Loading...
HomeMy WebLinkAboutC-2473 - Remodel Engineering Wing of City HallM a 0 CITY OF NEWPORT BEACH June 18, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Warvi Construction, Inc. 15931 Chemical Lane Huntington Beach, CA 92649 Subject: Surety: Capital Bond and Insurance Company Bonds No.: 000944 Contract No.: C -2473 Project: Remodel Engineering Wing of City Hall The City Council on May 13, 1985 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 has been recorded. The Notice was recorded by the Orange County Recorder on May 23, 1985, Reference No. 85- 188353. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Wanda E. Raggio City Clerk WER :pm cc: Public Works 3300 Newport Boulevard, Newport Beach PLEASE RETUI;IV TO MWESTED sY �a w, City'Clerk City of Newp t Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 85-- 18853 AIL EXEM rop", C15 NOTICF. Ol ,COMPI,ETION PUBLIC WORKS IN -1 gs PM W 2 3 '85 fi( y.l� -� / COUNtY RECOODEN I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Remodel En of Ci on which Wary! Construction, Inc., 15931 Chemical Lane, Huntington Beach, CA 92649 was the contractor, and Capital Bond and Insurance Company, 1900 E. La Palma, Suite 113 was the surety, was completed. Anaheim, CA VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH JL - - 1�0 _ PubliE Works Directory ---, I am the Public Works Director of the City of Newport Be Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing. -is CIT( TI \ � NEWPORT BEACH, g CALIF. y. JON 171985° _� the f or #&%%p \ �a CITY CLERK Executed on May 17. 1985 . at Newport Beach. California. PA I, the undersigned, say: Public Works Director CATION OF CITY CLERK I am the City Clerk of the City of Newport Beach; the City Council of said City on May 13, 1985 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 May 17, 1985 at Newport Beach, California. City Clerk r YAM 0 0 CITY OF NEWPORT BEACH May 20, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: (714) 644 -3005 Attached for recordation is Notice of Completion of Public Works project_,consisting of Remodel Engineering Wing of City Hall, 1-0., which Warvi Construction, Inc. was the Contractor and Capital Bond and Insurance Company was the Surety. Please record and return to us. SSi/inncc)erely, Wanda E. Raggio /(� City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach May 13, 1985 CITY CITY COUNCIL AGENDA T0: CITY CLERK MAY 13'1985 ITEM N0. F -16 FROM: Public Works Department APPIP``f 1.6) SUBJECT: REMODEL ENGINEERING WING OF CITY HALL (CONTRACT NO. 2473) 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. DISCUSSION: The work was substantially completed to the satisfaction of the Public Works Department on March 22, 1985. Installation of the telephone system and preparations for moving delayed occupancy until April 5, 1985. • The project consisted of remodeling the engineering wing of the City Hall building for use by the Purchasing Agent, Traffic Engineer, and Field Engineer, and their respective staffs. The cost of the project was as follows: Contract No. 2473 $37,928 Change Order No. 1 Add 3 return air registers 438 Change Order No. 2 Construct corridor wall at Purchasing Office 2,950 Change Order No. 3 Modify corridor wall, add two additional windows; repair existing doors and closers, master key locks; paint existing "walls and two rest - rooms 3,212 Total Cost $44,528 The contract date of completion was February 18, 1985, including ten calendar days allowed for Change Order No. 2. Additional work included in Change Order No. 3 required the additional time to March 22. The project was • funded in Account No. 02- 1497 -320. The Contractor was Warvi Construction, Inc., of Huntington Beach. Benjamin B. Nolan Public Works Director KLP:jd T0: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: January 28, 1985 CITY OF NEWPORT BEACH SUBJECT: Contract No. C -2473 OFFICE OF THE CITY CLERK (714( 640 -2251 Description of Contract Remodel Engineering Wing of City Hall Effective date of Contract January 8, 1985 Authorized by Minute Action, approved on December 10, 1984 Contract with Warvi Construction Inc. Address 15931 Chemical Lane Huntington Beach, CA 92649 Amount of Contract $37,928.00 La�k�ilz0�- � • (,lAfAOiL��!/1aG,rt.. Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 I CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 30th day of November , 1984, at which time such bids sha-7 be opened and read for REMODEL ENGINEERING WING OF CITY HALL Title of Project 2473 Contract No. $57,000 Engineer's Estimate • • • • \\\� \\ \ \ �• Approved this 13th day of November , 1984. Wanda E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Kenneth L. Perry at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL ENGINEERING WING OF CITY HALL CONTRACT NO. 2473 PROPOSAI To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, Califonria 92658 -8915 Gentlemen: PR 1.1 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 Contract No. 2473 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 QUANTITY ITEM DESCRIPTION TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Remodel Engineering wing of City Hall, complete in place, except for items listed separately below on this Proposal, for the lump sum price of: Ninety -two Twenty -one Thousand Two Hundred / Dollars and No Cents $ 21,292.00 2. Lump Sum Remove existing lighting system; construct suspended ceiling system, including re- cessed lights, heating supply registers and ducts, for the lump sum price of: Eight Thousand Fifteen Dollars Dollars and No Cents $ 8,015.00 3. Lump Sum Install carpeting complete with padding and vinyl base moulding in Purchasing Division area, for the lump sum price of: One Thousand Nine Hundred Eight Dollars and No Cents $ 1,908.00 0 0 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Install carpeting complete with padding and vinyl base molding in Traffic Engineering and Field Engineering area, for the lump sum price of: Three Thousand Fifty -nine Dollars and No _ Cents $ 3,059.00 Lump Sum Construct underfloor electrical and communication system in Purchasing Office, for the lump sum price of: seven One Thousand Eight Hundred Twenty/ Dollars and No Cents $ 1. 827 -00 Lump Sum Construct underfloor electrical and communication system in Traffic Engineer- ing drafting room, for the lump sum price of seven One Thousand Eight Hundred Twenty/ Dollars and No Cents $ 1.827.00 TOTAL PRICE WRITTEN IN WORDS: (Items 1 - 6 inclusive) Thirty -seven Thousand Nine Hundred Twenty -eight Dollars and No Cents $ 37- 928.00 #336713 B -1 License Contractor's Lic. No. & Classification (714) 895 -4544 Bidder's Telephone Number 1. - PR 1.2 S /Wesley J. Warvi, President Authorized Signature /Title • 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 ofiworkman 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 contrail 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 apprenticeable occupations. 336713 B -1 license Contr s Lic. No. & Classification , November 30, 1984 Date Warvi Construction, Inc. Bidder S/Wesley J. Warvi, President 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 I. Electrical 0. C. Elect Costa Mesa 2. Heating Robar Engineering Riverside 3. Carpet Great American Laguna Beach 4. 5. 6. 7. 8. 9. 10. 11. 12. WARVI CONSTRUCTION, INC. Bidder S /Wesley J. Warvi, President Authorized Signature /Title • • Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, WARVI CONSTRUCTION INC. , as bidder, and CAPITAL BOND AND INSURANCE COMPANY and firmly bound unto the City of Newport Ten Percent of the Total Amount Bid in lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, California, in the sum of Dollars ($ 10% ), payment of which sum well and truly i severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of e 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 28th day of November , 19$4 (Attach acknowledgement of Attorney -in -Fact) S /Dolores Gonzalez Notary Public Commission expires July 17, 1987. WARVI CONSTRUCTION, INC. Bidder S /Wesley J. Warvi, President Authorized Signature /Title CAPITAL BOND INSURANCE COMPANY surety OEM!= 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. WARVI CONSTRUCTION, INC. Bidder S /Starr D. Warvi, Sec. /Treas. Authorized Signature /Title Subscribed and sworn to before me this 30th day of November , 1984 . My commission expires: January 17, 1986 S /Loree A. Martin Notary Public • • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY 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. On file with City Clerk. WARVI CONSTRUCTION. INC. Bidder �SAuthorizedrSignature /Title • • Page 7 ICAL 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. 1983 City of Newport Beach Mr. Ken Perry 644 -3311 Theatre Arts Center 1983 City of Garden Grove Mr. Joe Schenk 638 -6870 Village Green Cultural Center WARVI CONSTRUCTION, INC. 'Bidder uthorized Signature/ i e E NOTICE • 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 Key Rating Guide: Property - Casualty. Coverages shall be provided for all TYPES 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), except as supplemented or modified by the Special Provisions for this project. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED • CERTIFICATE OF INSURANCE . Page 13 r .., A Letter Company B Letter Company C Letter Company D Letter Company E Letter 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). 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. By: i e L K d241 Agency: j ��a 't- 1iSl,f(atk E- `l � EfiicLi horized Represe tive Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 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. 1 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. Ag.PrOdUM, LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form 2c; to -zafi: Bodily Injury $ $ x Premises - Operations ^C 6.� Property Damage $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 7 r' $ �;_c0 x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY [x Comprehensive Form c3i13i9 Bodily Injury $ ( N 4 10 `2k' (Each Person Bodily Injury ❑x Owned $ (Each OccurreHe nxx Hired Property Dama Bodi y Injury Q Non -owned Property Damage Combined $ st70 EXCESS LIABILITY Umbrella Form i NSZO3 Bodily Injury 7cv6 io F A =' ❑ Other than Umbrella Form and Property Damage Combined $ i,G'ch $ i,pz7 0 WORKERS' COMPENSATION w Nef Statutor ;t,l•n. >r ac Accident) and EMPLOYER'S LIABILITY y303E' �_: �;. 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. By: i e L K d241 Agency: j ��a 't- 1iSl,f(atk E- `l � EfiicLi horized Represe tive Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 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. 1 • 0 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. ( %) Multiple Limits Bodily Injury Liability Property Damage Liability ( :') Single Limit Bodily Injury Liability and Property Damage Liability Combined $ i °O r' each occurrence $ � 0 00 o (-, each occurrence o'?, oni) 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: ENGINEERING WING (C--2473) Project Title and Contract This endorsement is effective 9,,C> at 12:01 A.M. and forms a part of Policy No. I_HF 2C:32CFi7 Named Insured /,�9/� !Nc Endorsement No. Name of Insurance Compa • Page 15 CITY OF NEWPORT 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 arising out of operations performed by or on behalf of 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 or Single Limit, whichever is indicated by the letter X in the appropriate box. (kj'Multiple Limits Bodily Injury Liability $ 5(?r (7e-)c,) each occurrence Property Damage Liability $ S (-n, ne-� r each occurrence ( v} Single Limit Bodily Injury Liability $ or, 0 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 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: REMODEL ENGINEERING WING OF CITY HALL (C -2473) Project Title and Contract No. This endorsement is effective J p. �/, at 12:01 A.M. and forms a part of Policy No. LFl f -zt-:3 -2087. Named Insured g1412i// Cow %7. /Al < Endorsement No. % Name of Insurance Company �kAf�oi,er By j,,, (9i1 �Ayhorized Represent ve I NAME AND ADDRESS OF AGENCY Lokey.Insurance Agency P.O. Box 5629 Long Beach, Ca. 90805 NAME AND ADDRESS OF I Warvi Construction 15931 Chemical Lane #C Huntington Beach, Ca. 92649 COMPANIES AFFORDING COVERAGES COMPANY A LETTER „ Hanover COMPANY B LFTTER Fremont COMPANY EACH LETTER Ai Cr COMPANY D LETTER COMPANY E LETTER GENERAL LIABILITY 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. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate 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. I DESCRIPTION OF OPERATIONS.'LOCATIONSNEHICLES (City of Newport Beach to be named as additional insured Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 10 days written notice to the below Named certificate holder, but failure to mail such notice shall Impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CEP I IFICAT E H01 01P City of Newport Beach 3300 Newport Beach Blvd. Newport Beach, Ca. 92660 ATTN: Mr. Ken Pery ACORD 25 (1 -79) DATE Limits of Liability in Thousands ( ) COMPANY LLITER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE Ai Cr F OCCURRENCE GENERAL LIABILITY I BODILY INJURY I A s A ® COMPREHENSIVE FORM LHF 2033087 10/28/85 PREMiS ES— OPERATIONS PROPEP- YDAMAGE a a n EXPLOSION AND COLLAPSE W HAZARD UNDERGROUND HAZARD PRODUCTS /COMPLETED I�I OPERATIONS HAZARC BODILY INJURY AND L]�J CONTRACTUAL INSURANCE PROPERTY DAMAGE b Soo, a Soo, n BROAD FORM PROPER" COMBINED w DAMAGE INDEPENDENT CONTRACIORS PERSONAL INJURY b PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY a (EACH PERSON) A FJf,OMPREHEN51VF FORM BA 319644 10/28/85 BODILY INJURY 1 ❑ (EACH ACCIDENT) OWNED PROPIEWY DAMAGE a ❑ HIRED HOWYINJURYAND ❑ NON04YNEL1 DAMAGE $ Soo COMBINED X ,$ EXCESS LIABILITY BODILY INJURY AND A FJ UMBRELLA FORM UHF 2037048 10/28/85 PROPERLY DAMAGE 11,000, a 1,000, ❑ OTHFRTHAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION STATUTORY B and WN 84 043038 7/8/85 a 2 000 0041 EMPLOYERS' LIABILITY x , „n<rn.Lxn OTHER I DESCRIPTION OF OPERATIONS.'LOCATIONSNEHICLES (City of Newport Beach to be named as additional insured Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 10 days written notice to the below Named certificate holder, but failure to mail such notice shall Impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CEP I IFICAT E H01 01P City of Newport Beach 3300 Newport Beach Blvd. Newport Beach, Ca. 92660 ATTN: Mr. Ken Pery ACORD 25 (1 -79) DATE AUI HOHI R Ai Cr F • • Page 16 CONTRACT i THIS AGREEMENT, entered into this day of 2 '19 00 , by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and , hereinafter "Con actor, "is Rade with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: REMODEL ENGINEERING WING OF CITY HALL 2473 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: REMODEL ENGINEERING WING OF CITY HALL 2473 Title of Project ontract 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 surn of Thirty- seven Thousand Nine Hundred Twenty -eiqht and No /100 Dollars ($ 37.928.00 )• This compensation includes (1) 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 REMODEL ENGINEERING WING OF CITY HALL 2473 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. CITY- F NEWPORT BEACH ATTEST: 4ity lerk APPROVED AS TO FORM: WARVI CONSTRUCTION, INC. City Attorney Contractor By' Its By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL ENGINEERING WING OF CITY HALL CONTRACT NO. 2473 INDEX TO SPECIAL PROVISIONS SECTION Page SP I. GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . 1 III. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . 2 V. PLANS FOR EXISTING BUILDING . . . . . . . . . . . . . . . . . . 2 VI. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . 2 A. GENERAL LIABILITY . . . . . . . . . . . . . . . . . . . . . 3 B. AUTOMOBILE LIABILITY . . . . . . . . . . . . . . . . . . . . 3 VII. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . . 3 VIII. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . . . 3 A. DURING THE WORK . . . . . . . . . . . . . . . . . . . . . . 3 B. FINAL CLEANUP . . . . . . . . . . . . . . . . . . . . . . . 3 C. DISPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 X. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. MONTHLY PROGRESS PAYMENTS . . . . . . . . . . . . . . . . . 5 INDEX 1[f, CONSTRUCTION SPECIFICATIONS Page CS I. CARPENTRY . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 A. PRODUCTS . . . . . . . . . . . . . . . . . . . . . . . . . . 1 B, EXECUTION . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. FINISH HARDWARE . . . . . . . . . . . . . . . . . . . . . . . . 1 A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . 1 B. PRODUCTS . . . . . . . . . . . . . . . . . . . . . . . . . . 1 i REMODEL ENGINEERING WING OF CITY HALL INDEX TO CONSTRUCTION SPECIFICATIONS (cont'd) SECTION Page CS III. CEILING SUSPENSION SYSTEM . . . . . . . . . . . . . . . . . . . 2 A. RELATED WORK SPECIFIED ELSEWHERE . . . . . . . . . . . . . . 2 B. SUSPENSION SYSTEMS . . . . . . . . . . . . . . . . . . . . . 2 C. EXECUTION . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. GYPSUM WALLBOARD . . . . . . . . . . . . . . . . . . . . . . . . 3 A. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . 3 B. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . 3 V. CARPETING . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. INSTALLATION . . . . . . . . . . . . . . . . . . . . . . . . 4 C. ADJUST AND CLEAN . . . . . . . . . . . . . . . . . . . . . . 4 VI. PAINTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 A. PAINT SYSTEMS . . . . . . . . . . . . . . . . . . . . . . . 5 B. EXTRA STOCK . . . . . . . . . . . . . . . . . . . . . . . . 5 C. REMOVAL OF HARDWARE AND MISCELLANEOUS ITEMS . . . . . . . . 5 D. EXAMINATION OF SURFACES . . . . . . . . . . . . . . . . . . 5 E. FACTORY MIXING . . . . . . . . . . . . . . . . . . . . . . . 6 F. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . 6 G. PREPARATION . . . . . . . . . . . . . . . . . . . . . . . . 6 H. PAINTING WORK INCLUDED IN THIS SECTION. . . . . . . . . . . 6 VII. HEATING SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . 6 A. DIFFUSERS AND GRILLES . . . . . . . . . . . . . . . . . . . 6 VIII. ELECTRICAL AND LIGHTING . . . . . . . . . . . . . . . . . . . . 7 A. DESCRIPTION . . . . . . . . . . . . . . . . . . . . . . . . 7 B. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 7 C. FLUORESCENT LIGHT FIXTURES . . . . . . . . . . . . . . . . . 7 D. LAMPS . . . . . . . . . . . . . . . . . . . . . . . . 7 E. RECESSED FIXTURES . . . . . . . . . . . . . . . . . . . . . 8 F. TELEPHONE . . . . . . . . . . . . . . . . . . . . . . . . . 8 ii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Ills 0 REMODEL ENGINEERING WING OF CITY HALL CONTRACT NO. 2473 I. GENERAL CONDITIONS The Standard Specifications of the City of Newport Beach shall govern con- tractual relationships between the parties to this contract. SP 1 of 5 The parties to this contract are the City of Newport Beach and the Contractor. II. ADMINISTRATION OF THE CONTRACT The Public Works Director of the City of Newport Beach shall administer this contract for the City. Any change order issued to the Contractor must be in writing and signed by the Public Works Director. III. SCOPE OF WORK The work to be done under this contract consists of removing and disposing of existing partitions, suspended lighting fixtures, surface - mounted conduits, bookcases, shelves, carpeting, and other miscellaneous material from the northerly 84 feet of the east wing of the City Hall building; constructing new partitions, new suspended ceiling complete with suspended lighting, heat supply registers, ducts; constructing electrical outlets and blank communication con- duits and outlets in partitions and in under -floor ducts; constructing a stor- age closet; painting all surfaces except ceilings and flnnrs; installing carpets complete with padding and base moulding; salvaging an existing drinking fountain; and all other items of miscellaneous work necessary to complete the project. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. B- 5109 -S), and the City's Standard.Specifi- cations and Standard Drawings for Public Works Construction, the City's Standard Specifications S tang ard Spifications for Public Works Construction, 1982 Edition and 1983 Supplement ec and reference specifications. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department office for $5 apiece. IV A VI 0 0 SP 2 of 5 Included in the scope of the contract is the payment of all fees and the securing of all permits normally charged by governing public agencies; the pay- ment of all connection charges normally charged by serving utilities; and the furnishing of all material, labor, and transportation necessary to complete the construction, except that the following fees normally charged by the City of Newport Beach will be waived: 1. Building excise tax fees. 2. Building and plan check fees normally charged for the account of the General Fund, including plumbing, electrical drywall, and plastering permits. All other fees normally cahrged by the City must be paid by the Contractor. Included among fees that must be paid are: 1. Business license fees. CONSTRUCTION DETAILS A. General notes are included on the plans. B. Window coverings are not included in this contract. The Contractor shall protect the existing venetian blinds which are to remain. C. Two existing window -type room air conditioners will remain. The Contractor shall protect them during construction. TIME OF CONTRACT The date of the contract shall be the date that the contract is executed by the City. The contract shall be completed within sixty (60) consecutive calendar days from the date of award of the contract by the City Council. PLANS FOR EXISTING BUILDING Existing plans for the City Hall building are on file in the Public Works Department office and available for inspection. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide a certificate(s) of insurance showing that he has liability insurance coverage. At the same time, the Contractor shall provide the insurance endorsements on the forms provided as part of the contract documents. The liability insurance coverage shall include each of the following types of insurance: VII VIII s A. GENERAL LIABILITY 1. Comprehensive Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products /Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury B. AUTOMOBILE LIABILITY 1. Comprehensive Form 2. Owned 3. Hired 4. Non -Owned TEMPORARY FACILITIES 0 SP3of 5 A. The Contractor must provide for his own use the following temporary facili- ties: 1. Telephone. A pay telephone is available on the site. B. The following are available on the site and may be used by the Contractor. 1. Water 2. Electricity 3. Sanitary Facilities C. Contractor's employees shall park where directed by the Engineer. CLEANUP AND DISPOSAL A. DURING THE WORK At all times during the project, the buildings and site shall be kept clean. All dirt, waste and rubbish shall be removed frequently and not allowed to accumulate. B. FINAL CLEANUP In addition to keeping the building and site clean during construction, the Contractor must thoroughly clean the inside of the building, in- cluding fixtures, equipment, hardware, walls, ceilings, and doors. This shall include thorough cleaning of window and opening ledges and sills, horizontal projections, exterior steps and platforms, and other surfaces. Dust, dirt, stains, handmarks, paint spots, plaster droppings, or other foreign material shall be completely removed from the surfaces. 0 C. DISPOSAL SP4of5 Under no circumstances shall rubbish or waste material of any description be disposed of on the site. All debris, rubbish, and waste or surplus material shall be removed from the site. Particular care shall be taken by the Contractor to see that no dumping or spillage of concrete, plaster, oil, gas, cleaning fluids or other deleterious matter is permitted in areas to be planted or where such matter may drain or be carried into planting areas. Any soil so contaminated shall be removed and replaced with approved soil, compacted as required, at the Contractor's expense. IX. GUARANTEES Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year 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 com- ply 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. X. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, in- cluding safety of all persons and property during performance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety of the public and workers. The Contractor shall have, at the worksite, copies or suitable extracts of Construction Safety Orders and General Industrial Safety. XI. PAYMENT A. GENERAL 1. The work to done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary to com- plete the construction as shown on the plans and described in the specifications, complete in place. 2. The lump sum prices bid for construction shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no addi- tional allowance will be made therefor. 3. Payment for all items of work not separately provided for in the pro- posal shall be included in the lump sum price bid for remodeling of the engineering wing of the City Hall. R. MONTHLY PROGRESS PAYMENTS The City will make monthly progress payments for work completed per Sec- tion 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. C. LOW BID SP5of5 The complete project consists of constructing Items 1 -6 inclusive of the Proposal. Each bidder must include a price for each of the items on the Proposal. The City reserves the right not to include any or all of Items 2, 3, 4, 5, and 6 in the award of contract; however, the total price bid for Items 1 -6 inclusive will be used to determine the lowest bid. • CS 1 of 8 REMODEL ENGINEERING WING OF CITY HALL CONTRACT NO. 2473 CONSTRUCTION SPECIFICATIONS I. CARPENTRY A. PRODUCTS 1. Wood preservative shall be a two - application brush coating of penta- chlorophenol preservative. 2. Lumber shall be as indicated on drawings. 3. Sill Plates: Douglas fir. 4. Horizontal Framing: "Number 1" Douglas fir or as noted. Set all horizontal members with crown side up. 5. Vertical Framing: "Studs" grade Douglas fir. 6. Nailing: Per UBC -Table 25 -P for common or box nails. B. EXECUTION 1. Nails shall be common. Nailing shall be per Chapter 25 of the Uniform Building Code. 2. Termite Control: All lumber and plywood shall be pressure treated when in contact with grade or concrete. 3. Framing: Per U.B.C. Section 25. II. FINISH HARDWARE A. MATERIALS Hardware shall be of the best grade, entirely free from imperfections in manufacturing and finish. Where the exact type, functions, and sizes of hardware specified are not adaptable to the finished shape or size of the members requiring hardware, furnish suitable types having as nearly as practicable the same operation and quality as the type specified, subject to Engineer's acceptance. B. PRODUCTS 1. Finish: All hardware shall have finish 613 (10B) oil- rubbed bronze finish. 2. Butts: Furnish 1 -112 pair each leaf unless otherwise specified. Soze and finish shall be as specified. 3. Locks and Latches: Shall be Schlage series or equal. Box strikes with curve lips of sufficient length to protect trim, maximum ex- tension 1/8 inch beyond face. • • CS 2of8 4. Keying: All locks and cylinders shall be master keyed and change keyed. Keying shall be as follows: a. The interior door to the Field Office and the door to the closet shall be keyed to match the key in the existing exterior door in the east wall of the building. b. The door to the Traffic Engineer's office shall have a separate key. c. The door to the Purchasing Agent's office shall have a separate key. III. CEILING SUSPENSION SYSTEM A. RELATED WORK SPECIFIED ELSEWHERE 1. Lighting fixtures. 2. Registers and grilles. 3. Gypsum wallboard. B. SUSPENSION SYSTEMS 1. Exposed Suspended Ceiling System Series 800 exposed system as indicated on drawings complete with matching wall angles and trim, as manufactured by Chicago Metallic Corp., Lok Products Company, Flangeklamp Corporation, or acceptable equal conforming to requirements of ASTM C635. Finish shall be high -baked white vinyl enamel. The exposed suspension system shall support the ceiling assembly with a maximum deflection of 1/360 of the span. The ceiling pattern shall be as indicated on the drawings. The system shall be designed so that the ceiling panels may be removed and replaced without damage. The design shall also be such that the main and cross runners can be removed or replaced without deforming runners or disturbing the balance of the grid. 2. Hanger wires shall be glavanized annealed steel wire, minimum 12 gage. C. EXECUTION 1. Install ceiling suspension system material.s by applicators accepted by material manufacturers in accordance with ASTM C636, manufacturers' standard directions and as specified herein. Installation shall meet seismic restraining requirements of "Recommended Standards for Seismic Restraint of Direct -Hung Suspended Ceiling Assemblies" by Ceiling and Interior Contractors Associated, November 15, 1972. 2. Framing and Lighting Fixtures and Imposed Loads: Provide additional hanger wires and framing members as required to support lighting fix- tures and other loads imposed on acoustical ceilings without distor- tion and with safety factor of at least 4. 3. Exposed grid: Install main tees suspended from hanger wires spaced not over 4 feet apart. Hang in a flat plane level to within 1/8 inch in 12 feet. Unless otherwise shown, provide main tees along edges of lighting fixtures and diffusers in ceilings. Connect main tees with rigid spacer bars spaced at maximum 4 -foot intervals be- tween intersecting cross main tees. Construct ceilings with suspension parts locked in place to form a rigid grid capable of withstanding a lateral force of 100 pounds in tension or compression with joints neat and uniform, all exposed joints flush. Install acoustical units with edges bearing on flanges. Provide wall angles at vertical surfaces adjoining ceilings unless otherwise shown. • �I • CS3of8 Local kinks or bends shall not be made in hanger wires as a means of leveling main rummers. Where hanger wires are wrapped through main runners, or screw eyes, the wire loops shall be tightly wrapped and sharply bent to prevent any vertical movement of the member. Screw eyes shall be fastened to existing construction as indicated on the drawings. 4. Connections: Neatly cut and fit acoustical units around fixtures, diffusers, and abutting construction. 5. Cleaning: Thoroughly clean surfaces after installing ceiling sus- pension system. Touch up damage to factory- applied finishes with acceptable material or replace where directed. Leave in acceptable condition and protect until acceptance of building. IV. GYPSUM WALLBOARD A. GENERAL 1. Related Work Specified Elsewhere: a. Rough carpentry. b. Door frames. c. Finishing of gypsum wallboard. d. Painting. 2. Coordination: Door and frame work reinforcing, backup plates, and other items provided by other trades, where built into this work shall be coordinated with the work under this Section. B. MATERIALS 1. Manufacturer: Blue Diamond Gypsum Division of Flintkote, National Gypsum Company, U.S. Gypsum, or acceptable equal shall be used. 2. Gypsum Wallboard: a. Regular Gypsum Wallboard: ASTM C36 gypsum wallboard panel 5/8 inch, 48 inches wide, with eased or tapered edges as indicated on drawings 3. Accessories: a. Corner Beads: Standard wallboard corner bead manufactured of galvanized steel with preformed flanges. b. Edge Trim or Casing Bead: Standard wallboard edge trim manu- factures of galvanized steel with perforated flanges, ANSI -US, square nose, size as required for thickness of wallboard. • CS4of8 c. Fasteners: Self drilling, Phillips head sheet metal screws, de- signed specifically for the applications of gypsum wallboard to steel studs. Type and length as required for systems indicated on the drawings. V. CARPETING A. MATERIALS 1. Carpet: Provide carpeting for areas shown on Plans. Requirements for carpeting are based on Solarium Style No. A3 -951 as manufactured by Cabin Crafts Carpets and are intended to establish minimum quality of goods. Equivalents by Lee Carpets, C. H. Masland & Sons, and Roxbury Carpet Company are acceptable equals providing they essentially meet these specifications. Provide in one -piece widths wherever possible. Construction Weave - Tufted high clip Fiber Content - 100% continuous filament nylon, heat set. Stitches Per Inch - 11.5 stitches per 3 inches Pile Height - 1 -3/8 inches Pile Yarn Weight - 24 ounces per square yard Pitch - 3/8 inch gauge Primary Backing - 9 -oz. jute Latex - 34 ozs. per square yard Secondary Backing - 7 -oz. jute 2. Carpet Cushion: 50 -oz. "Rubber- Ease" by General Felt Industries, Inc.; Uniroyal or Omalon are acceptable equals. 3. Tacking Strip: As manufactured by Roberts Company or acceptable equal. 4. Binding Edge: For covering exposed edges of carpet, "Nap -Lock 29 -12 -M" extruded aluminum binding bar with hammered finish, manufactured by Roberts Company, or acceptable equal. B. INSTALLATION Application: Carpeting shall be laid wall to wall, or as otherwise indi- cated on the drawings. Necessary cutting shall be done on the job and cuts under doors shall be made so that cut edges will lay at mid -point of thickness of doors when doors are in closed position. Carpeting shall be smoothed. Wrinkles will not be tolerated. Carpeting shall be laid with seams only as indicated on the accepted layout. Seams in areas other than as indicated will not be acceptable. No changes in installation shall be acceptable without written authoriza- tion of the Engineer or Owner. I.; VI C. ADJUST AND CLEAN CS5of8 1. Cleaning: Thoroughly clean carpet of embedded dirt, dust, or other foreign material and leave in perfect, unblemished condition prior to acceptance of building. Remove carpet damaged by required cleaning, or soil and stains which cannot be removed, and replace with new material at no extra cost to Owner. 2. Protection: Restrict traffic over carpeted areas after installation. Provide protection to prevent soiling or damage to carpet. PATNTTNn A. PAINT SYSTEMS Unless otherwise specified or approved, use paint products of one manu- facturer. Primers, intermediate, and finish coats in each paint system must be products of same manufacturer, including thinners and coloring agents, unless otherwise specified. B. EXTRA STOCK 1. General: For the Owner's maintenance purposes for touch up, furnish one properly labeled and sealed gallon can of each type of finish coat of each color taken from the batch mix furnished for the work. Turn over to Owner at the jobsite and obtain a signed receipt therefor. C. REMOVAL OF HARDWARE AND MISCELLANEOUS ITEMS Coordinate the work with other trades so that they remove electrical out- let and switch plates, mechanical diffusers, escutcheons, registers, surface hardware, fittings and fastenings, prior to starting work under this Sec- tion; storage during, and replacement after painting work will be by other trades. Carefully store, clean and replace these items upon completion of work in each area. Use no solvent or abrasives to clean hardware that will re- move the permanent lacquer finish normally used on some of these items. D. EXAMINATION OF SURFACES Examine surface to be finished under this Section and see that work of other trades has been left or installed in satisfactory condition to re- ceive paint, stain or specified finishes. Before starting work, notify Engineer of any surfaces unsatisfactory for proper paint finish. Appli- cation of first coat of any finishing process constitutes acceptance of surface as pertains to guarantee requirements. This requirement does not relieve Contractor of responsibility for proper preparation of sur- faces. E. FACTORY MIXING • CS6of8 To maximum extent practicable and unless otherwise approved, factory mix each paint material to color, gloss, and consistency for application. F. MATERIALS Following materials, except as otherwise specified, are taken from catalog of Sherwin - Williams Paint Company and are intended to signify type and quality of materials required. Materials of Sinclair, Dunn Edwards, PPG Industries, or Pratt and Lambert of similar types and equal qualities may be used upon acceptance; however, conform to requirements regarding paint systems specified hereinbefore. G. PREPARATION Properly prepare surfaces to receive finishes indicated, scheduled, and specified. 1. Priming and Backpriming Interior Wood Products: a. For surfaces to receive paint or enamel finish: Prime and back - prime interior finish wood products, before their installation by other trades, with interior wood prime paint. After doors are fit to their frames, but prior to their installation by other trades, apply one coat of interior wood prime paint and one coat of interior finish paint on top and bottom edges. H. PAINTING WORK INCLUDED IN THIS SECTION Except as specified above, provide paint finish for the following work: 1. Interior: a. Piping, duct work, conduit, grilles, diffusers, panel board fronts, etc., exposed in finished rooms or spaces; prime unprimed surfaces with primer specified under "Paint Schedule ", and paint with two coats of enamel to match adjacent surfaces, or a color selected by the Engineer where adjacent surfaces are unpainted. VII. HEATING SYSTEM A. DIFFUSERS AND GRILLES Provide the air quantity, throw, and spread without drafts at sound levels not greater than 35 dba. 2. Ceiling diffusers shall be Anemostat- Controlair, Model RMD -S surface mounted, multiple core construction with integral volume control damper. 3. All diffusers, registers, and grilles shall have white baked enamel finish. 4. Installation shall be air tight complete with gaskets. CS 7 of 8 VIII. ELECTRICAL AND LIGHTING A. DESCRIPTION All lighting fixtures specified on the Drawings shall be furnished and installed by the Contractor. Lighting fixtures shall be complete with all supports, spacers, aligners, plaster rings, canopies and all neces- sary auxiliaries. All fixtures of one type shall be of one manufacturer and of identical finish and appearance. B. GUARANTEE The quality, integrity and proper performance of lighting fixtures shall be guaranteed for one year from date of installation at job site. This includes integrity of housing diffuser, ballast and wiring. 2. Lamp burn -outs shall be guaranteed as follows, with time period start- ing at date of substantial completion. C. FLUORESCENT LIGHT FIXTURES 1. Fluorescent light fixtures shall contain "P" rated ballast with "A" sound rating, except that slim lines instant start ballast shall be "B" sound rated. Any ballast emitting noticeable noise shall be replaced. Ballast shall have a two -year unconditional warranty. 2. Diffusers shall be acrylic prismatic in compliance with IES- NEMA -SPI joint specifications for clear methylmethacrylate. The thickness shall be .110 -inch nominal. 3. Fixtures installed on the surface of combustible materials (wood, acoustic tiles, etc.) shall be approved for direct attachment or be spaced one inch (minimum) from the combustible material. 4. Power factor shall be a minimum of 0.90 unless specified "LPF" (Low Power Factor). 5. All ballasts shall be energy- savings type. 6. All ballasts shall be ETL approved C.B.M. certified as manufactured by General Electric, Advance or Jefferson. D. LAMPS 1. Fluorescent lamps shall be cool white. 2. Fluorescent lamps shall be energy- saving type. 3. Lamps shall be new of wattage indicated and shall be as manufactured by General Electric, Sylvania or Westinghouse. CS8of8 E. RECESSED FIXTURES Where recessed fixtures are shown to mount in a suspended "tee" ceiling, the electrical contractor shall install two clips on each end of the fixture for securing to the "tee" cross runner and shall connect two 12- gauge, fixture - hanger wires to the fixture housing at 12 inches from the end of the housing. The two 12- gauge, fixture - hanger wires shall be furnished, installed and connected to the superstructure above the sus- pended ceiling. F. TELEPHONE The Contractor shall provide required conduit -only and pull rope for the telephone system. 2. For accessible ceilings (i.e. removable tile "T" -bar) install stub -up conduit from telephone outlet to ceiling space. For in- accessible ceilings (i.e., permanently secured) install conduit from telephone outlets to an accessible space. 3. Telephone outlets shall consist of a 4 -inch square 1 -gang switch ring and telephone cover place - -3/8 inch hole. 4. Install required pull ropes in conduit. • + Page 11 Bond No.: 000944 Premium: $759.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Oecaber 10; <1984 has awarded to MRRVI CONSTRUCTION INC, hereinafter designated as the . "Principal ", a contract for REMODEL ENGINEERING WING OF CITY HALL (C -2473) 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, ldarvi Construction, Ina. as Principal, and Capital Bond and Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Thirty-Seven Thousand Nine Hundred Twenty -Eight &Dollars 1$37,928.00 nolloothe - I, 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 Faithful Performance Bond (Continued) Page 12 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 18th day of December , 198• Warvi Construction, Inc. BY :f �. .... (Seal ) Name of Contract r Principal) Authorized 'Signature and Title Authorized Signature and Title Capital Bond and Insurance Companv(Seal) Name of Surety 1900 E. La Palma, Suite 113 Anaheim, Ca.92805 Aaaress OT JUrety Signature and Utle of Authorized Agent Jane Kepner, Attorney -in -Pact ApproveA as to form: , 1900 E. La Palma, Suite 113,Anahem, Ca.92805 Address of Agent City Attorney 71+1- 999 -1333 .Telephone No. of Agent Q d � r s�g�zp zr yN Ce o: w G n n n L t-, O ft m p 41 d w r G 'O N n a CL£ G a a °— m a a r7 d N M R m 7 n m N v. `r Ql u: r• M p p r G rn G d n S a K ^� m W. n Y• m r i m n 6 Ycr m m n n m v, '� a' G r• 5 w O 0. 0.N E D]. 0. 7 N£ H 9 m a G n w d Y nK m r• u. O O n 3 n G CL M G C a C C O rt h p p 6K 7 ft m K c w p CD w a D '++ •• IC h° N a n m K K M S a (� 'l 0. p w r Y• I O 14 N w n x n n ny c N rm S�'w 3v' rtc P' ti O n m n w n G n m F a k nw�nmo m n a w m e m it c . CO a m S S n w m -• n G .-..r a N r• K �., N t]c r• O O r fR P N Q n n w m K 7 a. Qo d a r. a n a N r n v 0. p OOV CL < FF v R ro v. n g g r• a m n C W m m V. r, a. N• N '' R n G S 17 w GAY• C nK N V. LG CD N"� n � •4 a n X W a r rD n m o r *1 7 m rt A+ A» i3 QO a ft r. w d a ath o M mm �G m» n K Y• I n 'S G. I n r• a r• K - r+• O O H S A I a v m S w anTy one o a d n I'd w n 'O E o G b C tT n 7 n K C Y f c ro O � n" O O 'r1 O h' CD °x CD z a q • Bond No., 000944 Premium luded in the Page 9 Performance Bond. 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 has awarded to December 10, 1984, WARYI CONSTRUCTION. INC.. hereinafter designated as the "Principal ", a contract for REMODEL ENGINEERING WING OF CITY HALL (C -2473) 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 Warvi Construction, Ina_ as Principal, and Capital Rend and Tnaurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Thirty -Seven Thousand Nine Hundred Twenty- Eight- Dollars ($17,928_00 ), said sum being equal to 100% 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 3250 of the Civil 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 ' • Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 18th day of December , 1984 Narvi Construction, Inc. a Approv as to form: City Attorney BY (Seal ) Name of Contractor Principal Authorized Signature and Title Authorized Signature and Title Capital Bond and Insurance Company (Seal) Name of Surety 1900 E. La Palma, Suite 113 Anaheim Ca .92805 Addres of Surety By0 GCUI_- �cC,zi Sig r- Aqe of Authorized Agent Jane Kepner, Attorney -in -Fact Ri,ife IQ Anaheim, dress o QA-gpeftlms 92805 714- 999 -1333 Telephone No. of Agent Ca . yO r3 .0 H m O O �II o� O � z 9 m LO I � W N N G rt C n L r O �- •. ' , 0 o i w w r w o m •, £ O 7' — fJ p G r• N MN n \ R7N r• MN g a c v v v" o o o ZCt a p d O LLr n n d V S Q F V. L M V- m w? V, 7 p p O Y• rn msm(n 7i d •2.' bC' 3 N£ n0 n n G N r N G O p c E Z 9 n N m m c c p 9 n oN zzr O 3 n C o n r• p a w m m a m >m z w a m r ¢ N G O rn.• w n X rt n 41 O F 3 m B nQ N r• m c am S ?U 0"� n"oN � cm F c x K r a n d w m F C m Z n n N m w G C n ro w p- — m a ,., v. o m c w £ ^ C = c� r n p w C f F Co p' p . n w m r• m tt T W Q .... �. m (t m w m m r r M ry p d00 p f r — C O N f. n r• CL n C G m C G p t o v n Q X F p n C N r• V: fO fG V. CD n w p C p n r � r- N �� w d`r•F F rt 9 m m n m 7 �"% C n r- N rt w n n n O O n N •s r1 n 0 -• 3 n O M 7" N V m d w z o(D Oµo m c a w C, '� -I O' �.. K � m r, n r n r• d r• ^� �e d µ µ O a N p m m d i r, w e V w 7 fFi 7' o n e O 0 C O d v w � "C N •i C r [ Z7 N C O- n w n O U I r n a r C m m I •• r r n yO r3 .0 H m O O �II o� O � z 9 m LO I Bon: No 00944 CAPITAL BOND AND INSURANCE COMPANY GENERAL POWER OF ATTORNEY HOME OFFICE — RIVERSIDE KNOW ALL MEN BY THESE PRESENTS, that CAPITAL BOND AND INSURANCE CO., a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the City of Riverside, California, pursuant to the By -Laws which were adopted by the Directors of the said Company and are now in effect, which state that: "The Company President shall have power and authority to appoint Attorneys -In- Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, contracts of indemnity, and other writings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint, subject to provisions and limitations herein set forth Jane Kepner of Anaheim, California its true and lawful agent and attorney -in -fact to make, execute, seal and deliver as surety, and as its act and deed, bonds and undertakings, contracts of indemnity, and other writings obligatory in the nature thereof. The authority of such Attorney -in -Fact is not to exceed ON ANY ONE RISK Thirty -Seven Thousand Nine Hundred Twenty- Eight---- -bollars $37,928.00 And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. IN WITNESS WHEREOF, CAPITAL BOND AND INSURANCE CO., has caused these presents to be signed by its duly authorized officer, and its corporate seal to be hereunto affixed this 18th day December 19 84 CAPITAL BOND AND I IR STATE OF CALIFORNIA COUNTY OF RIVERSIDE r CO., ON this 18th day of December a D. 19 8 before the subscriber, a Notary Public of the State of California, in and for the County of Riverside, duly commissioned and qualified, came Tony Jimenez, Jr., President of CAPITAL BOND AND INSURANCE CO., to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledges the execution of the same and being by me duly sworn, deposed & said that he is the officer of said Company, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, & said Corporate seal & his Signature as officer were duly affixed & subscribed to the said instrument by the authority & direction of said Corporation, & that the By -Laws of said Company, referred to in the preceding instrument are now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of Riverside, the day and year first above written. �N�w�MwM OWICM WAI GEORGE E. SPRENG NOTARI' PUBIC - CALIFORNIA PRINCIPAL OFM IN LOS ANGELES COUNTY otary Publ MyCamAlh*nUP Sept 25, M IQ N 1> r w r m 0 O (D ti m La 2. La m (D Z O O 7 W O C-) x CD n z C H t� O Z N .'O C 0 z z O 0 0 0-0 n-+,£ ozdos. 7 O :3 Z J c+ < n n d m S 3 y N p c+ma d N s Z c Z N �• m (D S N O O O O (D z -0 a <<+ (D -S -0 (D S O m m n J m O • N dm•s J O O m 0 •v < 3 O n N 7 0 N 0 7 O O m O t0 M Z -1 7 N S = O O O CD d -1 t c Q "O 7 (D N m(7 n m Z O m --0 Jr C 7 d d m m 7 n W CL m m d o r 0 O O � d SAN c'h tY m C S S J m 0 0 � c r Z'O n Q' d m •Q �c o l c+ c+ d O SO n 0 m N N O C Z n ( s 0 0 TO: CITY CLERK FROM: Public Works Department SUBJECT: REMODELING ENGINEERING WING OF CITY HALL, C -2473' 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 to this department. - � _ �, i . . BY THE CITY COUNCIL CITY OF NEWPORT BEACH December 10, 1984 DEC 101984 CITY COUNCIL AGENDA ITEM NO. F -3(d) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REMODELING ENGINEERING WING OF CITY HALT_ (CONTRACT NO. 2473) RECOMMENDATION: 1. Award Contract No. 2473 to Warvi Construction, Inc., of Huntington Beach, in the amount of $37,928, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11 :00 a.m. on November 30, 1984, the City Clerk opened and read six bids for Contract No. 2473. Bidder Total Bid 1. Warvi Construction, Inc., $37,928 Huntington Beach 2. Weeger Bros., Inc. a Joint Venture Bidder, $43,634 Huntington Beach 3. The Gorham Co., Inc., $45,848 Santa Ana 4. Chris R. Stephens, Inc., $49,975 Irvine 5. Spec Builders, $51,000 Laguna Hills 6. My Way Quality Home Remodeling, $53,100 Nuevo Two bids received after the deadline were not opened. Both contrac- tors verbally indicated that their bids would not have been low. The low bid is 33.5% under the Engineer's estimate of $57,000. Warvi Construction, Inc., is the contractor who constructed the im- provements at the City's Theatre Art Center. The 1984 -85 budget contains an appropriation of $60,000 from the General Fund to remodel engineering offices in the City Hall. I 0 December 10, 1984 Subject: Remodeling Engineering Wing of City Hall (Contract No. 2473) Page 2 • The project consists of remodeling the Engineering wing of the City Hall to accommodate the Purchasing Agent, the Traffic Engineer, and Field Engineer, and their respective staffs. Remodeling will be done concurrently with reconstruction of the City Hall parking lot. Upon completion of the remodeling, employees remaining in the temporary building located in front of the City Hall will be moved into the remodeled area, and the temporary build- ing removed. Work to be done under Contract 2473 consists of constructing parti- tions; a suspended ceiling system complete with new lighting and heating supply registers; replacing carpeting; and other associated miscellaneous work. Part of the project, but not included in the contract, is the purchasing of movable partitions similar to those in the Professional and Technical Building, and replacing carpeting in the City Clerk's office. The project budget is as follows: Contract No. 2473 $37,928 Contingencies (10 %) 4,000 • Work not Included in Contract Movable Partitions $ 1,000 Carpeting in City Clerk's Office 2,000 Subtotal not in Contract 3,000 Total Project $44,928 The plans were prepared by the Public Works Department. The esti- mated date of completion is February 15, 1985. A set of plans will be on display in the Council Chambers. 41.�- J Q )14 // Benjamin B. Nolan Public Works Director • KLP:jd • • T0: CITY COUNCIL FROM: Public Works Department November 13, 1984 CITY COUNCIL AGENDA ITEM NO. F -19 SUBJECT: REMODEL ENGINEERING WING OF CITY HALL (CONTRACT N0. 2473) RECOMMENDATIONS: 1. Approve the plans. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on November 30, 1984. DISCUSSION: The 1984 -85 budget contains an appropriation of $60,000 from the General Fund to remodel engineering offices in the City Hall. The project consists of remodeling the Engineering wing of the City Hall to accommodate the Purchasing Agent, the Traffic Engineer, and isField Engineer, and their respective staffs. Remodeling will be done con- currently with reconstruction of the City Hall parking lot. Upon completion of the remodeling, employees remaining in the temporary building located in front of the City Hall will be moved into the remodeled area, and the temporary building removed. Work to be done under Contract 2473 consists of constructing partitions; a suspended ceiling system complete with new lighting and heating supply registers; relocating a drinking fountain; replacing carpeting; and other associated miscellaneous work. Part of the project, but not included in the contract, is the purchasing of movable partitions similar to those in the Professional and Technical Building, and replacing carpeting in the City Clerk's office. The project budget is as follows: Contract No. 2473 Demolition $ 3,000 Construct permanent partitions and walls 20,000 • Construct suspended ceilings complete with lighting fixtures and heating supply registers 20,000 Painting 5,000 Carpeting 5,000 Miscellaneous 4,000 Subtotal Contract $ 57,000 • • • Page 2 SUBJECT: REMODEL ENGINEERING WING OF CITY HALL (CONTRACT NO. 2473) November 13, 1984 Work Not Included In Contract Movable partitions $ 1,000 Carpeting in City Clerk's office 2,000 Subtotal Not In Contract $ 3,000 Total project $ 60,000 The plans were prepared by the Public Works Department. The estimate date of completion is February 15, 1985. A set of plans will be on display in the Council Chambers. Benjamin B. Nolan Public Works Director • KLP:jw • Authorized to Publish Advertisements nds including public notices by Decree of the Superior W kit of Orange County, California, Number A -6214, dated 2v September. 1961, and A- 24631, dated 11 June, 1963 STATE OF CALIFORNIA County of Orange o bb MbnU �UrMiy a cb. «w br nnr miawn a sr .n ) I= tim r0 W. wWmn �Mln 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS. a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for 1 time )@RRWt k3i:to wit the issue(s) of November 16 198 4 198_ 198_ 198_ 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 16 198 4 at Costa Mesa, California. Signature PUBLIC NOTICE KKIC NDTICE NOTICE INVITING BIDS sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 17$5, Newport Beach, CA 92555 -5915 until 11:00 a.m. on the 30TH day of NOVEMBER, 1984, at which time such bide shall be opened end read for Title Prefect E REMODEL ENGINEERING INEERING WINO OF CITY HALL Contract No.. - 2473 EngInNN, E,Bmeb $57,000 Approved by the City Connell this 13th day of Nowzm- be , 1984. Wanda E. Ragglike City ci Cork rk city of Newport may obtain ain oris st Ptal &I a of date may obtefn one eat u Db tloou- ments al no 3001 at the oaks of the Public Bo Work, Department, 3300 Newport Boulevard, P. O. Box 1788, Newport Beach, or ation,8815. Fw further information, WI Kenneth L. Party, Prefect Manager,et 11. Orange Published Grams Co991 DeBy Pilot November 18, 1984 F481 PROOF OF PUBLICATION