Loading...
HomeMy WebLinkAboutC-2667 - Remodel 15th Street RestroomCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 26, 1988 (714) 644 -3005 Southern California Builders 25822 Pericles Mission Viejo, CA 92691 Subject: Surety: Great American Insurance Company Bonds No.: 0284302 Contract No.: C -2667 Project: Remodel 15th Street Restroom The City Council of Newport Beach on August 22, 1988 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 in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on August 29, 1988, Reference No. 88- 430443. Sincerely, Wanda E. Raggio v(/ City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /�( -?Al 7V City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 RU 1JUN U[II DON tl �•� .1•r. I EXEMPT C2 NOTICE. OF COMPLETION PUBLIC WORKS 88- 430443 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -345 PM AUG 29'88 'l o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 22, 1988 the Public Works project consisting of Remodel 15th Street Restroom (C -2667) _ on which Southern Cal was the contractor, and was the surety, was cor Great American Insurance VERIFICATION I, the undersigned, say: Mission Viejo iv. 200 S. Man Orange, 1 CITY F NEWPORT BEACH Public Works Director I- I am the Public Works Director of the City of Newport Beach; Notice of Completion is true of my own knowledge. r it � RED V� �9� SEet,, rego7 I declare under penalty of perjury that the foregoing is true and corre Executed on August 24, 1988 at Newport Beach, California. rte+ 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 August 22, 1988 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 24, 1988 at Newport Beach. California. �� fl3912�4 °n3R �i1QA09311 , �Gt� 3ti4V T�t3AfNfl31t� .. �•,� ,: • ,S n �• �e� �F :' + � ./( .A TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REMODEL 15TH STREET RESTROOM CONTRACT NO. 2667 RECOMMENDATIONS: Oust 22, 1988 CITY COUNCIL AGENDA ITEM N0. F -14 BY THE CITY COUNCIL CITY OF NEWPORT BEACH AUG 2 2 1988 APPROVED 1. Approve an extension of time of 43 calendar days, and waive any liquidated damages. 2. Accept the work. 3. Authorize the City Clerk to file a Notice of Completion. 4. Authorize the City-Clerk to-relaase the bonds 35 days after the Notice of Completion has been recorded in accordance with appli- cable portions of the Civil Code. DISCUSSION: The Contract for remodeling the 15th Street restroom was substantially completed to the satisfaction of the Public Works Department and the General Services Department. The project was financed by an appropriation from the restroom replacement program of the General Fund. The project consisted of remodeling the existing 15th Street ocean front public restroom. A new copper roof and new skylights were installed. Existing dressing rooms were converted to toilet rooms. The walls and floors were tiled with ceramic tile. Lighting intensity was increased. New partitions and a diapering bench were installed on the women's side. The sidewalk around the building was replaced and a new entry plaza was constructed. The existing landscaping was replaced by City crews. The location of the project is shown on the attached sketch. The bid price was: $183,889.60 The net amount of change orders was: 1,260.00 The final contract price: $185,149.60 The total project cost was as follows: Design $ 14,885.52 Construction contract 185,149.60 Portable restrooms 5,586.51 Tree planting 6,800.00 Total cost $212,421 63 Subject: Remodel 15th Oeet Restroom (C -2667) • August 22, 1988 Page 2 The contract was awarded to Southern California Builders of Mission Viejo, on December 14, 1987. The work was substantially completed on May 27, 1988, when restroom was placed in service for the Memorial Day weekend. The contract period was 120 calendar days from award of the contract. The construction time was 43 days over the contract date of completion. The plans were prepared by Ron Yeo, FAIA, of Corona del Mar. p,Benjamin B. Nolan Public Works Director KP:so Attachment I FJC DYES, L 10A 0;e OC .wi,?z � 3 It IV 5FT 'Al Jl IX- ---------- TURNING BA$'N L / K n go i ij 144 1 L It qw- I .1 r PROJECT LOCATION LOCATION MAP SCALE I"= 1600' /5"115T RESTROOM CITY OF NEWPORT BP H AC � OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: January 8, 1988 (714) 644 -3005 00 SUBJECT: Contract No. C -2667 Description of Contract Remodel 15th Street Restroom Effective date of Contract January 8, 1988 Authorized by Minute Action, approved on December 14, 1987 Contract with Southern California Builders Address 25822 Pericles Mission Viejo CA 92691 Amount of Contract $183,889.60 "s4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach } L_ CITY CLERK ?' NOTICE INVITING BIDS Sealed bids may be rec at the:offjo of the City Clerk,-' i 3300 Newport Boulevard, P x 1754-1, until Beach, CA 92658-8915 _ until 11:00 a.m.dy of December, 1987, at which time such be opened read for REMDDEL 15TH STREET RESTROOM V oa . ngineer sZ st ma e %z, �o t� i Approved by the City Council this 26th day of October , 1987. Wanda—Y. aggro 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 m 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL 15TH STREET RESTROOM CONTRACT NO. 2667 TABLE OF CONTENTS NOTICE INVITING BIDS TABLE OF CONTENTS BIDDING REQUIREMENTS Proposal Instructions to Bidders Designation of Subcontractors Bidder's Bond Non - Collusion Affadavit Technical Ability and Experience References CONTRACT FORMS Notice Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsements Contract CONDITIONS OF THE CONTRACT Index Special Provisions Plumbing Specifications SPECIFICATIONS The Architectural Specifications are on pages 10 -13, inclusive, of the Plans. s t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 REMODEL 15TH STREET RESTROOM CONTRACT NO. 2667 November 24, 1987 Bidders shall propose to complete Contract No. 2584 in accordance with the PROPOSAL as modified by this ADDENDUM NO. 1: 1. NOTICE INVITING BIDS a. The Engineer's estimate for the base bid is $156,000, including the cost of work outside of the building, and all other work necessary to complete the project except for items of work listed separately on the revised PROPOSAL as additive bid items of work. 2. PROPOSAL a. Bidders shall use the revised Proposal form dated November 24, 1987 which is attached hereto and is hereby made a part of this ADDENDUM NO. 1. b. The lump sum price to be paid for Bid Item No. 1 includes the cost of remodeling the building; layout, sometimes referred to as construction staking; all work outside of the building except for work to be done under additive bid items; and all other work necessary to complete the project. c. The unit price to be paid for Bid Item No. 2, replacing 6" p.c.c. pavement outside of the building, includes the cost of removal and disposal, and the price of wire mesh reinforcement. Please sign and date this ADDENDUM, and submit it along with your PROPOSAL on the revised PROPOSAL dated November 24, 1987. No bid will be considered unless this ADDENDUM is signed and attached to the PROPOSAL, and the PROPOSAL is on the revised form dated November 24, 1987 (enclosed). AAe..tlh-L o En Perry Project Engineer SOUTHERN CALIFORNIA BUILDERS i er S /Rick Paul, Owner igna u r e December 1. 1987 Date KLP:jd Enc. To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: r] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL REMODEL 15TH STREET RESTROOM CONTRACT NO. 2667 0 November 24, 1987 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 (Drawing No. B- 5119 -5, consisting of 13 sheets) and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2667 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 UN L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE BASE BID 1. Lump Sum Remodel existing restroom building, including work outside of building, for the lump sum price of One hundred sixty -four thousand Dollars and No Cents $ 164. 000.00 ADDITIVE BID ITEMS 2. 5,824 Alternate Bid No. 1. Replace p.c.c Square Feet sidewalk outside of building, the lump sum price of Two Dollars and net Cents $ 2,90 $ 16.889.60 er quare Foot r 1 • PR 1.2 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Alternate Bid No. 2 Construct ceramic tile on 8 existing exterior benches, for the lump sum price of: Three thousand No TOTAL PRICE FOR BASE BID WRITTEN IN WORDS (Bid Item No. 1 only) Dollars and Cents One hundred sixty -four thousand Dollars and No Cents December 1. 1987 SOUTHERN CALIFORNIA BUILDERS Date Bidder Bt 4r 7 7flp ne Number S u tRhicok izPe a ul ignature it e $ 3,000.00 $ 164,000.00 495598 1 ' 25822 Pericles, Mission Vieio. CA 92691 Contractor's License No. & Classification Bidder's Address 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 SUBCONTRACTORS) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 discrepancy 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1110 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 495598 B ontr's Lic. No. & Classification i u: �. - SOUTHERN CALIFORNIA BUILDERS Bidder S /Rick Paul, Owner Authorized Signature /Title Page 2 . 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. Subcontract Work Subcontractor Address 1. Ceramic Tile Tile Connection Laguna Hills Concrete Landsaw Concrete Riverside 3. Masonry Justus Norwalk Roofing DeVries Construction Mira Loma 5. Plumbing G & G Plumbing Laguna Hills 6. Electrical A & W Electric Mission Viejo 7. Bath Partitions M & T Whittier 8. Painting Sunbelt Corona 9. Steel Gates Proco Steel Fontana 10. 11. 12. ut &Tze Signature it e �OR ORIGINAL SEE CITY CLERK'S F COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, SOUTHERN CALIFORNIA BUILDERS , as bidder, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF AMOUNT 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 REMODEL 15TH STREET RESTROOM 2667 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 24th day of November , 1987 . (Attach acknowledgement of Attorney -in -Fact) Sylvia Hand'ian Notary Public Commission Expires: April 16. 1991 SOUTHERN CALIFORNIA BUILDERS Bidder S /Rick Paul, Owner Authorized Signature /Title 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. Subscribed and sworn to before me this 1st day of Dece,ber , 1987. My commission expires: October 4, 1991 SOUTHERN CALIFORNIA BUILDERS Bidder S /Rick Paul, Owner Authorized Signature /Title S /Ken A. Devor Notary Public 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. 1987 Downey Savings & Loan Dave Clemmer 859 -0050 1987 UCI Bonnie 856 -6512 1987 Costa Mesa High School Mike Shotwell Bidder Authorized Signature/Title Page 6 . Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Property - Casualty. Coverages shall be provided or a 74 S OF SURANCE 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 ecifications for Public Works Construction (latest edition adopte oS r use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. �'"�.i_z.._i:+s } Executed in Fou Counterparts Premium: Inclu in Performance Bond • Bond No.: 02843 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 December 14, 1987, has awarded to SOUTHERN CALIFORNIA BUILDERS hereinafter designated as the "Principal ", a contract for REMODEL 15TH STREET RESTROOM CONTRACT NO. 2667 Page 8 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, or other supplies used in, upon, for, or about the performance 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 Southern California Builders as Principal, and Great American Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 660/100 One Hundred Eighty Three Thousand Eight Hundred Eighty Nine Dollars ($ 183,889.60 - - - -�> 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, or other supplies, 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 Unemploy- ment 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. The 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 4 4P v • Page 9 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 , 19 87 SOUTHERN CALIFORNIA BUILDERS (Seal) lame of Contractor Principal Authorized Signature and Title Great American Insurance Company Sal) Name of Surety =� 200 S. Manchester Ave., 11508 Orange, CA 92668 %r Address �of�,Surety BY: c""�L. L yr ignature and Title of Authorized gent David L. Culbertson, Attorney -In -Fact 5500 E. Santa Ana Cyn. Rd. 11211 Anaheim CA 92807 Address of Agent l (714) 921 -0530 Telephone No. of Agent .. l i - 1 G o r) = ®? 3 , / } ƒ\! \ 7 {; & {}I/ f §!r§/ `5 \ § � 2 ƒEA ] Z? /qm 2�ƒ](ƒ r& �; g@ƒ§( |r E ( ;23 ®E§ �: m m > PT- :02 // $ & ^\ q§ R 0 a . . && Executed in Four Counterparts Premium: $3,758 Bond No.: 02843 FAhTHFUL`- RFORMAN4� .BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 WHEREAS, the City Council of the City of Newport Beach,'State of California, by motion has awa hereinafter designated as the "Principal ", a contract for_ REMODEL 15TH STREET RESTROOM ° CONTRACT NO. 2667 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Southern California Builders as Principal, and Great American Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of & 60/100 One Hundred Eighty 'three Thousand Eight Hundred Eighty Nin ol1ars ($ 183.889.60 ----- �, 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 Ar 9 i Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of December 1987 SOUTHERN CALIFORNIA BUILDERS (Seal) Name of Contractor (Principal) 0 A-017ffrized Signa-tuns-atid Title Authorized Signature and Title \ / Great American Insurance Company Name of Surety = 200 S. Manchester Ave., 11508 Oranee, CA 92668 Address of ,Suretty BY: ' 1,, �c L 4,, Signature and Title of Authorized Agent David L. Culbertson, Attorney -In -Fact 5500 E. Santa Ana Canyon Rd., 11211 Anaheim, CA 92807 ddress of Agent (714) 921 -0530 Telephone No. of Agent • ! GUM A MCAN The number of persons authorized by this power of attorney is not more than • 9 • INSURMCE CWPAM No. o13088 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That ti's GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attomeydn• fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertakingor contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power DAVID L. CULBERTSON LINDA L. CULBERTSON ALL OF ALL CHARLES L. FLAKE ANAHEIM UNLIMITED DIANA LASKOWSKI This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)•in•fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 7TH day of October 119 87 Attest STATE OF OHIO, COUNTY OF HAMILTON — ss: GREAT AMERICAN INSURANCE COMPANY On this 7th day of October, 1987 , before me personally appeared ROBERT M. SCHUDER, to me known, being duly swom, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the above-instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979, RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys•In -Fact to execute in behalf of the Company, as surety, any and all bondr, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20,1979 have not been revoked and are now in full force and effect. Signed and sealed this 18th day of December 1987 stoaaxtaaie>t • 0 • a • City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED 25822 Pericles Mission Viejo, CA 92691 CERTIFICATE OF INSURANCE . INSURANCE Company A Letter Company B Letter Company C Letter Company D Letter Company E I offcn Page 12 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. �Im I Date Agency: Authorized Representative Telephone: Description of operations /locations /vehicles: All operations Beach by or on behalf of the named insured in connection with REMODEL 15TH STREET RESTROOM (C -266 ProJect Title and Contract Nu performed for the City of Newport the following designated contract: r 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. R1 olicy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each Ag.Proaucts, Completed Occurrence 0 erations GENERAL LIABILITY x m Comprehensive For Bodily Injury $ $ x Premises- Operations Property Damage $ $ x Explosion & Collapse Hazard X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ Owned $ bodily injury Each Occurrence 0 Hired ro ert Damage Non -owned Bodily njury and Property Damage Combined $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor kLacn Accident) and EMPLOYER'S LIABILITY (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. �Im I Date Agency: Authorized Representative Telephone: Description of operations /locations /vehicles: All operations Beach by or on behalf of the named insured in connection with REMODEL 15TH STREET RESTROOM (C -266 ProJect Title and Contract Nu performed for the City of Newport the following designated contract: r 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. R1 6 0 CITY OF NEWPORT BEACH 0 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 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 $ each occurrence $ 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: e This endorsement is effective at 12:01 A.M. and forms a part of Policy No. Named Insured Endorsement No. Name of Insurance Company By Authorized Representative 0 0 0 CITY OF COMPREHENSIVE GENERA NEWPORT BEACH LIABILITY INSURANCE ENDORSEMENT Page 14 It is agreed that: 1. With respect to-,;,such insurance as is affordy the policy for Comprehensive General Liability, the ity of Newport Beach, its offiicers 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 nold 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. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( ) Single Limit Bodily Injury Liability $ 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 15TH REEL RE R M - Project Tit e -_ and Contract No. This endorsement is effective Policy No. Named Insured at 12:01 A.M. and forms a part of Endorsement No. Name of Insurance Company By Authorized Representative TR K INSURANCE EXCHAN§#E t ' IFITERI ICATE AS TO EVIDENCE OF IN5RNCE Tkti tE�19T AN INS TNIS IS ONLY A VERIFICATION OF INSURANCE. IT DOES NOT -1MAY AMEND, EXTEND OR ALTER THE —+E A �PEO . STEDBELOW. knw4w • Steven -Rick Paul 1490 4040 A"'e/` • DBA:Souther California-Builders Poky 0- Goo. LLW •25822 Pericles 97.15 373 Mission Viejo, CA. 9 Agent Policy a - Auto Live. '�'._,. ... Policy E - CARGO This is to certify that policies for the above named I g.in -force as follows: om Policy E - Walk Cp. This Interim Certificate As To Evidence of Insuran all expire sixty days from. 12 : 01 A.m., December 18, 19$Z, unless cancelled prior to such dote by written notice to the named insured. OWNED AUTO, MOORES, IF COVERED •Includes Goods or Products Warranty, Written Lease of Premises, Easement Agreement, Municipal Ordinance Agreement, Sidetrack Agreement, Elevator or Escalator Maintenance Agreement only, unless accompanied by specific endorsement providing additional Contractual Coverage. tleKr.ErA Mcngion ❑ Mtew ❑ . ..M YEAR. MAKE, TYPE OF BODY, LOAD CAPACITY j IDENTIFICATION NUMBER Reference Remodel 15th St. kestroom Contract # 2667 Umbrella Liability POLICY NUMBER If this Interim Certificate As To Evidence Of insurance is t cei provide 30 days advance notice in writing t� Certificate f,:ved Additional Insured : Pj/ , 75;� Nv City of Newport Beach d`C2 pP, And . c/o Public Works Dept. I Address 4 ;� 98 j A P.-O-. Box.1768 Newport Beach, CA. 926 9 A Attn: Kenneth L. Perry Cdvn e e Not Applicable in Texas. LAST E DIGITS SHOWN $ ,000 retained limit $ each occurrence $ aggregate prior to the expiration dote, we shall is issuZbert R Nimt[ insurance Agency 2 811 Bridger Rd. Suite 104 7 El Toro, CA 92630 _ (714) 855 -9711 e t e In Texas the aggregate also applies b owners and conaactoIt protaceoctuol and /or compll"'d operations. efQNeeF Igel EOOei PnMEIm tN U.SA ._ :. ate. -: COVERAGE COMBINED LIMITS OF LIABILITY COVERED COVERER ''•Ayv . El ® Owned Bodily Injury E ,000 each person ❑ ® Hired $ ,000 each occurrence El ® Non -Owned Employer's Non-Ownerhtp OVA ty Damage $ ,000 each occurrence ❑ Contingent Liability -1 Single Limit Liability for Coverages checked a above $ 1 . 000 ,000 each occurrence GBIOMM LlAe16ill .`... :... M&C - OLT Bodily Injury = 000 each persons e Owners 8 Contractors _ ,000 each occurrence L.AI ❑ Contractual - = annual oggregote Elevator Property Damage S produca ere 000 each occurrence ® E] Products and /or f gOg a •agate Completed Operations Pn�ea#f Single Limit Liability for Coverages checked ® above j 1,000 ,000 eadn occurrence = 1.000 1000PrOCkkeniiei°Oro ❑ ® CARGO : .000 each vehicle y .000 goo occurrence ❑ womaw COIAPENUIM Statutory •Includes Goods or Products Warranty, Written Lease of Premises, Easement Agreement, Municipal Ordinance Agreement, Sidetrack Agreement, Elevator or Escalator Maintenance Agreement only, unless accompanied by specific endorsement providing additional Contractual Coverage. tleKr.ErA Mcngion ❑ Mtew ❑ . ..M YEAR. MAKE, TYPE OF BODY, LOAD CAPACITY j IDENTIFICATION NUMBER Reference Remodel 15th St. kestroom Contract # 2667 Umbrella Liability POLICY NUMBER If this Interim Certificate As To Evidence Of insurance is t cei provide 30 days advance notice in writing t� Certificate f,:ved Additional Insured : Pj/ , 75;� Nv City of Newport Beach d`C2 pP, And . c/o Public Works Dept. I Address 4 ;� 98 j A P.-O-. Box.1768 Newport Beach, CA. 926 9 A Attn: Kenneth L. Perry Cdvn e e Not Applicable in Texas. LAST E DIGITS SHOWN $ ,000 retained limit $ each occurrence $ aggregate prior to the expiration dote, we shall is issuZbert R Nimt[ insurance Agency 2 811 Bridger Rd. Suite 104 7 El Toro, CA 92630 _ (714) 855 -9711 e t e In Texas the aggregate also applies b owners and conaactoIt protaceoctuol and /or compll"'d operations. efQNeeF Igel EOOei PnMEIm tN U.SA ._ :. ate. -: TRUfK INSURANCE EXCHANQE MqTER[MqPRTIFICATE AS TO EVIDENCE OF IN NCE T 31S OT N AN INSURANCE POLICY. THIS IS ONLY A VERIFICATION OF INSURANCE. IT DOES NOT IN ANY WAY AMEND. EXTEND OR ALTER THE ERA PROVIDED BY THE POLICIES LISTED BELOW. Nateed Insured . Steven Hazlett & Rick Paul Addms • DBA: Southern California Buil.d-e�_ _ �'e'a"`L"a. Ili 171 25822 Pericles Agent Policy s Auto Limb. Mission Viejo, CA. 926c7 Policy • - CARGO This is to certify that policies for the above named insured are in force as follows: Nf11 n7 i usx t cry Palo r � Work p. This Interim Certificate As To Evidence of Insurance shell expire alI;•titys ,from 17 • 01 A M., December 18 , 19 87 unless cancelled prior to such date by written -notice to the named insured. OWNED AUTO- MOBILES, IF COVERED • Includes Goods or Products Warranty, Written Lease of Premises, Easement Agreement, Municipal Ordinance Agreement, Sidetrack Agreement, Elevator or Escalator Maintenance Agreement only, unless accompanied by specific endorsement providing additional Contractual Coverage. l>ek.ad l>•ac.�Wfon YEAR. MARE. TYPE OF BOOM. LOAD CAPACITY IDENTIFICATION NUMBER Umbrella Liability POLICY NUMBER LAST S DIGITS SNOYVN $ ,000 retained limit i each occurrence 9 aggregate If this Interim Certificate As To Evidence Of Insurance is to be cancelled prior to the expiration date, we shall provide 30 days advance notice in writing to whom this certificate is issued. Robert R. Nimtz Insurance Agency Cerr6nate issued to: 23811 Bridger Rd. Suite 104 N"A1e El Toro, CA 92630 Addle id *City of Newport Beach (7141855 11 c/o Public works Dept. *P.O. Box 1768 Attn, Kenneth L. Perry Newport Beach, CA. 9 2 6 5 8 — 8 9 1 5:—ntersigned e • Not Applicable in Tesos. vt .:ad Rep btiw e aJ In Texas the oegregale also.opplies to owners and contraclan protective, controctual and /w tompbt operolians. 504614 OW 116M 2111067 PIOIIED M U.SA COVERAGE "CONAMW LIMITS OF LIABILITY COVERED COVMED A IIABRIrY ❑ �7 Owned Bodily Injury S .000 each person ❑ rL.�,yI n% Hired S ,000 each occurrence ❑ ❑ 1� @U Non -Owned Employer's Non-Ownership Property Damage $ 000 each occurrence @ Contingent Liability.., Single Limit Liability for Coverages checked ®:above $ 000 each occurrence GENERAL UASKM A"C - OLT Bodily Injury $ .000 each person ♦ e Owners & Contractors $ 000 each occurrence ❑ ® Contractual we j 000 annual aea'eBero Elevators Property Damage $ 01111) each products 009 ❑ ® Products and/or $ 000 Completed Operations products Single Limit Liability for Coverages checked ®'above $ 000 each occurrence ' $ nn gor auals 0 w, 0 Oro 1000 products • � ❑ ® CARGO $ ,000 each "Incle E ,000 each occurrence ® ❑ IlTION COR�ENSAA Statutory • Includes Goods or Products Warranty, Written Lease of Premises, Easement Agreement, Municipal Ordinance Agreement, Sidetrack Agreement, Elevator or Escalator Maintenance Agreement only, unless accompanied by specific endorsement providing additional Contractual Coverage. l>ek.ad l>•ac.�Wfon YEAR. MARE. TYPE OF BOOM. LOAD CAPACITY IDENTIFICATION NUMBER Umbrella Liability POLICY NUMBER LAST S DIGITS SNOYVN $ ,000 retained limit i each occurrence 9 aggregate If this Interim Certificate As To Evidence Of Insurance is to be cancelled prior to the expiration date, we shall provide 30 days advance notice in writing to whom this certificate is issued. Robert R. Nimtz Insurance Agency Cerr6nate issued to: 23811 Bridger Rd. Suite 104 N"A1e El Toro, CA 92630 Addle id *City of Newport Beach (7141855 11 c/o Public works Dept. *P.O. Box 1768 Attn, Kenneth L. Perry Newport Beach, CA. 9 2 6 5 8 — 8 9 1 5:—ntersigned e • Not Applicable in Tesos. vt .:ad Rep btiw e aJ In Texas the oegregale also.opplies to owners and contraclan protective, controctual and /w tompbt operolians. 504614 OW 116M 2111067 PIOIIED M U.SA i ISSUE DATE (MMIDDfM PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFER . S NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER CO M LETTTE INSURED z-ol-I 4-5 -MU,:-�- /v k4tZ44_77' Z:S78 ZZ pe r (C I, vic- 19Z(c�WRNY COMPANY c LETTER COMPANY D LETTER E • THIS IS TO CERTIFY THAT POLICIES OF INSURANCELISMED BELOW HAVE BEEN FE INSURED NAMED ABOVE FOR THE POLICY PER19044DICNTED, TERM OR CONDITION OF Al DES DOCUMENT WITH RESPECT TO WHICH THIS CERTIMATE MAY NOTWITHSTANDING ANY REQUIREMENT, RA :R My CONTRA THE S -or BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES )ES D HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. - co LT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EFFECTIVE POLICY EXPIRATION DATE (EXPIRATION ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑OCCURRENCE PRODUCTS­CDMP/GPS AGGREGATE $ PERSONAL & ADVERTISING INJURY $ OWNERS & CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE FIRE). $ MEDICAL EXPENSE (ANY.QNE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO CSL $ _;� A ALL OWNED AUTOS 'SCHEDULED AUTOS -7, BODILY INJURY IFER PERSON) A HIRED AUTOS BODI NON-OWNED AUTOS GARAGE LIABILITY L424ND 71-Z-1591 I/ z 142) 0b Xtl�Z aECRI P CIDENTI 00 OCK:> t=j OPERTY PROPERTY DAMAGE DAMAGE i$icoloco EXCESS LIABILITY � _ EFLH AGGREGATE OCCURRENCE OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY $ (EACH ACCIDENT) I$ (DISEASE -POLICY LIMIT) 1$ (DISEASE-EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS 1Q6t-3fMT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ol c pj &W Pot7r Yl)cjul C- AT MAILjD DAYS WRITTEN NOT TO THE CEjRIrICATE HOLDER NAMED TO THE 1 ALL IMPOSE NO OBLIGATION OR L 1 0 LEFT, BUT FAILURE AIL Eu N 6to Pox--T Bc)A rn, Rz( S AGENTS OR REIBESEN! LIAWLITY ANY 0 ON S L AU EPRE ENT TIV x. pp 0 a Page 15 CONTRACT THIS AGREEMENT, entered into this Izday of 19 �, by and between the CITY OF NEWPORT BEACH, hereinafter "Cit an SOUTHERN CALIFORNIA BUILDERS hereinafter "Cont ractor , "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 2667 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 1T S 2667 T tle H of Roject Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One hundred eighty - iree thousand ei ht hundred ei ht -nine and 60 100 Dollars ($183,889.60 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 16 (f) Plans and Special Provisions for REMODEL 15TH STREET RESTROOM 9667 Title of Proj 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 proximately 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. Authorized Signature and Title 9 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 15 STREET RESTROOM CONTRACT NO. 2667 SPECIAL PROVISIONS INDEX SECTION PAGE I GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . . 1 III. LOCATION AND SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . 1 IV. LOW BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 V. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. PERIOD OF FAITHFUL PERFORMANCE BOND . . . . . . . . . . . . . . . . 3 VII. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 3 A. General Liability . . . . . . . . . . . . . . . . . . . . . . 4 B. Automobile Liability . . . . . . . . . . . . . . . . . . . . . 4 VIII. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 IX. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 X. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . . . 4 XI. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . . . . 5 A. During the Work . . . . . . . . . . . . . . . . . . . . . . . . 5 B. Final Cleanup . . . . . . . . . . . . . . . . . . . . . . . . . 5 C. Disposal . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 A. General. . . . . . . . . . . . . . . . . . . . 5 B. Monthly Progress Payments . . . . . . . . . . . . . . . . . . . 5 XIII. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XIV. FIELD ENGINEERING . . . . . . . . . . . . . . . . . . . . . . . . . 6 A. General. 6 B. Survey Control Data. 6 XV. INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 • SPIof6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 15TH STREET RESTROOM SPECIAL PROVISIONS CONTRACT NO. 2667 I. GENERAL CONDITIONS The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to this contract. The parties to this contract are the City of Newport Beach and the Contractor. II. ADMINISTRATION OF THE CONTRACT The Public Works Director 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. LOCATION AND SCOPE OF WORK A. The work to be done under this contract consists of remodeling an existing public restroom building; replacing an exterior sewer line; replacing exterior garden walls; replacing exterior sidewalks, and other associated items of work. B. The work includes furnishing all labor, materials, vehicles, tools, machines, equipment, transportation and incidentals necessary to complete construction of the project. C. Items of work to be done by the Contractor include: 1. Replacement of all plumbing within the building with new plumbing. 2. Replacement of all plumbing fixtures with new plumbing fixtures, except for two existing stainless steel toilets which are noted on the plans to be re -used. 3. Salvage and delivery to the City's corporation yard of existing toilets, urinals and wash fountains which are not to be re =used. 4. Removal of existing partitions and walls. 0 5. Construction of new skylights. 6. Construction of a copper roof. . SP 2 of 6 7. Changing the slope of the floors to drain to new floor drains. 8. Installation of ceramic tiles on floors and walls from floor to ceiling. 9. Construction of new precast concrete partitions in the women's side. 10. Construction of new interior benches and a diapering table. 11. New light fixtures. 12. New steel gates. 13. New drinking fountains and other site furniture. 14. Miscellaneous a. Furnishing all labor, materials, equipment, tools, and transportation necessary to complete the project, b. Providing construction staking. c. Providing all other facilities and services necessary for proper execution and completion of work. 15. Securing and paying for permits, fees and licenses. 16. Giving required notices. 17. Complying with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of work. 18. Enforcing strict discipline and good order among employees. D. The contract requires completion of all work in accordance with these Special Provisions, the plans, the City's Standard Seecifications and Drawings for Public Works Construction, the City's Standard Specifications (Stan and 5 eci'fiicationor Public Works Construction, 1985 Edition-and-19 6 and 9 upp ements ), thi architectural specifications, and reference specfications. 1. 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 purchase at the Public Works Department To-r-15—per set. 2. Curbs, gutters, driveway approaches, portland cement concrete slabs on grade, site utilities and drainage improvements will be constructed per the City's Standard Specifications and Drawings for Public Works Construction. • • SP3of6 3. The plans consist of Drawing No. B- 5119 -S, consisting of 13 sheets, prepared by Ron Yeo, FAIA Architect. E. 1. Included in the scope of the contract is payment of all fees and the securing of all permits normally charged by governing public agencies; payment of all connection charges normally charged by serving utilities; and furnishing all material, labor, and transportation necessary to complete the construc- tion. 2. The following fees normally charged by the City of Newport Beach will be waived: a. Building excise tax fees. b. Building and plan check fees normally charged for the amount of the General Fund, including plumbing, electrical, and mechani- cal permits. 3. All other fees normally charged by the City must be paid by the Contractor. Included among fees that must be paid are: a. Business license fees. F. Soil amendments and landscape planting are not included in this contract. IV. LOW BID A. The complete project consists of constructing all work listed in Items 1 and 2, inclusive, of the Proposal. Each bidder must include a price for each of the items listed in the Proposal. The total price bid for Items 1 and 2, inclusive, of the Proposal shall be used for the purpose of determining the lowest bid. V. TIME OF CONTRACT The date of the contract is the date the contract is awarded by the City Council. The contract shall be completed within 120 consecutive calendar days after award of the contract by the City Council. VI. PERIOD OF FAITHFUL PERFORMANCE BOND The faithful performance bond for the contract shall remain in effect for the duration of the one (1) year guarantee period measured from the date of acceptance of the work by the City Council. VII. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide certificate 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. E 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 VIII. GUARANTEES • SP4of6 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 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. IX. SAFETY In acccordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during per- formance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety to the public and workers. The Contractor shall have at the work site copies or suitable extracts of Construction Safety Orders and General Industrial Safety. TEMPORARY FACILITIES The cost of developing, furnishing, and applying all water shall be considered as included in the various items of work, and no addi- tional compensation will be allowed therefor. B. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City uti- lities Department at 9714) 644 -3U11. C. The Contractor's employees shall park where directed by the City. • • SP5of6 XI. CLEANUP AND DISPOSAL XII. A. During the Work At all times during the dirt, waste and rubbish to accumulate. B. Final Cleanup project, the site shall be kept clean. All shall be removed frequently and not allowed In addition to keeping the building and site clean during construction, the Contractor must thoroughly clean the inside of the building, including 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, had marks, paint spots, plaster drop- pings, or other foreign material shall be completely removed from the surfaces. C. Disposal Under no circumstances shall rubbish or waste material of any descrip- tion be disposed of on the site. All debris, rubbish, and water or surplus material shall be disposed of off the site. PAYMENT A. General 1. The work to be done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary to complete the construction as shown on the plans and described in the Specifications. 2. The lump sum prices bid for the various items of work shall be con- sidered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 3. Payment for all items of work Proposal shall be included in work listed in the Proposal. B. Monthly Progress Payments not separately provide for in the the prices bid for other items of The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. XIII. MATERIALS A. Materials for the building shall be as specified in the architec- tural specifications. • ` SP6of6 B. Materials and methods of Construction of site work, including asphalt concrete pavement, portland cement concrete curbs, gutters, sidewalks, driveway approaches, slabs, drainage improvements, and site utilities relocation shall be as specified in Standard Specifications for Public Works Construction. XIV. FIELD ENGINEERING A. General 1. The Contractor shall lay out the work from the drawings, the bench marks and the column lines to be established by City. The Contractor shall establish all additional bench marks, monuments, lines and levels necessary for the construction. 2. To lay out the work and to verify lines and elevations as the work progresses, the Contractor shall employ on experienced and com- petent Civil Engineer of Land Surveyor registered in the State of California. XV. INSPECTION All work will be inspected. All items covered or all stages of work that are not to remain observable must be inspected and approved before being covered up. The Contractor shall provide timely notice to the City when such inspection is needed. The architect will act as the agent of the City in inspecting the work. PLUMBING SPECIFICATIONS . Contract No. 2667 SECTION 15400 - PLUMBING PART I - GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Site drainage system, site utilities. - C. Description of System: Provide all plumbing systems and fixtures complete. 1.02 QUALITY ASSURANCE A. Codes and Standards: Provide materials and installa- tion complying with all codes, standards and industry recommendations of ANSI, ASTM ASSE, AWWA, AWS, CDA, CISPI and UBC. 1.03 SUBMITTALS A. Submit shop drawings on all items to be provided. PART 2 - PRODUCTS 2.01 Refer to the plumbing plan for pipe and fixture schedule. PART 3 - EXECUTION INSTALLATION: Piping: Install all water and DWV piping above and below ground within building area and outside as indicated. Provide dielectric fittings for dissimilar metals in contact. Install pi.ping in accordance with details and notes indicated. Excavating and Backfilling: Excavating and backfilling of pipe trenches shall be as specified in Division 2. Measurements: Determine and establish measurements for piping at the job site and accurately cut pipe and tubing lengths accord- _. ingly. Where possible, use full pipe and tubing lengths. Random lengths joined by couplings will not be accepted. SECTION 15400 - PLU`1BING - Cleaning: Thoroughly clean interior of all water piping before joining by blowing clear with either steam or compressed air, except do not use steam for plastic lines. Maintain cleanliness of piping throughout installation. Provide caps or plugs on ends of cleaned piping as necessary to maintain cleanliness. Locating: Piping layout as shown is diagrammatic indicating only the general arrangement which the piping installation shall follow. Locate piping so as to avoid interference with building structural members, equipment, and building openings, and so that access is provided for operation, service, disconnection, removal, and replacement of valves, fixtures, and equipment. Within building, conceal all piping in walls and above ceiling except where specifically indicated to remain exposed. Provide separate trenches for water and sewer lines and do not cross- connect or interconnect water and sewer piping. Hangers and Supports: Provide hangers and supports for steel and copper piping in accordance with requirements and recommendations of _- MSS SP -69 but comply with spacing requirements of Table I below. For aboveground hub - and - spigot cast -iron soil pipe, support piping at 5 feet maximum center and at every joint. Install hangers and supports so that thermal expansion and contraction of piping will occur in the directions desired and so as to permit adjustment after installation while supporting the load. Use wall brackets for supporting piping adjacent to walls or other vertical surfaces. Use bolted steel clamps for supporting vertical lines. Place supports as near as possible to concentrated loads and, when practicable, immediately adjacent to changes in direction. Support horizontal _. piping so as to maintain. alignment, prevent grade reversals, and prevent sagging in excess of 0.1 inch. TABLE I - MAXIMUM SPAN FOR PIPE D,AMETER STD. WT. COPPER COPPER INCHES STEEL PIPE TUBE TYPE TUBE TYPE 40 S K L 1/2 5' -0' 3' -9' 3' -6' 3/4 5' -9" 4' -3' 4' -3" 1 6' -6" 5' -0' 4' -9" - 1 -1/2 7' -6' 5' -9' 5' -6' 2 8' -6" 6' -6' 6' -6' SECTION 15400 - PLUMBING -- .. Soldered and Brazed Joints: Braze all joints on buried copper lines for which flared fittings are not used. Solder or braze aboveground copper lines. Cut tubing ends square and remove all fins and burrs, do not use dented or otherwise damaged tubing. Clean outside of tubing ends and recessed area inside of fittings by burnishing until all dirt, oxide and other foreign substances are removed. Use either fine crocus cloth or a wire fitting brush made especially for this type of work. Apply a light coating of flux to burnished tubing and fitting joint surfaces, then insert tubing to full depth of fitting and braze or solder, as applicable. Maintain joint brazing or soldering temperature until brazing alloy or solder metal has penetrated full depth of fittings and has expelled all flux. Before making joints to valves, remove stems and washers. _ Threaded Joints: Use pipe with factory -cut pipe threads where posse e, otherwise cut pipe ends square, remove fins and burrs, and cut taper pipe threads per ANSI B2.1. Threads shall be smooth, clean, and full cut. Apply thread tape to male threads only. Work piping into place without springing or forcing and engage threads so that not more than three threads remain exposed. Backing off to permit alignment of threaded joints will not be permitted. Flared Fitting Joints: Perform flaring operation in accordance with flaring tool manufacturer's instructions. Do not remove cutting tool lip on tubing unless instructed otherwise by tool manufacturer. Assemble the joint by engaging fitting threads using two wrenches, tighten as necessary to ensure water -tight joints at a pressure of 100 psig. Hub - and - Spigot Caulked and Leaded Joints: Place gasket material within hub around spigot to that at least 1 inch of depth remains within the hub for leading and so that gasket material does not project into the bore of the finished joint. Use braided or twisted hemp or oakum of the best commercial grade for sanitary DWV piping gasket material. After gasket material is in place, the joint shall be cleaned and the remaining space filled at one pouring with lead. Use lead of at least 99.7 percent purity. Calk the lead so as to assure a tight joint without overstraining the iron of the hub, and so that after calking the lead is practically flush with the face of the hub. Pipe with cracked hubs shall be replaced. Hubless Joints: Install clamp assemblies with bolts alternately and incrementally tightened to manufacturer's recommended torque. Use a single set -point torque wrench manufactured specifically for this purpose. The use of screwdrivers or other types of wrenches will not be permitted. After a period of at least 24 hours, re- torque each bolt. SECTION 15400 - PLUMBING - _ Unions and Fittin s: Use unions to provide for disconnection of valves, fixtures and equipment for which a means of disconnection is not otherwise provided. Provide dielectric fittings for all copper -to- ferrous metal piping and equipment connections. Provide reducing fittings for all changes in pipe size. Bushings will not be accepted. Use fittings for all changes in direction of piping. Valves: Provide valves at the locations indicated and as follows: (1) Water main shut -off valve. (2) Valve with hose connection on downstream side of the main shut -off valve. (3) Shut -off valve on each supply to each fixture and equipment item not provided with control stop or other auxiliary shut -off valve. Install shut -off valves so that stems either are vertical with handwheels or operators, on top or are horizontal and so that valves are easily accessible for operation, service, removal and replacement. Water Hammer Arresters: Install water hammer arresters where indicated in horizontal water lines with the arrester located on the top side of the line. Cleanouts: Install cleanouts at all changes in direction of DWV piping and where indicated. Within building, distances between cleanouts shall not exceed 50 feet for pipe up to 4 inches and 100 feet for larger sizes. Cleanouts shall be full line size. Sleeves: Provide sleeves for all pipe and tubing passing through floors, roofs, walls, and partitions of either concrete or masonry construction, except that sleeves are not required for floor slabs _ on grade. After piping has been installed, pack oakum into the space around the pipe or tubing within the sleeve and seal both ends with insulating cement. Flashing: Provide flashing for through the roof. Extend the base directions from the pipe and turn pipe. Counter flashing shall cross - sectional area of the pipe. to be watertight. all pipe and tubing extending flashing at least 8 inches in all the cap flashing down into the not restrict the internal Flashing shall be installed so as Escutcheons: Provide escutcheons for all uninsulated pipe and tubing passing through floors, walls and ceilings. Drainage: Provide for drainage of all horizontal piping by installing with a pitch. Pitch water lines down toward the nearest shut -off valve or fixture. Pitch DWV lines at least 1/4 -inch per -- foot where possible, otherwise not less than 1/8 -inch per foot. Pitch vent lines down toward drain lines. Use 1/8 or 1/16 bends or combination Y and 1/8 bends for drain and waste lines. Grade buried _ drain and waste lines carefully and support firmly at the correct elevation and grade; adjust adjacent lengths of pipe with reference to each other. Blocking, or wedging between hub and spigot will not be permitted. SECTION 15400 - PLUMBING - 4 `-' 10 Vents: Unless otherwise indicated, provide individual vents for each fixture. Form sanitary piping into circuit or loop vents with r i dead ends or inverted siphons. Connect circuit or loop vent :-.nes at a height of at least 12 inches above the fixtures served. Where practicable, interconnect vent lines within the building and t ctend through the roof as one pipe. Locate stacks and vents in it -of- the -way and unimportant places with continuous unbroken runs. 'Plumbing Fixtures: Install fixtures where indicated with types of i )unting indicated or hereinbefore specified. Rigidly support wall -hung fixtures by means of metal supporting members so that no stress is transmitted to the connections. Use chromium - plated brass >lts, nuts and washers where exposed, otherwise use brass or bronze L.31ts, nuts and washers. Use new one -piece specially molded gaskets for connections between earthenware fixtures and soil pipe flanges. :)nnections shall be made gas -tight and water - tight. Use of bulk aterial, including putty and plastics, for gaskets will not be permitted. All fixtures not specified to be provided with integral *raps shall be provided with separate traps having cleanouts. Do Dt install fixtures until DWV piping has been subjected to the .rater test specified hereinafter under 'Field Inspections and Tests.• lumbing Fixtures for Physically Handica ed: ANSI A117.1. Mount _ater- closet bowl with top rim at 14 -1 2 to 15 inches height from floor and install dual -seat device so that seat surface shall have - aximum 17 -1/2 inch height. Install urinal with rim of basin at 9 -inch height.. Install lavatories with knee - action valves at height of 37 inches above finished floor. Cover exposed water and drain pipes beneath the lavatories with minimum 1/2 -inch unicellular nsulation. Standard of Workmanship: Complete plumbing in one of each type of lumbing fixtures and obtain Government's approval of such work efore starting work on remaining fixtures. Identify the approved plumbing in sample unit to establish quality workmanship for similar plumbing for the entire project. -Vlumbing Equipment: Plumbing equipment, including refrigerated drinking fountains and water heaters shall be installed in ccordance with the details and notes indicated and the _:ecommendations and printed instructions of the manufacturer for each item. Electrical connections to equipment and controls shall )e in accordance with Division 16. Provide individual discharge )iping for water heater relief valve. Unless otherwise indicated, discharge piping shall extend down to within 12 inches but not nearer than 6 inches from the floor. SECTION 15400 - PLUMBING - 5 7 Disinfectin of Potable Water Pi in g: Upon completion of installation of piping, fixtures and equipment which will carry potable water, these systems and any affected portions of existing lines shall be flushed and disinfected in accordance with AWWA 0601. Fill piping systems with solution containing minimum of 50 parts per million of chlorine and allow solution to stand for minimum of 24 hours. Application of chlorine shall be by the continuous -feed method, except as approved otherwise for specific segments of the systems. After required retention period, flush solution from systems with clean water until maximum residual - chlorine content is not greater than 0.2 parts per million. Water samples shall be collected and tested for bacterial content pursuant to AWWA C601. These tests shall be accomplished and the results reported by a bacteriological laboratory acceptable to the Contracting Officer. _ Warning signs shall be affixed to all outlets stating that water is unfit and not to be used for human consumption. These signs shall remain until disinfection is complete. FIELD INSPECTION AND TESTS: Tests: All equipment and apparatus required for performing tests shall be provided by the Contractor. All defects disclosed by the tests shall be corrected and the tests repeated. All testing shall be conducted in the presence of the Owner's.representative. - Water Piping Test: Test all new water piping for leakage using water at a pressure of at least 100 psig. Prior to application of the test pressure, install a calibrated test pressure gage in the system to indicate any loss in pressure occurring during the test. Apply and maintain the test pressure of 100 psig for 1 hour, during which time there shall be no evidence of leakage as detected by a reduction in test pressure. Should a reduction occur, leaks shall be located, repaired, and the test repeated. Sanitary and DWV Piping Tests: Comply with IAPMO Uniform Plumbing Code. Test Sanitary and DWV piping for leakage by either of the following methods: a. Water Test: Apply water test to the drainage system either in its entirety or in sections after rough piping has been installed. If applied to the entire system, all openings in the piping except the highest opening shall be tightly closed and the system filled with water to point of overflow. If the system is tested in sections, each opening shall be tightly plugged, except the highest opening of the section under test, and each section shall be filled with water, but no section shall be tested with less than a 10 -foot head of water. In testing successive sections, at least the upper 10 feet of the next preceding section shall be _ tested so that no joint or pipe in the building (except the uppermost 10 feet of the system) shall have been subjected to a test of less than a SECTION 15400 - PLUMBING - 6 off 12— l0 -foot head of water. water shall be kept inse system or in the portion under test for at least 15 minutes before inspection starts; the system shall then be tight at all points. No leakage Erom any part of the system will be acceptable. b. Air Test: The air test shall be made by attaching a compressed air source to any suitable opening and, after closing all other inlets and outlets to the system, forcing air into the system until there is a uniform gage pressure of 5 pounds per square inch or sufficient to balance a column of mercury 10 inches in height. _Hold this pressure without introduction of additional air for a period of at least 15 minutes. Within this minimum 15- minute test, no loss of pressure will be acceptable. -Storm Drains a Pi in Test: Test storm drainage piping for leakage y means of the water test specified for sanitary and DWV piping. _ Plumbin E ui ment O erational Tests: Refrigerated drinking fountains and water heaters shal be subjected to operational tests to demonstrate proper installation as evidenced by satisfactory operation. Operation of each unit shall be in accordance with the - manufacturer's printed instructions under in- service conditions. During operation, inspect each unit for proper response to controls, proper cooling for refrigerated drinking fountains, proper heating - for water heaters and excessive or otherwise undue noise and vibration for refrigerated drinking fountains. Should any unit, control or component be determined to be inoperative, operating _ unsatisfactorily, or otherwise defective, the item shall be either repaired or replaced as directed by the Owner's representative and the test repeated. Test period for each unit shall be 4 continuous hours minimum. Inspection: Inspection shall continue during installation and testing. The right is reserved to inspect any equipment at the - manufacturer's facility during or after manufacture and to require reasonable witness tests before shipment. A final inspection of materials and equipment shall be performed prior to installation to determine conformity to the type, class, grade, size, capacity, and other characteristics specified herein or indicated. Rejected materials and equipment shall be replaced. Hubless Cast -Iron Pipe Joint Inspection: Inspect at least 10 percent of all joint assemblies for compliance with the torque requirements. If any of the joints inspected fail to meet torque requirements, inspect all joints. Payment for all Plumbing will be made at the contract lump sum price for the Building. No additional compensation will be allowed. END OF SECTION SECTION 15400 - PLUMBING - 7 0 December 29, 1987 TO: CITY CLERK FROM: Public Works Department SUBJECT: REMODEL 15TH STREET RESTROOM (C -2667) Attached are forms of the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other copies to this department. (" � I Kenneth L. Perry Project Engineer KLP:cic Att. • i • 0 TO: CITY COUNCIL FROM: Public Works Department December 14, 1987 BY THE CITY COUNCIL�j TY COUNCIL AGENDA CITY OF NEYVPORT BEAi7EM NO. F -3(c) DEC 14INT APPROVED SUBJECT: REMODEL 15TH STREET RESTROOM (CONTRACT NO. 2667) RECOMMENDATIONS: 1. Award Contract No. 2667 to Southern California Builders, for the base bid amount of $164,000.00, plus Alternate Bid Item No. 1 in the amount of $16,889.60 and Alternate Bid Item No. 2 in the amount of $3,000.00 for a total contract amount of $183,889.60; and 2. Authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m, on December 1, 1987, the City Clerk opened and read three bids for the project, as follows: Bidder Base Bid Alt. No. 1 Alt. No. 2 1. Southern California $164,000.00 $16,889.60 $3,000.00 Builders, Mission Viejo 2. Fischbeck Construction, $185,700.00 $23,296.00 $3,576.OU Inc., Santa Ana 3. Atkins & Atkins $247,117.00 $36,915.00 $3,675.00 General Builders, Inc., Temple City Architect's estimate $156,000.00 $18,000,OUO $1,000.00 The base bid is 5.13% above the architect's estimate. The architect is Ron Yeo, FAIA Architect, Corona del Mar. The low bidder is properly licensed and bonded. He has not previously done work for the City; however, he has completed similar work for the City of Costa Mesa, UCI, and the Downey Savings and Loan Association. The project consists of remodeling the existing 15th Street ocean front restroom within the existing walls; installing new skylights and a copper roof; and converting the dressing rooms to toilet rooms in order to increase the number of plumbing fixtures without enlarging the building. There will be ten women's toilets, five men's toilets, and a longer urinal. The floors and walls will be tiled with ceramic tile. New higher partitions with doors and a new diapering table will be installed on the women's side. %f) 0 • • • • • • 0 0 December 14, 1987 Subject: Remodel 15th Street Restroom (Contract No. 2667) Page 2 The base bid covers remodeling the existing building and necessary work outside of the building, including a new sidewalk between the building and the public sidewalk. Alternate Bid Item No. 1 is for replacing 5,824 square feet of portland cement concrete sidewalk and pavement outside of the building. Alternate Bid Item No. 2 is for installing ceramic tile on the tops, backs and sides of eight existing benches outside of the building. Landscaping will be done by City crews. The location of the project is shown on the attached sketch. follows: The estimated cost of the project (not including landscaping) is as Design fees $ 15,500.00 Construction, basic project $164,000.00 Alternative bid items Replace exterior sidewalk 16,889.60 Tile outside benches 3,000.00 Total contract 183,889.60 Miscellaneous & Contingencies 2,000.00 Rent temporary toilets 4,000.00 Total (not including landscaping) $205,389.60 Funds are budgeted in the Restroom Replacement Program, Account No. 02- 7797 -331. The estimated date of completion is April 30, 1988. A set of contract drawings will be on display in the Council con - f ;,, room. Jf Benjamin B. Nolan Public Works Director KLP:jd Att. It \47, JS A All Ail ,Jt X _jc, J� IN. " va A 44 .10 oc PROJECT LOCATION SCALE I•= 1600 ls"1ST. RES;rRwm • T0: CITY COUNCIL FROM: Public Works Department SUBJECT: REMODEL 15TH STREET RESTROOM (CONTRACT 2667) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for DISCUSSION: October 26, 1987 CITY COUNCIL AGENDA ITEM NO. F -14 bt THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 2 6 1987 ArPOOVED The program to replace restrooms at selected beach locations placed a high priority on the 15th Street Restroom. The location is shown on the attached sketch. In accordance with Council action on August 10, 1987 resulting from suggestions from the public, the existing facility will be remodeled and not • replaced. The contract documents therefore provide that the existing building will be remodeled and restored to new condition. The plans provide for retaining the exterior walls, installing new skylights and a copper roof, converting the dressing rooms to toilet rooms in order to increase the number of plumbing fixtures. On the women's side the number of toilets will be increased from six to ten. On the men's side there will be an additional urinal. The floors will be tiled with ceramic tile, and the walls will be tiled full height. New higher partitions with doors will be installed on the women's side, and there will be a table for changing diapers. All plumbing fixtures and piping not conforming with current requirements will be replaced. A new sidewalk will be constructed connecting the building with the public sidewalk. Landscaping will be handled by the Parks, Beaches and Recreation Department, and is not included in the building construction contract. The estimated cost of the project is as follows: Design fees $ 15,500 • Construction contract, basic project 156,075 Optional work Replace broken sidewalk $18,000 Tile exterior benches 1,000 19,000 Miscellaneous costs & contingencies 10,000 Rent temporary toilets 4,000 Total estimated cost $204,575 • 0 •--% • • • • i October 26, 1987 Subject: Remodel 15th Street Restroom (Contract 2667) Page 2 • Funds are budgeted in the Restroom Replacement Program, Account No. U2- 7797 -331. The architect is Ron Yeo of Corona del Mar. The estimated date of completion is April 30, 1987 A complete set of contract plans is on display in the Council con- ference room. Benjamin B. Nolan Public Works Director KLP:jd Att. • • r , e 1 f rush.. I ,f ) i •A uv JLy. A � -f lof. 9f I� Y V, . I� it • l,�[•�, rr��yN ^•fir- ,`i\,�✓ , t Ic '�; r, f� j �• C� ,� ",`.� -- -rte ," "i�'+�,..... j .._. ,• `. TURNING LIDO . It C i Fp 'aa :..L �y s 'R j, ,'C5. - _ rf l � i ..iRr•w f.[f is &4�L Lp A -1 AP NM r,sr RESTaoom '1M LOCH ON II � Tl� e.enamr lc?n,.a l� t 9f I� Y V, . I� it • l,�[•�, rr��yN ^•fir- ,`i\,�✓ , t Ic '�; r, f� j �• C� ,� ",`.� -- -rte ," "i�'+�,..... j .._. ,• `. TURNING LIDO . It C i Fp 'aa :..L �y s 'R j, ,'C5. - _ rf l � i ..iRr•w f.[f is &4�L Lp A -1 AP NM r,sr RESTaoom '1M LOCH ON Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September. 1961, and A- 24831, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange a w a1G •Hw H.q cm«.a 01 "'::* CM H M H r pOM1I I h 10 01C� CMY11„ X1001 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 Rids 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 one time consecutive weeks to wit the issue(s) of Oct. 30 198 7 198— , 198_ 198— , 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on oot. 30 198 7 at Costa Mesa, California. Signature ��i33 PROOF OF PUBLICATION