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@Ĥ(
|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