HomeMy WebLinkAboutC-2201 - New roof on City HallApril 30, 1981
CITY OF NEWPORT BEACH
Lee Roofing Company of
Costa Mesa, Inc.
1653 Superior Ave.
Costa Mesa, CA 92627
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety The .Ohio Casualty Company
Bonds No. 1- 987 -319
Project New Roof on City Hall
Contract No. 2201
The City Council on April 13, 1981 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 Notice of Completion has been
filed.
Notice of Completion was filed with the orange County Recorder on
April 21, 1981 in Book. No. 14027, Page 1460. Please notify your
surety cc[rPany that the bonds may be released 35 days after record-
ing date.
Cicy Cleric
WFA:da
cc: P, is `)1o.rks Depart -rent
City Hail • Newport Boulev ird, Neuport Beach, California 92663
-CF.A ' FITURN YO
C.TY OF !•iBIMOrT BEACH
5300 NE`ad^O.iJ 1300LEVARD
V;E`sNPQRT LEACH. CALIF. 9264GI
248 >83
NO CONSIDERATIONtl
NOTICE OF COMPLETION
PUBLIC WORKS EXEMPT
C2
eK 14027 Pe 1 460
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that orFebruary 13, 1981
the Public Works project consisting of New roof on C1ty Hall Cunt
on which Lee Roofing of Costa Mesa, Inc., Superior Ave., Costa Mesa, CA
was the contractor, and The 0TT55 Casualty Conpany
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
C Y OF NEWPORT BFACH
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 April 15, 1981 at Newport Beach, California.
J2,A'-i+�vr � . kY 4
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 April 13, 1981 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 April 15, 1981
at Newport Beach, California.
City Clerk
REC01 1 OFiI(!U RECORDS
OF OR CDURTi, to FORNIA
-las PM APR 21'81
LEE A. BRANCH, County Recorder
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
April 15, 1981
Lee A. Branch
Count- Recorder
P. 0. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of
Public Works projects consisting of New roof on City Hall
Contract No. 2201 on which Lee Ming of Costa Mesa, Inc.
was the Contractor and The Ohio Casualty Company
was the surety.
Please record and return to us.
Wanda E. Andersen
City Clerk
WEA:bf
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
35 a ', n 4
April 13, 1981
CITY COUNCIL AGENDA
ITEM NO. F— ! 0
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: NEW ROOF ON CITY HALL (CONTRACT 2201)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice.of Completion
and to release the bonds 35 days after the Notice of
Completion has been filed.
3. Grant an extension of time of 64 calendar days.
DISCUSSION:
On October 27, 1980, the City Council awarded the subject contract
to Lee Roofing of Costa Mesa, Inc. in the amount of $27,954. The work was
completed to the satisfaction of the Public Works Department on February 13,
1981.
The project provided new 20 -year built -up roofing on Units A, B,
and C of the City Hall; the data processing wing; and the relocatable building.
The location is shown on the attached sketch. The source of funds was the
Federal Revenue Sharing Fund.
The contract called for completion within 45 days after award of the
contract, December 11, 1980.
The delay was caused by the contractor's awaiting suitable weather.
The City was not appreciably inconvenienced by the delay.
Benjamin B. Nolan
Public Works Director
KLP: jd
Att.
/ O \
� r
%i
4DD /T /vim B/o
/rE.r>�a� -iTCJ
-off
4
V
N�o
a
l
E�
Ll7
^A
lzZo 100
L EGENG
.?EMO AS C.Y /BT .BOO. D/VO
!NBTGGL NEIV .B4D.4a
0,
r-z
/ � cirYCc ee�f
A10D /T /4'E
Bio /T ,r.►f
�c
(oslr4 o.PlOCCdV /.c,� �v /,vo)
ADO /T /vE S/O /73Ciy
7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
DRAWN MK Q DATE
APPROVED
NE�/�QOFO�r /TY/iI�L/ PUBLIC WORKS DIRECTOR
rCrw,,/ /� a� R.E. N0. —
d 1� / e4 1 `T ��Q1> DRAWING N 'XHf /T
y
CITY OF NEWPORT BEACH
. OFFICE OF THE CITY CLERK
(714) 640 -2251
Date November 18, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2201
Project New City Hall Roof
Attached is signed copy of subject contract for transmittal
to the contractor.
Contractor: Lee Roofing Company of Costa Mesa, Inc.
Address: 1653 Superior Avenue, Costa Mesa, CA 92627
Amount: $ see Contract
Effective Date: November 18 19.80_
Resolution No. 9908
Wanda Andersen
Attachment
cc: Finance Department
(fit} Ilall • 3300 NcH•por( Boulevard, Ncu,l)orn Beach, California 92663
CITY CLERK
NOTICE INVITING BIDS
4
Sealed bids may be received at the office of the City Clerk.
3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 P.M.
on the 15th day of October ,1980, at which me
t �ucT-b-i3s
shall a opened and read for
NEW ROOF ON CITY HALL
Title of Project
2201
Contract No.
$31,000
Engineers Estimate
•
Q
Xc
,Approved by the City Council
this 8th d�y of Sept. ,1980.
Doris k6rqe
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 Kenneth L. Perry at 640 -2281.
Project Engineer
:1
PROPOSAL
NEW ROOF ON CITY HALL
2201
Contract No.
$31,000
Engineer's Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
• Page 1
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 this Contract
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
BASE BID
1 Lump Sum Install new 3 ply built -up roof on Units A & B,
approximately 9669 square feet, for the lump
sum price of:
Fifteen Thousand Three Hundred Forty Dollars
and
No Cents $ 15,340.00
ADDITIVE BID ITEMS
2 Lump Sum Install new 3 ply built -up roof on Data
Processing wing, approximately 781 square feet
for the lump sum price of:
One Thousand Seven Hundred Forty -Two Dollars
and
No Cents $ 1.742.00
Lump Sum Install new 3 ply built -up roof on relocatable
building, approximately 3040 square feet, for
the lump sum price of:
Four Thousand Eight Hundred Eighty -Nine Dollars
and
No Cents $ 4.889.00
0 Page la
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
4 Lump Sum Install new 3 ply built -up roof on Unit C,
approximately 3804 square feet, for the lump sum
price of:
Five Thousand Nine Hundred Eighty -Three Dollars
and
No Cents $ 5,983.00
TOTAL BASE BID PRICE (ITEM NO. 1 ONLY) WRITTEN IN WORDS
Fifteen Thousand Three Hundred Fo
No
349686 C -39
Contractor's Lic. No. 8 Classification
Dollars
and
Cents
$ 15,340.00
Lee Roofing Co. of Costa Mesa, Inc
Bidder
October 15, 1980 S /R. "Bob" Alexson. President
Date Authorized Signature /Title
1653 Supr^ior Ave.. Costa Mesa. CA 92627 7141 642 -7222
Bidder's Address Bidder s Telephone No.
! • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL.form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
tEE ROOFING OF COSTA MESA, INC.
Con r s ic. No. &Classification Bidder
October 15, 1980
to
S /R. "Bob" Alexson, President
Authorized Signature /Title
0
DESIGNATION OF SUBCONTRACTOR(S)
0 Page 3
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,
2.
3
4
5
6
7
8
9
10
11
12
LEE ROOFING CO. OF COSTA MESA, INC.
Bidder
S /R. "Gobi' Alexson President
sized Signature Titer
FOAIGINAL SEE CITY CLERK'S FILE Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, LEE ROOFING COMPANY OF COSTA MESA, INC. , as bidder,
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 OF THE AMOUNT OF BID Dollars ($ 10% ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
NEW ROOF ON CITY HALL 2201
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 9th day
of October , 1980.
(Attach acknowledgement of
Attorney -in -Fact)
Dorothy Bibee
Commission expires Dec. 11, 1981
LEE ROOFING COMPANY OF COSTA MESA, INC.
Bidder
S /Robert Alexson, President
Authorized Signature /Title
THE OHIO CASUALTY INSURANCE COMPANY
Surety
BY S/Jeanine Groothuis
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.
LEE ROOFING CO. OF COSTA MESA, INC.
Bidder
S /R. "Bob" Alexson, President
Authorized Signature /Title
Subscribed and sworn to before me
this 15th day of October
1980 .
My commission expires:
June 4, 1984 S /R. Keith Dinsmoor
Notary Public
S' 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.
LEE ROOFING CO. OF COSTA MESA, INC.
Bid er
S/R. "Bob" Alexson, President
Au,V Signature Title
•
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
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.
1980 Anaheim School District Fred Dagne. Pur. Cir. (714)956 -6823
Bob Murphy, Dir. of Maint.
9:1 Newport-Mpsa Schnal Newport-M- District Dorothy 1' 61
Jim Heistand, Diplrbf (714) 556-33
LEE ROOFING CO. OF COSTA MESA, INC.
Bid er
S /R. "Bob" Alexson. Presjent
u�tForized Signature /Title
NOTICE
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.
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 S ifications for Public Works Construction (latest edition
adopted or ecuse in the City or ewport Beachy, except as supplemented
or modified by the Special Provisions for this project.
:� � :,; �. tee. � �.��� ; •,
ONFIRWORRPM
irk the .Ci.ty of Newport Beach,. in strict conformity with "the Drawings and Specificatioe5
ai other. contract documents on file in the office of ahe City Clerk of the City of
Ne t Beach;
`' ,WHEREAS, said Principal has executed or is about;to` execute said contract and the '
s terms thereof require the furnishing of a bond with said"contract, providing that if
saad Principal or any of his or its subcontractors, shall fail to. pay for any material's.
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., Tabor done thereon of any
kind 'the Surety on this bond will pay the same to the ;extent hereinafter set forth
NOW, THEREFORE, We MM ae- C9®N1►1W W "COT7[`il nh,# A9
as; Principal, and 701$ (X" CA8li11Tr7!lE Z A1Flf j
4s,- Surety, are held firmly bound.unto the City of Newport Beach, in the sum of
th i aaet ni�� h.Marea Dol 1 a rs $S,
said sum being one -half of :the:estimated amount payabie, the City of Newport Beacfi i
uCrder the. terms of the contract, for which payment 4e19..and.,truly to be made we bind
ourselves, our heirs, executors and administrators, succes ors, or assigns, jointly and
severally, firmly by these presents.
THE. CONDITION OF THIS OBLIfATION IS SUCH, that if ".the`',above bounden Principal or;:
his subcontractors, fail to pay.for any materials, provisions, provender, or other
su},plies:.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
k 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 assign; in „any suit brought upon
this..bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
i. 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
j 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'1s agreed that the death of any such principal shall not exonerate the Surety from-- -
i# obligations under this bond.
IN WITNESS WHEREOF, this instrument has'been duly executed by the Princi al and
Surety above named. on the 44th day of »ER 79 �0
LU 710ama, BAR! 0r COIi'PA
RAW of Con a to cipal
AU
t o ze 'S gna re an Tit e
Y
Authoriz6t r0a0d Title
lame of Surety
3400 last Hatwwd Aftwm
lddress of urety
A atu n Title o ut
9"q a* llorelAad, . AtM
KM4oA0 i NDXU XD AN
�
r -ei— o " ent
(�f nm str"t
s n Vie, ca 93
FAITHFUL PERFORMANCE BOND
tl
�/� 4s
Page II
/,�}� .
Plan Yis.
`4 the City of Newport Beach, in strict conformity wi "th the Drawings and Specifications;
Arlo other contract documents on'file in the office of the City Clerk of the City'of'`,
6wport 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'.
t`ontract;
NOW, THEREFORE, We, MM COMAM ( COST *1'A, =C
#s Principal, and in =10 C"VAM XMUXMM CCMPUY
.gas Surety, are held and firmly bound unto the City of.Newpo:rt Beach, in the sum of
2MIT-8MM 2ROWAW X= RUUD= >M'I1'!!1'- 7flEiR ,# NOAMlars ($27r95 4.00 - ---7
Bald sum being equal to 100% of the estimated amount;of the contract,:to be paid.to
the:s'aid City or its certain attorney, its successorsand.assigns; for which payment
well,:.and truly to be made., we.bind ourselves, our hei -rs, executors and administrators, `"
i
successors or assigns, jointly and severally, firmly:; s
:by _ a presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the.above bounden Principal,
hi.s.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.thei;r -true intent and:meaning; and
shall.ndemnify 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
CERIV, COPY OF POWER OF ORNEY
THE OHIO CASUALTY INSUSAN COMPANY
HOUR OMCL HAMILTON. OHIO
No. 17 -198
Xtlnfu All Am by ill roc freondit That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article VL Section 7 of the By -Laws of said Company, doss hereby nominate, constitute and appoint:
Craig S. Moreland - - - - - - - - - - - - - - - - - -of San. Bernardino, California
be true and lawful agent and attorney -in -fact, to make, execute, coal and deliver for and on its behalf as surety, and a
its act and dead any and all BONDS. UNDERTAKINGS, and RECOGNITANCES, act exceeding in any single instance
TWO HUNDRED FIFTY THOUSAND - - - - - - - - - - - - - - ($ 250,000,00 - - ) Donets,
excluding, however. any boad(s) or aodertaking(c) guarantsaing the payment of notes and interest thereon
And the execution of suck bonds or undertakings in pursuance of these presents, shall be as binding upon ceid Camper
a fully and amply, to all intents and purposes, a if they had been duly ezecuted and acltnowledged fy the ragaLrly
sleeted officers of the Company at its office in Hamilton. Ohio• in their own proper person&
no authority granted hereunder supersede any previous authority heretofore granted the above named atternay(s)- in-faet.
In WrINESS R e}ll�!! ?p,��`Fo Insurance Company Oeanosubscribed he. name and a� the Corporate Seal the
g ~.
SEA.Lf said The Ohio Casualty Insurance Company this 29th day of September 19 80.
s s `i'iiiiM',. iE
(wed) Richard T. Hoffman
SPATE OF OHIO• l SS.
COUNTY OF BUTLER j
Asst, Secretary
On" 29th day of September A. D. 19 80 before
the subecriber, a Notary Public of the State of Oki *, in and for the County. of Butler, duty commissioned and qualified, came
Richard T. `ioff`ir :at:, Assc. Secretary - - of THE OHIO CASUALTY INSURANCE COMPANY. to sae
ppaar�sena�lly knowa to be the individual and officer described in, and who executed the preceding instrument, and be ackaow-
ledged tbs *zeeatioa of the same, and being by ma duly sworn deposeth and with, that he is the officer of the Company
aforesaid, and that the weal affixed to the preceding Instrument is the Corporate Seal of said Company, and the said Corporate
Seal and W signature as officer were duly affmod and subscribed to the mid instrument by the authority and direction of the
..id Corporation.
.spans',, W TESTIMONY WHEREOF, 1 have hereunto ass my hand and affixed my OSeiel
etµul !!tt° Seal at the City of Hamilton. State of Ohio• the day and year first above written.
> 1 L
3 »: +
(Signed) . Dorothy Bibez
3 :
E
•• - ,ee° Notary Public m and for County of Bailor, State of Onto
�>b� rasnf December 11, 1981.
tuna My Commission expires ... - ....... ..» .. .................«. »..»........
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Compaay. adopted by
its directors oo April 2. 1954, extracts from which road:
"ARTICLE VP'
"Section 7. Appointment of Attorney4 Fact, eta 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 attoroeya•in -fast
for the purpose of signing the name of the Company as surety to, and to execute. attach the corporate ssaL acknowledge
and deliver any and all bonds, recognizences, stipulations, undertakings or other instruments of suretyship and policies of
maaranoa 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 Americs, or to any other political rub-
This instrument Is signed and sealed by facsimile a authorized by the following Resolution adopted by the directors of the
Company on May 21, 19701
"RESOLVED that the signature of any officer of the Company aothorized by Article VI Section 7 of the by -laws to appoint
attorneys in fact, the signature of the Secretary or any Awistant Secretary certifying to the correctness of any copy of a
(rower of attorney and the mal of the Company may be •fixed by facsimile to any power of attorney or copy thereof issued
un behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and „aL
to be valid and binding upon the Company with the come force and affect a though manually affixed."
CERTIFICATE
1, the undersigned Assistant Secretary of lie Ohio Casualty Insumucs Company, do hereby certify that the foregoing paws,
of attorney, Article VI Section 7 of the by-law, of the Company and the above Resolution of its Board of Directors are true
and correct copiss and am in full font and effect on thi, date.
IN WIT21ESS WHEREOF, 1 hays hereunto not my head and the seal of the Company this tt-t—day of RkA - A. D.. 19•6 0
tyRllimo�,�l
sec:S
S: SEAL 10
�bY1l1Ei�p�e
ixeneda
5-4304C 10-74-3M
Assistant Secretary
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
1653 Superior Avenue
92627
• CERTIFICATE OF INSURANCE
Page 13
INSURANCE COMPANIES AFFORDING COVERAGES
Company
i orto. A UNITED STATES FIDELITY &
Company
Letter B ARGONAUT INS. CO.
Company C
J]
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
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence Aggregate
GENERAL LIABILITY
A
C3} Comprehensive Form
p�p75—
10-1-81
Bodily Injury
$
500
$ 500
[ Premises- Operations
960
❑ Explosion & Collapse Hazard
Property Damge
$
$
11 Underground Hazard
100
100
❑ Products /Completed - Operations
Hazard
Bodily Injury
q Contractual Insurance
and Property
$
$
❑ Broad Form Property Damage
Damage Combined
❑ Independent Contractors
❑ Personal Injury
Personal Injury
$
d Marine
❑ Aviation
AUTOMOTIVE LIABILITY
A
B Comprehensive Form
JMP75—
10 -1 -8
Bodily Injury
$ 500
960
Each Person)
Bodily Injury
Each Occurrence
Owned
$ g00
C8 Hired
Pro ert Dama e
$ 1
Bo ily Injury and
[g Non -owned
Property Damage
$
Combined
EXCESS LIABILITY
❑ Unbrella Form
Bodily Injury
q Other than Umbrella Form
and Property
$
$
Damage Combined
WORKERS COMPENSATION
CC2038
Statutory
ac
H
and
710179
0 -1 -81
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
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 certificate holder by mail,
Atten n: PuW is Works Department
By: Agency: RELIAG(i & 14DRELMD AGENCY, INC
A horized Representative 466 West Fifth St ate Issue
MIOGG & MO?tP all) AGENCTs INC.
Description of operations /locations /vehicles: A 1 operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
#2201 NEW ROOF ON CITY HALL
Pro.iect title and contract number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not .
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
• • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( X) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ 5001000 each occurrence
$ 100,000 each occurrence
each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
Project Title and Contract No. .
This endorsement is effective 11 -6 -90 at 12:01 A.M. and forms a part of
Policy No. 1p7g960
Named Insured ygg ROOFING CoMpANY OF COSTA MESA, INCFndorsement No. V 1
Name of Insurance Company uHTTgn sprATxg FTngT.TT9 y �, n
GUARANTY CO K&$Wzii1 mg A 1SNq INC
• • Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits of Single Limit, whichever is indicated by the letter X in the appropriate box.
� ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ 500,000 each occurrence
$ 100,000 each occurrence
each occurrence
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: CONTRACT ! 2201 NEW-ROOF-ON CITY HALL
Project Title and Contract No.
This endorsement is effective 11 -6 -90 at 12:01 A.M. and forms a part of
Policy No. MP 75960
Named Insured LSE ROOFING COMPANY OF COSTA MESA, INC Endorseme t No.II -1
Name of Insurance CompanPITED STATES FIDELITY By
Ag �q� Ilt ,
Kellogg & re an =gency,
Inc.
Page 16
CONTRACT
i
i
THIS AGREEMENT, entered into this f, ,/ day of 19P
y
b and between the CITY OF NEWPORT BEACH, hereinafter "City, an
hereinafter "Contractor," i ss made with
th
reference to 1:4 o 116W ng facts:
(a) City has heretofore advertised for bids for the following
described public work:
NEW ROOF ON CITY -HALL 2201
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:
NEW ROOF ON. CITY 'HALL 2201
11r.10 o ro. ect -7ontract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in .
accordance with all :of the contract documents.
2. As full compensation for the performance and. completion of this
work as prescribed above, City shall pay to Contractor the sum of Twenty -seven Thousand
Nine Hundred Fift -four Dollars & No.Cents (a 27 954.00
This compensation includes ' any loss or damage ar sing from the nature o t e
work; () 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:
Page 17
{f} Plans and Special` Provisions for
2U1
Title -a ro ect: 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.
APPROVED ASTO n'
CM, Attorney
i
CITY OF NEWPORT BEACH
By . i
iayor
CITY
CONTRACTOR
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
1980 -81
NEW ROOF ON CITY HALL
CONTRACT NO. 2201
I. SCOPE OF WORK
The work to be done under this contract consists of removing existing roofs down
to the sheathing; installing new 3 -ply built -up roofs that can be bonded for 20
years.
The price to be paid for each item of work includes furnishing all labor, materi-
als, equipment, transportation, and disposal necessary to remove and dispose of
existing built -up roofing and install new built -up roofing, and all other appur-
tenant work necessary to complete the work in accordance with these S ecial
Provisions; the Plans (Drawing No. B- 5072 -S, consisting of two sheets; the
City's Standard Special Provisions and Standard Drawings for Public Works Con-
Iiyuu taition); and the Stanaara apeciTications Tor FUD11C worxs
on (1979 Edition), including supplements to date. Copies of the City's
cial Provisions and Standard Drawings may be purchased at the Public
rtment for five Dollars 5 .
Each bidder must inspect the premises prior to submitting his bid in order to
familiarize himself with the equipment and facilities mounted on the roofs which
must be protected and left in place.
II. PROPOSAL
The proposal consists of a base bid (Bid Item No. 1) and three additive bid items.
Each bidder must include a price for each bid item. The City reserves the right
to award the bid for the base bid only, or the base bid plus any combination of
the additive bid items.
For the purpose of determining the low bid, the base bids only will be used.
III. TIME FOR COMPLETION
The Contractor shall complete all work within forty -five (45) calendar days fol-
lowing the date of award of the contract.
IV. GUARANTEES
Besides guarantees required elsewhere, the Contractor shall and hereby does
guarantee all work for a period of two (2) years after the date of acceptance of
the work by the City and shall repair and replace any and all such work, together
with any other work which may be displaced in so doing, that may prove defective
in workmanship and /or materials within the one- (1) year period from date of
acceptance, without any expense whatsoever to the City, ordinary wear and tear
and usual abuse or neglect excepted. In the event of failure to comply with the
above - mentioned conditions within a week after being notified in writing, the
City is hereby authorized to proceed to have the defects repaired and made good
at the expense of the Contractor, who hereby agrees to pay the cost and charges
therefor immediately on demand.
0
V. PAYMENT
• SP 2 of 3
The lump sum prices bid for the work shall, unless otherwise stated, include full
compensation for all labor, materials, tools, equipment and incidentals necessary
to complete the work. Compensation for work shown on the plans or described in
the specifications, but not separately provided for in the bid proposal, shall be
included in the lump sum price bid.
VI. PERMITS AND FEES
All permit fees normally charged by the City shall be waived, except that every
Contractor and Subcontractor employed on the project shall have in effect a
valid current City business license.
VII. MATERIALS
A. Felts
Base felt shall be one -ply asphalt saturated base felt, minimum weight
15 lbs. per square.
Finishing felt shall be two plies of finishing felt, each ply with a mini-
mum weight of 40 lbs. per square; Johns - Manville Planet Base, or equal.
Base flashing shall be one ply of reinforced coated base felt, minimum
weight of 40 lbs. per square.
B. Bitumins shall be Aquadam, or equal, 25 lbs. per square per mopping.
C. Surfacing
Aquadam - -60 lbs. per square.
Gray gravel - -400 lbs. per square.
D. Metal flashing shall be 26 -gage galvanized iron flashing around all pene-
trations of roof and around all edges of roof. Edge flashing shall have
baked -on enamel finish.
E. Cant strip shall be cut from Wolmanized Douglas fir 4" x 611.
VIII. INSTALLATION
1. All electrical and communications conduit on the roof is to be protected and
remain in place. The new roof will be installed underneath the conduit while
the conduit remains in place.
2. Remove existing built -up roof down to the wood deck. Remove all flashings
around items penetrating the roof.
3. Starting at the eaves and working perpendicular to the eaves, install one
ply of base felt, lapping each ply 2" over the preceding one. Nail the laps
at 6" centers. Down the longitudinal center of each felt, nail two rows
of nails with the rows spaced 11" apart and stagered on 18" centers.
', • • SP 3 of 3 i
4. Over the base felt, install two plies of asbestos finishing felt, starting
with an 18" width and follow with full 36" widths, shingle fashion, lapping
each ply 19 ". Set each ply in a uniform solid mopping of hot asphalt
(25 lbs, per square) and broom to assure complete embedment without voids.
5. Embed 400 lbs. of gray gravel in 60 lbs. of hot asphalt per square.
6. The metal edge flashing shall not be adhered to the waterproof membrane.
•
November 14, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: NEW ROOF ON CITY HALL, C -2201
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.
Kenneth L. Perry
Project Engineer
KLP:em
Att.
-:a
Page 1
PROPOSAL �)
I rb"
NEW ROOF ON CITY HALL (0
2201
Contract No.
$31,000
Engineer's Estimate
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 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 this Contract
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit Drice for the work, complete in place, to wit:
TTEN IN
BASE BID
1 Lump Sum Install new 3 ply built -up roof on Units A & B,
approximately 9669 square feet, for the lump
sum price of:
Fifteen Thousand, Three Hundred Fourty Dollars
and
and no /100 - - - - - - - - - - Cents $ 15,31x0.00
ADDITIVE BID ITEMS
2 Lump Sum Install new 3 ply built -up roof on Data
Processing wing, approximately 781 square feet
for the lump sum price of:
Seventeen Hundred Fourty Two and no /100 Dollars /
and t/
- - - - - - - - - - - - - - - - - - - - - Cents $ i ,7412 00
3 Lump Sum Install new 3 ply built -up roof on relocatable
building, approximately 3040 square feet, for
the lump sum price of:
Four Thousand Eight Hundred Eighty Aline Dollars /
and tl
and no/100 - - - - - - - - - - - - - - - Cents $ 4,889.0o
• • Page la
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
4 Lump Sum Install new 3 ply built -up roof on Unit C,
approximately 3804 square feet, for the lump sum
price of:
Five Thousand Nine Hundred Eighty Three Dollars /
and ✓
and no /100 - - - - - - - - - - - - - Cents $ 5,983.00
TOTAL BASE BID PRICE (ITEM NO. 1 ONLY) WRITTEN IN WORDS
Fifteen Thousand Three Hundred Fourty and no /100 - - - Dollars
and
-- - - - - - - - - - - - - - - - - - - - - - - - - - Cents $ 15,310.00
3119686 C -39 Lee Roofin o
Contractor's Lic. No. & Classification Bidder
October 15, 1980
Date Authorized Signat re /Title
R. "Bob" Alexson, President
1653 Superior Ave., Costa +iesa, CA 92627 (�lla) 6;12222
Bidder's Address Bidders Telephone No.
BON
eyw 1- 987 -315 -2
Pre nil
® The Ohio Casualty Insurance Company
HAMILTON, OHIO
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, That we,
LEE ROOFING COMPANY OF COSTA MESA, INC
(hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM-
PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the
City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of
California as Surety, are held and firmly bound unto
HONORABLE CITY COUNCIL ... THE CITY OF NEWPORT BEACH, CA.
(hereinafter called the Obligee) in the penal sum of TEN PER CENT (10 %) OF THE
AMOUNT OF BID----------------------------- - - - - -- Dollars ($ )
lawful money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has
submitted the accompanying bid, dated October 15, 19 80, for # 2201
new roof on City Hall Bldg., Newport Beach, Ca.
NOW, THEREFORE, if the Obligee shall make any award according to the terms of said
bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said
bid and give bond for the faithful performance thereof within the time specified; or if no time is
specified within thirty days after the date of said award; or if the Principal shall, in the case of failure
so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of
such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other-
wise to remain in full force and virtue.
Signed, Sealed and Dated this .... 9th.......... -day of ....October 80
..... ........ .........., 19.........
OOF O NY OF COSTA MESA, INC
..... .......... .......... .............. ...............................
la u
By ...
obert Alexson, President
THE OHIO CASUALTY INSURANCE COMPANY
By ........ ..................... .. ..... ...........
.
Ahem -Fact
J6, nine Gro0 uis
D- 177 -R.v.
CERA COPY OF POWER OF A &ORNEY
THE OHIO CASUALTY INSURANCE COMPANY
HOM OffM HAUMTOM 0I00
No. 14 -807
Taww All Arn bg 01)plle f restut6: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article Vl, Section 7 of the By -Laws of mid Company, does hereby nominate, constitute and appoint:
Danaid F. M,:,f& .and or Jeanine G.rootht;.is •_ = - _ - of San Eerna_rdino, California -
ito true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf u surety, and u
its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCFS, not exceeding in any single tort nce
TWO HUNDRED FIFTY THOUSAND - _ - - -• - -- e - - -• ($ %50,000000 - - ) Dollars,
excluding, however, any band(*) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding aeon said Company.
as fully and amply, to all intents and purposes, a if they had been duly executed and acknowledged by the rea -Zly
elected officers of the Company at its office in Hamilton, Ohio, in their own proper persona.
The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)- m-fact,
a "mvnmurr
Jtj.nsay
1. SEAL 's3
E+.•. .e
n „uuunnxwa�0•,
la WITNESS WHEREOF, the undersigned officer of the mid The Ohio Casualty
Insurance Company has hereunto subscribed his name and affixed the Corporate Saul of the
said The Ohio Casualty Insurance Company this A._`• t!1 day of July 19 77.
STATE OF OHIO,
COUNTY OF BUTLER SS.
(Signed) R rl-.:ard T. Hoffman
As_t. Secretary
On this I ` 1: ; day of J-i: L., A. D. 19 77 Won
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
a T., hc.tfrran, A._st:, Sec. >_t:a[° _. -of THE OHIO CASUALTY INSURANCE COMPANY. to me
personally known to be the individual and offcor 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
Sal and his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the
said Corporation.
"omennueeq IN TESTIMONY WFIEREOF, 1 have hereunto set my hand and affixed my Official
A o�guL t4r'� Seel at the City of Hamilton. State of Ohio, the day and year first above written.
RePSt-
-,�bz4
IQ ned) Dc:i -'thy Bite=
.......,ejrOlN11100 M Commission expires
Der ember 11 1981.
yespr ................. ............i........81........
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 VF”
"Section 7. Appointment of Attorney -fu -Fact, etc. The chairman of the board, the president, any vice - president, the
secretary or any assistant secretary *hall 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 mal, acknowledge
and deliver any and all bonds, recognirances, stipulations, undertakings or other instruments of suretyship and policies of
insurance to he 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 a 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 -law* to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctuem of any copy of a
power of attorney and the Real of the Company may be affixed by facsimile to any power of attorney or copy thereof lagged
on behalf of the Company. Such signatures and Real am hereby adopted by the Company as original signatures and col,
to be valid and binding upon the Company with the Rome force and effect as though manually affzo&-
CERTIFICATE
1, 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 am Mue
and correct copies and am in fall force and effect on this dots. (r�,, \\
IN WITNESS WHEREOF, 1 have hereunto set my band and the anal of the Company this gday of /k t /J� A D., 19v
wnnn
4f L/
w.
$.01 Q
a SEAL _:F
g'y^aa
�'�.........'l'69'
�ktiuutwb` Assistant Secretary
5- 4300 -C 1044JM
• • 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. none
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 15th day of October
1980.
My commission expires:
June 4, 1984
Notary Public
M 6AQ IM $1.9MR 111 COSTA MCA 92627
0 • 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.
Lee Roofing Co. of/C5SU of/C5 L4esa, Inc.
1 er
711� ut orized Sign ture Tit e
R. "Bob" Alexson, President
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.
1980 Anaheim School District Fred Dagne, Purchasing Dir. (71h) 956 -6823
Bob IlurpIpj, Dir. of Maint.
1980
760 -3217
556 -3382
1 q
OCT 27 1980
Sy iho CITY COUNCIL
C11ri Q1! INNIMr
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: NEW ROOF ON CITY HALL (CONTRACT 2201)
RECOMMENDATION:
r
October 27, 1980
CITY COUNCIL AGENDA
ITEM NO. u -)
Adopt a resolution awarding Contract 2201 to Lee Roofing Co. in the amount
of $27,954.
DISCUSSION:
At 2:30 P.M. on October 15, 1980, the City Clerk opened and read three bids
for the subject project:
Bidder Base Bid Total Bid
9
1. Lee Roofing Co., $15,340 $27,954
Costa Mesa, Ca.
2. Southern California Roofing Co., 17,460 32,476
Downey, Ca.
3. Kropfli Construction., 21,000 35,510
Long Beach, Ca.
Engineer's Estimate 17,300 31,000
The base bid is 11.3% under the engineer's estimate. The total bid is 9.8%
under the engineer's estimate.
The 1980 -81 budget contains an appropriation of $31,000 from the Federal
Revenue Sharing Fund to install a new roof on the City Hall. The 32- year -old roofing
will be removed down to the sheathing and a new 3 -ply built -up roof installed.
The base bid provides for new roofing on the main City Hall building northerly
of the tower (units A and B). The additive bid items included new roofing on a portion
of the City Hall roof southerly of the tower (unit C), on the computer room, and on the
relocatable building behind the City Hall. Inasmuch as sufficient funds are available,
it is recommended that the contract award include the additive items as well as the
base bid.
0 0
October 27, 1980
SUBJECT: New Roof on City Hall (Contract 2201)
Page -2-
The bids for the individual items are as follows:
Units A and B (Engineering, Finance, and Management
Departments) (base bid) $15,340
Data Processing Wing 1,742
Relocatabl-e Building 4,889
Unit C (Lobby, Personnel, Payroll) 5,983
Total $27,954
The attached sketch indicates the various units of the City Hall.
The plans were prepared by the City. The estimated date of completion is
December 16, 1980.
` VSO
Benjamin B. Nolan
Public Works Director
KLP:Mdd
Att.
1s -
or O
c' y G
n
AAV�riv ®io
irs y�a�re
�vv
a
�A
w \/
N�
C
UN /T
(elAlMg Ale t9)
BLJSE B/
/ ��cirYCcEEte�Padruc
_ - ,gig
_�� r
G
<Z'
m "�`
L E6'END
Ap,frMOIPE @rr/49; ,E+00A" s/N0
r veralet .vcw ,v410.c
IORT BEACH
DEPARTMENT
6Gsl7-0 10PAVOICIff"IXG? i IVooJ
.eooir�v� s�o irer�
z �
DRAWN L•_L'SL DATE
APPROVED
NEW,pQOFONC /TY�S✓�1LL PUBLIC WORKS DIRECTOR
/� o /� %� R.E. N0.
r-4✓NM' l rr 0/) DRAWING Nd,ArY III
0
OCT 27 1980 v .
Eye CVSY C=NC� (
CITY "SW H SOLUTION NO, "l %ice
Of
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO LEE
ROOFING COMPANY IN CONNECTION WITH THE
REROOFING OF CITY HALL (C -2201)
WHEREAS, pursuant to the notice inviting bids for work
in connection with the reroofing of City Hall, in connection with
the plans and specifications heretofore adopted, bids were
received on the 15th day of October, 1980, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is the LEE ROOFING COMPANY,
NOW, THERFORE, BE IT RESOLVED by the City Council of the
City of Nepwort Beach that the bid of LEE ROOFING COMPANY in the
amount of $27,954.00 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 accor-
dance 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 27th day of October, 1980.
Mayor
ATTEST:
kv
City Clerk 102280
0
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
Published Sept. 10,1980
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
ach, a 'fornia, this lalay o(SeDt r-19 80
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This space is for the County Clerk's Filing Stamp
A
Proof of Publication of
Contract #2201
rosin T=2= .
.> mm en _ al u. Ift PO'
M,d d tlu C B--""- CdN. 9NI03 vaoa
til N. -
Or 3:30 ND, o. b 19W d9 d Oo-
mn.., 193D, ai .W.b � .m► ad.
..e.us oNCMNAU
C0y=CrN0.Tl01 .
i..d bt tbO CUT C--
aPV....d M.w CUT c....il ww
n.m..ur add. "T
ad
deg. d the P.bs= w.a. www••4
3300 Nwp.!l ffird., N-M-fl D-Fb'
C t�r �yur Nhrm.tlm. a.4: I
L. P.M Pmt. l xsgul .*..:; Il
6404M. lYW '-
bl,b , 10, .
PROOF OF PUBLICATION (4 9.409 E4
SEP 8 1980
By CITY COUNCIL
CI17.1f *WOW NMH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: NEW ROOF ON CITY HALL (CONTRACT 2201)
RECOMMENDATIONS:
•
September 8, 1980
CITY COUNCIL AGENDA
ITEM NO. H -11
1. Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to be received
and opened at 2:30 P.M. on October 15, 1980.
DISCUSSION:
The 1980 -81 budget contains an appropriation of $31,000 from the
Federal Revenue Sharing Fund to install a new roof on the City Hall. The
32- year -old roofing will be removed down to the sheathing and a new 3-ply
built -up roof installed.
The two wings of the City Hall northerly of the tower (Units A
and B) have had a number of leaks. The portions of the original building
southerly of the tower (Units C and D) and the former police station (Unit
E) appear to be in pretty good shape. Newer buildings such as the computer
room and the relocatable building have had bad leaks. The appropriation
will probably not permit all of the buildings to be re- roofed. The contract
has therefore been set up to provide new roofs for Units A and B as the base
bid. Additive bid items will provide for new roofs on the computer room,
relocatable building, and Units C, D, and E. The attached sketch indicates
the various units of the City Hall.
The plans were prepared by the City. The estimated date of
completion is December 16, 1980
Benjamin B. Nolan
Public Works Director
KLP:do
Att.
0 0
or o
�;9l G
qm
4JOGVE.1 pw" B > d 0 GpJ G
G
. Z-
r
'ssr
P_
N�o z
O
�� vo
V17-1 BLI SE 6/
�z
I�cirrccee�y�
,0ooirivE
�3-;l
c'o vac -
�OslT.4 O,POC�9d► /,GG �•y /NGJ
elOG7 /T /Y� B/O /TEryJ
LEGEND
' � JNBTDGL NEW .BOIOF
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
AEAIA7O.0.1�ONC/rYhN zz
rCO/Vr, ACr
Z
DRAWN-1 s:47 DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NOE"i4 /r;ll ~