Hired 0899 82 ro ert ama ge 150011y injury an Property Damage Combined $ 500 ❑x Non -owned EXCESS LIABILITY A J Umbrella Form ❑ Other than Umbrella Form 1847 0899 5/29/ 82 Bodily Inju y Damage Combined 1,000 $of Uri excess trlying WORKERS COMPENSATION Statuto B and EMPLOYER'S LIABILITY Vipsi 7930 6 1/ 000 aC Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the -Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. Agency By: � Agency: g y Bondin Inc. uthori ed Rep sentat ve Date Issue s • Description of operations /locations /vehicles: All operations, performed for the City of Newport _ Beach by or on behalf of the named insurtid in connection with the following designated contract: STORAGE FACILITY & ENGINE ROOM AT BIG CANYON RESE-BY-OIR – #2199 Project Tit a an Contract Number NOTICE: T s certificate or veri icat on of nsurance is not an insurance poyand does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or nay pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such pol'icics., including attached endorsements. PW 81 ri It is agreed that: 1. With respect to such insurance as is affordedaythe policy for Bodily Injury and Property Damage Liability, the City of Newport.Beach, its officers and employees are additional insureds but only with respect toaiability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance - - extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: .4 The insurance afforded by the policy applies separately to each insured a F. who is seeking coverage or against whom a claim is made or suit is browght. except with respect to the limits.of the Insurance Company's liability 3. The limits of liability under this endorsement for the additional insureds named to paragraph 1 of this endorsement shah be the limits indicated below for either Nultt,� - ple Limits or Single Limit, whichever is indicated by the letter X in the epprop?iatf` - box. R &ii ( ) Multiple Limits - i Bodily Injury Liability E seep occurreno Property Damage L'iabiiity $ each occurreri**: (X) Single Limit Bodily Injury Liability $500,000 each ottorre1*6 and Property Damage Liability Combined the limits of liability as stated.in paragraph 3 of this endorsement shall not in- } .;crease the total liability of the Insurance' Company for ail damages as the rosult of , 4. any one accident or occurrence in excess of the limits of Liability stated in the '_policy as applicable to Automobile Liability Insurance. V 11:` Should the policy be cancelled or coverage reduced before the expiration date thereof. . -the Insurance Company shall provide 30 days' advance notice to the City of Newport _Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: STORAGE FACILITY & ENGINE ROOM. AT BIG CANYON i' This end orse>nentJigf0fgctive 1�18.�82 at 12:01 A.M. and forms a part of •` Policy No. 11115544 U2S J _ i Named Insured E.J. HARRIS CONSTRUCTION, INgdorsement No.�2 Nana of Insurance Company TRANSAMERICA By PW n:+ I +*: pw iegB 15 • CITY Of NiWPM1T BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT it is.agreed that: 1. With respect to such insurance as is afforded "by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability.,irieing out of operations performed by or on behalf the named insured in connection with ;;tie contract designated below or acts and omissions of the City of Newport Beach In connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the - City of Newport Beach. I 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard '. (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this Rndprsemant for the additional insured naeetd in paragraph I of this endorsement shell be the limits indicated below for either Multiple._ Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. () Multiple Limits Bodily Injury Liability S each occurrence Property Damage Liability S each occurrence ( It Single Limit a. 3 Bodily Injury Liability $ 500 000 each occurrence and Property Damage Liability Combined .. The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this ?+ , xr. endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence. in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department - 7. Designated Contract: STORAGE FACILITY & ENGINE ROOM AT BIG CANYON RESERVOTR Project Title and Contract No. #2199 1/18/82 This endorsement is effective at 12:01 A.M. and forms a part of Policy No. 18470899 Named Insured E. J. HARRIS CONSTRUCTION., INC. Endorsement No., TRANSAMERICA Name of Insurance Company By pw NAME AND ADDRESS OF AGENCY Agency Bonding, Inc. 685 S.,Manchester E.J. HARRIS CONSTRUCTION. INC. P.O. BOX 941 -ehiao,Ca. 91710 of any c91liract or other document with respect to which COMPANIES AFFORDING COVERAGES COMPANY A LETTER Limits of Liabili in Thousan s ( ) TRANSAMERICA COMPANY 13 POLICY EXPIRATION DATE LETTta EACH FREMONT INDEMNITY COMPANY a LETTER V FIREMAN *S FUND COMPANY D GENERAL LIABILITY LETTER COMPANY LETTER may be issued or may pertain, the insurance afforded by the policies described herein is subject to terms, moc aspPns ano wnumuns or suun policies. Limits of Liabili in Thousan s ( ) COMPANY LETTER "` TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY E E ® COMPREHENSIVE FORM PREMISES— OPERATIONS PROPERTY DAMAGE $ $ E %PLOSION AND COLLAPSE HAZARD �y UNDERGROUND HAZARD PRODUCTS'COMPLETEO Wn n OPERATIONS HAZARD L](J CONTRACTUAL INSURANCE BODILY INJURY AND PROPERTY DAMAGE $ $ A n BROAD FORM PROPERTY N 18470899 5 -29 -82 COMBINED 500 500 DAMAGE INDEPENDENT CONTRACTORS PERSONAL INJURY $ PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) $ �I (j(1 COMPREHENSIVE FORM BODILY INJURY $ (EACH ACCIDENT) O wwEO PROPERTY DAMAGE $ HIRED BODILY INJURY AND $ 500 A NONOWNED 18470899 O 5 -29 -82 PROPERTY DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY AND A UMBRELLA FORM 18470899 5-29 -82 $ 1000 Cess PROPERTY DAMAGE OTHER THAN UMBRELLA COMBINED of un erlying FORM WORKERS' COMPENSATION STATUTORY and EMPLOYERS' LIABILITY $ 2000 wp 21 079105 6-1- 82 IEnce ncclocnn OTHER :DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES CITY OF NEWPORT BEACH, ITS OFFICERS, AND EMPLOYERS ARE NAMED AS ADDITIONAL INS •WITH RESPECT TO STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR, CONT #2199 - $89,940.00. CITY TO BE HELD HARMLESS & INSURANCE AFFORDED SAID ADDITI Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will mall 3g_ days written notice to the below named certificate holder, KtXXKN A4[X��gi4A7I�dXI4�4#I�XI4�i by registered attention: Public Works Department, NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH PUBLIC WORI {S DEPT. 3300 Newport Boulevard Newport Beach, Ca. 92663 LICOR0 25 t!•7:9) ... DATE ISSUED: 1/18/82 �- Tratreemerlce InAUrenue �rml0 p ADDITIONAL INSURED (OWNERS OR CONTRACTORS) Thra eed(xsenient, effective 1/18/82 , farms a part of policy No. 18470899 112:01 A.M., standard time) Issuedto E.J. HARRIS CONSTRUCTION, INC. , Authorized Re entative Schedule Name of Poison or organization fAddlllonal Insured) Location of Covered Operations CITY OF NEWPORT BEACH, ITS OFFICERS, STORAGE FACILITY & ENGINE ROOM AND EMPLOYEES AT BIG CANYON,RESERVOIR — Contract 2199, Premium Bases $89 , 940 . 00 Rates Advance Premium Bodily Injury Liability Cost $100 of cost $ TBD Property Damage Liability Cost $100 of cost S TBD Total Advance Premium 5 TBD 1: ;s agreed that: 1. This endorsement modifies such insurance as is afforded by the provisions of the policy relating to Coverage A.— Bodily Injury — e >cert Aulolobde and Coverage 8 — Property Damage — except Automobile. ?. The "Persons Instead" provision is amended to include as an Insured the person or organization named above thereinafter called "additional insured" n, but only with respect l0 liability arising out of 11) operations performed fa the additional insured oy the named insured at the location designated above or '(2) acts or omissions of the additional insured in connection with his general supervisionn or . such operations. - 1. None of the exclusions of the policy, except exclusions (at, rbl, Ic), let, rill, III, and rp, apply to this insurance. Additional Exclusions This insurance does not apply: a• to bodily Injury or property damage occurring after -11 all work on the project father than service, maintenance of repairs) to be performed by or on behalf of the add:L•on.il Insured at the site of the covered operations has. been completed or 4, that patron of the named Insured's work out of which the injury or damage raises Ims been put to its intended use by any peietvn or aganization other than another contractor at subcontractor engaged in performing operations la a principal is i part of file same project; •fit to bodily Injury at property damage arising out of any act or omission of the .idditiorial insured at any of his employees, oche. than • general supervision of work performed for the additional instead by the named Insured: r, to property damage to ,I. property, owned or occupied by or rented to the additional insured. d• aopetty used by the additional insured. 131 pfopelty In the cafe, Custody of control of the additional Insured at as to which live addd,climl msmed.o lot any purpose exe•c,s• ing physical control, at NI work performed fa the.addrgonal insured by it* named insured. - .d. to bodily Injury ar Property damage arising out of the opetalioi or use of any sna•"nobde.or bailor designed tar use the,e:nth. 5. Additional Definitioa When used In ioference to this insufahce, "work" includes rellof iale, pills and equipment fumishdd 'n eonneetion there-1111h. 1/18/82 pw :.rr4n • • Page 16 CONTRACT THIS AGREEMENT, entered into this,a,� day of r� . 19 bby nd bety�ee the CITY OF NEWPORT BEACH, hereinafter "C' ,' and rrif-Ci�nstruc- Lion and E. Harris tatruction Inc. JY) hereinafter "Co rector, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: STORAGE FACILITY AND ENGINE ROOM AT BIB CANYON RESERVOIR 2199 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR 2199 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as rescribed above, Cit shh 11 to Contra for the sum of Eighty -nine ThomanT Nine Hundred Forty &� 0/1 0 t% tars ( c89,940.00 ) This compensation includes (IT-any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • Page 17 (f) Plans and Special Provisions for STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH By A — Mayor J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION INC. WV) Contractor Its By Its CITY CONTRACTOR 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR CONTRACT NO. 2199 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK 2 III. PAYMENT 2 IV. PERMITS 2 V. CONSTRUCTION SURVEY STAKING 2 VI. WATER AND POWER 2 VII. EARTHWORK 2 VIII. ASPHALT CONCRETE 3 IX. CONCRETE 3 X. MASONRY 3 XI. LUMBER 4 XII. DOORS AND HARDWARE 4 XIII. PIPE 4 XIV. CHECK VALVE 4 XV. VENTILATION FAN 4 XVI. GRAVITY ROOF VENTS 5 XVII. ROOFING 5 XVIII. PAINTING AND PROTECTIVE COATINGS 5 XIX. TESTING AND DISINFECTING 6 • . SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR CONTRACT NO. 2199 I. SCOPE OF WORK The work to be done under this contract consists of construct- ing a masonry building approximately 66 feet by 26 feet with a wood and composition roof and constructing a masonry building approximately 14 feet by 10 feet with a wood and composition roof and including the installation of the following equipment furnished by the City: 1. Natural gas engine (Waukesha Model F1197) with controls, silencer and oil storage tank. 2. Engine cooler (Free -Flow Model 14- 37 -36). 3. Right angle gear drive (Amarillo SL150). 4. Pump and discharge head (Peerless 12MB, 5 stage, 1Ox10x20F head) 5. Accessories and equipment shown on the plans and as specified herein. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawings No. W- 5141 -5, 6 sheets); the Standard Special Provisions and Stand- ard Drawings for Public Works Construction, 1980 Edition; and the Standard Specifications for Public Works Construction 1979 Edition, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, 90034, 213 - 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. II III IV V. VI • . SP 2 of 6 COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on the contract within 90 consecutive calendar days after award of the contract by the City Council and as specified in Section 6 of the Standard Specifications. PAYMPNT The lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equip- ment, materials, survey, etc., necessary to complete the work in, place, and no additional allowance will be made therefor. Payment for incidental items for in the proposal, shall be other related items of work. PERMITS of work, not separately provided included in the price bid for The Contractor shall obtain building permits for each building. The City of Newport Beach Building Department.has completed plan checking and will waive permit and inspection fees. CONSTRUCTION SURVEY STAKING The Contractor shall be responsible for establishing correct elevations and locations for all construction under this con- tract. WATER AND POWER Water and power are available on the site and will be furnished without charge to the Contractor. VII. EARTHWORK a. The Contractor shall perform all earthwork required for construction of the two buildings. Excavation shall in- clude without classification the removal of all materials of whatever nature encountered. b. Excess excavated material shall be hauled to a point approximately 500 feet northwest of the excavation, graded, and compacted to 90 percent of maximum density. Asphalt and concrete removed as part of this project may be disposed of at this location provided the pieces are not more than 6- inches in their greatest dimension and the pieces are dispersed through the soil to be compacted. • • SP 3 of 6 c. Tests to determine compaction shall be made by a repre- sentative of the City at the expense of the City except that all tests which fail to meet the requirements of these specifications shall be paid for by the Contractor. Maximum density shall be determined in accordance with ASTM D1557. Field tests shall be performed in accord- ance with ASTM D1556. VIII. ASPHALT CONCRETE Existing asphalt concrete shall be removed to sawcuts. Asphalt concrete patchwork shall only be placed against surfaces which have been tack coated in accordance with Section 302 -5 of the Standard Specifications. Patchwork shall be 4- inches minimum thickness. IX. CONCRETE a. Concrete shall be composed of portland cement and pro- perly graded sand and rock. The proportions of cement and aggregates shall be such as to produce a workable mix with a minimum compressive strength of 2,000 psi at 28 days. b. Cement shall be standard brand portland cement conforming to the "Specifications for Portland Cement" (ASTM C150), Type II or Type V. C. Aggregates shall conform to the "Specifications for Con- crete Aggregates" (ASTM C33). d. Reinforcement steel shall conform to the "Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ", Grade 40 (ASTM A615). X. MASONRY a. Masonry units shall be Grade A lightweight units conform- ing to the "Specifications for Hollow Load - Bearing Con- crete Masonry Units ", (ASTM C90). b. The units shall be standard sized natural color with a vertical score at the mid -point of the block. C. Mortar, grout and water shall comply with Section 202 -2.1.2 of the Standard Specifications. d. Masonry units shall be laid up in true horizontal and vertical lines and shall have dense mortar joints. All joints shall be raked to correspond with the groove in the block. SP 4 of 6 XI. LUMBER a. Roof joists shall be D.F. No. 1. b. Plywood shall be Structural II. C. Nailing shall comply with the requirements of the U.B.C. and as shown. XII. DOORS AND HARDWARE a. Passage doors shall be the sizes shown, shall be hollow metal manufactured of not less than No. 18 gage steel and shall be 1 3/4- inches thick, full flush units. Frames shall be constructed of not less than No. 16 gage steel. Each door shall have 1 1/2 pair of butts. Latch set and dead bolt hardware for the Storage Facility shall be Falcon with locks keyed to match the existing Warehouse. Latch set and dead bolt hardware for the Engine Room shall be Yale with locks keyed to match the existing Operations Building. b. Rolling doors shall fit the openings shown, shall be gal- vanized steel and shall be chain hoist operated. The cur- tains shall consist of rolled, interlocking slats formed from galvanized steel. The doors shall be Model FH -20 as manufactured by Kinnear. XIII. PIPE Pipe for carrying water shall be cement mortar lined in accord- ance with AWWA C205. Exhaust pipe shall be Schedule 40 black iron. XIV. CHECK VALVE The check valve shall be internally spring loaded as manufac- tured by Apco Valve and Primer Corp. Discs, seats, springs and any other internal parts, except disc facing, shall be Type 18 -8 stainless steel. The disc facing shall be of heavy reinforced rubber. XV. VENTILATION FAN An electric motor driven ventilation fan shall be furnished and installed. The motor shall be direct connected to the fan and shall be Size PV183 (3/4 HP, 1,725 RPM) as manufac- tured by ILG Industries or approved equal. The fan shall be installed with a suitable fan guard and controlled by a wall mounted thermostat. XVI XVII. a GRAVITY ROOF VENTS Three gravity roof ventilators on the Storage Building. The Breidert Air -X- Hauster. SP 5 of 6 shall be furnished and installed vents shall be size 10, Type F ROOFING a. Prior to covering the plywood with roofing, any unevenness of the surface shall be corrected. Sheet metal shall be installed over plywood joints having sharp, protruding edges or cracks exceeding 1/4 -inch in width. The roof shall be swept clean and shall be dry prior to applica- tion of the roofing material. b. All roofing materials shall be the products of the Flintkote Company. A monoform roofing system No. MW -3R -1 shall be applied. Application shall be strictly in accordance with the manufacturers recommendations. A Rexkote- Spectra white final coat shall be applied using a monoform gun. The roof- ing materials shall extend to the top of the inside of the parapet. XVIII. PAINTING AND PROTECTIVE COATINGS a. All exterior surfaces of the masonry walls shall be water- proofed using Thompson's water seal, heavy duty No. 201. The materials shall be applied at the rate of 50 square feet per gallon without thinning. Two finish coats of Amercoat 99 applied at the rate of 200 square feet per gallon shall be applied over the waterproofing. The color shall match the color of existing buildings. b. Exposed wood surfaces shall be painted. The surface shall be cleaned of all dirt, oil or other substances. The prime coat shall be Engard 147 undersealer applied at the rate of 200 square feet per gallon. Two finish coats shall be Engard 211 applied at the rate of 400 square feet per gallon. C. Ferrous metal surfaces except wind turbines shall be prepared in accordance with SSPC -SP -3 (Power Tool Cleaning) or SSPC- SP-2 (Hand Tool Cleaning) to remove all rust, mill scale, paint or foreign matter. Galvanized metal shall be treated with Amercoat 59. The primer coat shall be Amercoat 35 (2 mils)or Engard 115 (2 mils). Two finish coats shall be Amercoat 99 (5 mils) or Engard 352 (5 mils). The color shall match the color.of the existing discharge header pip- ing. i . SP 6 of 6 XIX. TESTING AND DISINFECTING a. The Contractor shall test the piping to determine the existence of any leaks. The test shall consist of fill- ing the pipe and pump barrel with water then increasing the pressure to 150 psi. The pressure shall be maintained for four hours. Any leaks shall be repaired and the test repeated. b. The piping.and pump barrel shall be disinfected using HTH tablets. C. The Contractor, together with representatives from Waukesha Engine Servicenter and Peerless Pump Company, shall test the engine and pumps. It is estimated approximately six hours will be required for testing and start -up. January 22, 1982 TO: CITY CLERK FROM: Public Works Department SUBJECT: STORAGE FACILITY AND ENGINE ROOM AT BID CANYON RESERVOIR. C -21319 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. Lloyd Dalton Design Engineer LRD:em Att. 1- I J TO: CITY COUNCIL • c -a1Qg 25 OA�4 January 11, 1982 CITY ITEM NO. UNCIL AGENDA ,iAN 111987 FROM: Public Works Depart tQ" c,iA1r0R7 SLA q,- � .. ORT BEACH SUBJECT: STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR (C -2199) RECOMMENDATION: Adopt a resolution awarding Contract No. 2199 to J. Harris Construction and E. J. Harris Construction, Inc. (J.V.) for $89,940 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on December 15, 1981, the City Clerk opened and read the following bids for this project: Bidder Amount Bid 1. J. Harris Construction and E. J. Harris Construction, Inc. (J.V.) $ 89,940 2. Triad Mechanical, Inc. 103,301 3. Caliagua, Inc. 107,241 4. Spec Builders 108,100 5. RJW Construction Company, Inc. 113,007 6. C. S. Boyd Company 114,251 7. Means and Ulrich (a Calif. Corp.) 119,700 8. Diversified Builders 120,800* 9. McCannical Construction Company 125,200 10. Equinox - Malibu 151,000 *Corrected bid total is $124,200 The low bid is 20% below the Engineer's estimate of $108,000. Fund- ing for award is proposed from the following accounts: Amount Account No. Description $35,780 50- 9297 -121 Install pump at Big Canyon Zone IV $38,500 50- 9295 -151 Enlarge storage building at Big Canyon Reservoir $15,660 50- 9281 -003 Repairs and betterments to reservoir sites January 11, 1982 Subject: Storage Facility and Engine Room at Big Canyon Reservoir (C -2199) Page 2 Harris and Harris, Inc. (Joint Venture), the low bidder, has nat,per- formed previous contract work for the City. However, a check with their ex- perience references and the State Contractors' License Board has indicated that Harris and Harris (1) has successfully completed projects of a different nature for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. Triad Mechanical, Inc., the second low bidder, has, by the attached letter to the Council dated December 18, 1981, requested clarification of five items: 1. "Does Harris and Harris (a joint venture) Contractors intend to construct with their own forces, the above listed sub trades or do they intend to issue Purchase Orders to provide same ?" Harris has verified that they intend to perform all work with their own forces. 2. "Is the Joint Venture licensed as required under the State of California Contractors Licensing Laws ?" The Joint Venture was issued California Contractors License A- 400406 in March, 1981. 3. "Does the joint venture possess a valid C -10 Electrical license to enable them to obtain electrical inspection ?" The State Contractors' License Board has ruled that if, as in the instant case, the amount of electrical work is small com- pared to the overall project, a separate C -10 license is not required.. 4. "Can they provide a statement of financial responsibility ?" Harris has provided a satisfactory financial pre - qualification issued by CalTrans. 5. "Did the joint venture provide an acceptable list of technical ability and experience references ?" Harris has provided a listing of many projects which they have successfully completed over the past few years. Mr. Allen, the president of Triad, has been given the above informa- tion and agrees that it satisfactorily answers his questions. The project provides for construction of an equipment storage facility and an engine room, plus installation of a pump, gas engine and accessories in January 11, 1982 Subject: Storage Facility and Engine Room at Big Canyon Reservoir (C -2199) Page 3 the engine room. Plans and special provisions were prepared by Kenneth I. Mullen, Consulting Engineers, Inc., of Arcadia. The estimated date of completion is May 1, 1982. Benjamin B. Nolan I Public Works Director LRD:jd Att. y tries! mechenicied inc, 11322 WESTERN AVENUE STANTON, CALIF. 90680 (714)898 -7871 (213)598 -8653 -.{ December 18, 198 Reference 81 -157 The Honorable City Council of Newport Beach 300 Newport Blvd. P.O. Box 1768 Newport Beach, CA. 92663 -3884 Reference: Storage and Engine Facility at Big Canyon Reservoir Contract #2199 - Bid date of December 15, 1981 Gentlemen: Xr 0670,, 2 yt?�ippR PF7987�. On the 15th of December 1981, Triad Mechanical, Inc., in good faith did in fact submit a "Responsive" Bid, wholly in compliance with contract documents and California State Law Requirements, one of which was listing of Subcon- tractors; i.e. electrical, masonry, roofing, rebar and paving. The apparent low bidder, Harris and Harris (a joint venture) listed only one subcontractor, Mono Roofing. Triad Mechanical, Inc. requests clari- fication as follows: �. Does Harris and Harris (a joint venture) Contractors intend to construct with their own forces, the above listed sub trades or do they intend to issue Purchase Orders to provide same? 2. Is the Joint Venture licensed as required under the State of California Contractors Licensing Laws? 3. Does the joint venture possess a valid C -10 Electrical license to enable them to obtain electrical inspection? 4. Can they provide a statement of financial responsibility? 5. Did the joint venture provide an acceptable list of technical ability and experience references? As the second apparent low responsive bidder, Triad Mechanical, Inc. feels justified in requesting clarification to these questions. The Honorable City Council of Newport Beach Page - 2 - Your understanding and consideration in this matter will be greatly ap- preciated. Very truly yours, TRIAD MECHANICAL, INC. Donovan Allen, President 0 RESOLUTION NO. 82-3 0 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. IN CONNECTION WITH STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR (C -2199) C -� 1qg WHEREAS, there have been submitted to the City Clerk bids for work in connection with the storage facility and engine room at Big Canyon Reservoir; and WHEREAS, on December 15, 1981 at 11:00 a.m., bids for the contract were opened by the City Clerk's office, and it appears that the lowest responsible bidder therefor is J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. (J.V.); and WHEREAS, after review of the terms and conditions by the City Council, said proposal is found to be fair and equitable. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid from J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. (J.V.) in the amount of $89,940.00 is accepted, and that the contract for the described work (Contract No. 2199) be awarded to said bidder. BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said contract in accordance with the terms and conditions therein and the City Clerk is directed to furnish an executed copy to the successful bidder herein. ATTEST: City Clerk 1/11/82 PR ADOPTED this day of JAN 11 , 1982. Mayor i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT E STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR CONTRACT NO. 2199 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2199 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. ITEM DESCRIPTION TOTAL PRICE 1 Construct storage facility approximately 66' x 26' including excavation, concrete, masonry, lumber, electrical and all appurtenant wqxk for the lump s m price of ollars and Cents S�- (words) 2 Construct engine room approximately 10' x 14' including concrete, masonry, lumber, electrical and all appurtenant work and installation of all City fur - nis ed egyipment fy�r th lump su price Of IL %A IL T�. �I S �i T li ntAthk - 6ollars r r and Cjts S word A) I- L-1 . PR lb TOTAL PRICE WRITTEN IN WORDS TOTAL E �y Al, w4 t/4aJS /}hCDo / PRICE llars and Contractor's License No. {Bidder's Name) Date�2- (Autf6rized S gnature /Ti e) Bidder's Address ?0 / /4 /y'- v (4 C 91710 i Bidder's Telephone Number '7 /y— 5;V7 3ji9Y I • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of 66 envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of New or ach busi_ng:i l;ranse prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprentic/jeable occuppaQ'tion t A-- tfDO eTrfNA(lrc Cawsra.,dfuw IwC Contr's Lic. No. Classification Bidder It— ), — V1 J hA Date Author' ed Signature /Titl • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address / 1. f�- tl o Tuo Fjn4 t,., R 15 if � 2 0 t vL S Po 6/ — 6, /W.p 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. T14AF.a Co r k s » n 1 < < Co s ra, r,U,� —B der T —,cc 0 kl-O - IKAT Authorized SSgnature /Tit • • Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, ,Tire BIDDER'S BOND as bidder, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . (Attach acknowledgement of Attorney -in -Fact) Z Title Bidder Authorized Signature /Title Surety NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. CawsTa,.c%�uh d p ► 1�,� rt. r>. � s Cu w r 1((� c'ri v �.. /w � �✓ Bidder Au� ed Si naturitl Subscribed and sworn t before me th 's _ u day of d„ 19. My commission expires: Public OFFXWL VJL BOBBY A. CONN M TMV M LC - OMB 000 SMNEN OM CUUMY • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. T F�wv,lis C vti t� T 14A- rLnts C,wrin, riVA- 4 7✓ Bidder Au�ze ignature Tit e ��� 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. l�l� L n d r- I-LS�w >�ks 15�� 6-e GL;Kfi� D_ all, s�Ali L }bv-N(1 is 0,— f Bidder ut e— oriiptI Signature/Title � \ k \ � § ! { 0 �\ \\ \no \k} to �■ k\ ƒ) tr ® !* '- \�\ \�/ \ (/\ ZZ \ \\ / IV � ^� �} ;\+ w /00 \( !�/ ]) §® ! `} \\ \] \4 / )§ - ! { THE AMERICAN INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. A JOINT VENTURE (hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New Jersey, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT (10 %) OF BID AMOUNT------------------------------ - - - - -- Ddltmf- Tt---- ------------- ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the STORAGE FACILITY & ENGINE ROOM PROJECT # 2199 BID DATE: 12/15/81 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 14 1 day of DECEMBER , 19 81 J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. A JOINT VENTURE BY: �f I �- V THE AMERICAN INSURANCE COMPANY By PATRICIA A. FFEN Attorney -N -Fact 360277 —(TA) -11.66 - ' BOND NO. SCR 711 94 00 •OM INCLUDED IN BBSU THE AMERICAN INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. A JOINT VENTURE (hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New Jersey, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT (10 %) OF BID AMOUNT------------------------------ - - - - -- Ddltmf- Tt---- ------------- ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the STORAGE FACILITY & ENGINE ROOM PROJECT # 2199 BID DATE: 12/15/81 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 14 1 day of DECEMBER , 19 81 J. HARRIS CONSTRUCTION AND E. J. HARRIS CONSTRUCTION, INC. A JOINT VENTURE BY: �f I �- V THE AMERICAN INSURANCE COMPANY By PATRICIA A. FFEN Attorney -N -Fact 360277 —(TA) -11.66 - ' M N �x o(D Qo N � a fl z� IM � a 0 N ro C] o z z ; O m o > i o vi `7 I w 0 o I r m O 6 c- 6)) 46ember 23, 1981 i CITY COUNCIL AGENDA ITEM NO. F -11 NOV 2 3 1981 TO: CITY COUNCIL By the CITY COUNCIL FROM: Public Works DepartSIN OF NiWPO1tT BRACH SUBJECT: STORAGE FACILITY AND ENGINE ROOM AT BIG CANYON RESERVOIR (C -2199) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on December 15, 1981. DISCUSSION: The City's Zone IV water distribution system serves Corona del Mar above elevation 355 feet MSL, including Harbor Ridge and Spyglass Hill. Because of (1) escalating electrical energy costs to pump water from Big Canyon Reservoir to the Zone IV system and (2) increasing peak demands for water in Zone IV, staff has planned to install a natural gas - fueled engine to drive a third Zone IV pump at Big Canyon Reservoir. At its October 14, 1980 meeting, the Council approved the purchase of the gas engine and pump through the Purchasing Agent. The equipment was ordered by competitive bid, and will be available for installation by January, 1982. The gas engine is to be sheltered in a sound - insulated 10 -foot by 14 -foot concrete block building. Plans and specifications for this building, plus an equipment storage building authorized in the current budget, have been prepared by Kenneth I. Mullen, Consulting Engineers, Inc., of Arcadia. The 26 -foot by 66 -foot concrete block storage building will house emergency mobile equipment and dredging apparatus. The Engineer's construction estimate is $108,000. $35,780 is avail- able in the current budget for construction of the engine building, and $38,500 is available for the storage building. If required for award, addi- tional funds will be requested in a budget amendment after the bids are re- ceived. The estimated 9date of completion is May 1, 1982. Benjamin B. Nolan Public Works Director LD:jd