Loading...
HomeMy WebLinkAboutC-2836 - Jail RemodelingCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 February 8, 1993 (714) 644 -3005 Adams /Mallory Construction Company 740 S. Van Buren, Unit #A Placentia, CA 92670 Subject: Surety: Great American Insurance Company Bond No.: 7278772 Contract No.: C -2836 Project: Jail Remodeling (Newport Beach Police Department) The City Council of Newport Beach on January 11, 1993, 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 portions of the Civil Code. The Notice was recorded by the Orange County Recorder on January 21, 1993, Reference No. 93- 045033. Sincerely, Wanda E. R City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach I RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk ��,`//r �.. Cit ofwNpe (Srz Beach Newport Beach, CA 92663 93-045033 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 1:15 JAN 2 11993 a c6tarr*&ecorder ( Titles $ @$ E Add. $ Pg @$ Lien Nt $ Other $ Tow A". Fae� D.T.T. PCOR SMF RDE -1 "Exempt from recording fees pursuant to Government Code Section -6103" f'A NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and CA 92670 Adams /Mallory Construction Company, 740 S. Van Buren, Unit #A, Placentia, as Contractor, entered into a Contract on February 7, 1992 Said Contract set forth certain improvements, as follows: Jail Remodeling (Newport Beach Police Department) (C -2836) - located in the City of Newport Beach, County of Orange, at 870 Santa Barbara Drive Work on said Contract was completed on October 22, 1992 and was found to be acceptable on January 11, 1993 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company, P.O. Box 5440, Orange, CA 92613 -5440 BY ` 0. a is WorKs Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on / 1��J �T,L�9_ , at Newport Beach, Calidernia. BY i er Y io F-4 • • COUNCtI JAN 1 1 1993 4 January 11, 1993 CITY COUNCIL AGENDA ITEM NO. 12 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF NEWPORT BEACH POLICE DEPARTMENT JAIL REMODELING (C -2836) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The contract for the remodeling Police Department Jail has been completed the Public Works Department. The bid price was Amount of unit price items cons Amount of change orders Total contract cost of the Newport Beach to the satisfaction of $198,076.00 tructed 198,076.00 52,817.63 $250,873.63 The original contractor for the project never started work and surrendered his bid bond. The project was subsequently re -bid nearly four months later and the present contract awarded. In an effort to reduce further delay, the City purchased the security doors and hardware directly from the supplier and furnished these items to the contractor for installation. The supplier, one of very few in the country, failed.to provide the materials on a timely basis resulting in certain of the extra costs noted below. Six Change Orders were issued. The first, in the • amount of $5,280.38, provided for installation of conduit and outlets to accommodate the video surveillance system. The second, in the amount of $452.73, provided for the installation of a water isolation valve in order to continue service to the building during remodeling. The third, in the amount of $16,142.14, provided for revision of the floor grades in the receiving area, addition of a storage room under the front entry ramp, a change in the ramp lighting and miscellaneous electrical changes. The fourth, in the amount of $3,264.28, provided for Jail Remodeling (C -2836) Subject: Acceptance of Reeky January 11, 1993 Page 2 replacement of carpeting in the jailer's office and the re- mobilization cost of the of the masonry subcontractor due to the late delivery of the door frames. The fifth, in the amount of $7,161.91, provided for the replacement of three bollard lights in the front parking lot, structural changes to the front entry ramp and installation of call buttons in the receiving area. The sixth, in the amount of $20,051.23, provided for repairs and modifications to the City furnished security doors and frames and compensated the contractor for overhead and office expense resulting from late delivery of the City furnished security doors and hardware. The seventh, in the amount of $444.99, provided for corrections to the existing electrical panel as requested by the Building Department. Funds for the project were budgeted in the General Fund, Account No. 7012 - 1820003. The contractor is Adams /Mallory Construction Company, Inc. of Placentia. The original contract date of completion was June 24, 1992. Due to extra work and delays in hardware delivery, the work was not completed until October 22, 1992. Benjamin B. Nolan Public Works Director PD: so • • • V/ a 4 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 10, 1992 (714) 6443005 SUBJECT: Contract No. C-2836 Description of Contract Jail Remodeling Effective date of Contract —February 7. 1992 3- /e) -y2. Authorized by Minute Action, approved on Jahtmry 27, 1992 Contract with Adams/Mallory Const. Co., Inc Address 740 S. Van Buren, Unit I/A Placentia, CA 92670 Amount of Contract $198,076.00 "14a6' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach .LERK . - : CITY .G PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL (Revised December 3, 1991) JAIL REMODELING CONTRACT NO. 2836 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 �. Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2836 in accordance with the Plans (Drawing No. B- 5136 -S, consisting of 14 sheets), Specifications and Special Provisions, and that he will take in full payment therefore the following lump sum price for the completed items of work described therein: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE BASE BID 1. Lump Sum BASE BID One Hundred Ni Remodel Jail for the lump sum price of: @ One Hundred Ninety One Dollars thousand Light Hundred and Seventy Six dollars 00 /1000ents One Thousand Eight Hundred 00/100 TOTAL PRICE BID FOR BASE BID (WRITTEN IN WORDS) Dollars and Cents $ 191,876.00 $ 191,876.00 TOTAL BID PRICE (FIGURES) PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALTRRNA BID ITEMS 2. dump Sum Furnish & install acoustic the ceiling, for the lump sum price of: One Thousand Five Hw,ndred Dollars and 00 /100 Cents $ 1.sno.no 3. Lump Sum Furnish & install carpet, for the lump sum price of: Two Thousand Five Hundred Dollars and 00 /100 Cents $29500 -on 4. Lump Sum Furnish & install vinyl flooring, for the lump sum price of: Two Thousand Two Hundred Dollars and 00 /100 Cents $ 2,20n -nn 426516 A/B Contractor's License No. & Classification (714) 632 -3044 Bidder's Telephone No. Adams /Mallory fnnst. Cn., Inc. /ihomas J. Lavia, Manager 7 0 S. Vdn Rnren� Unit. #A Placentia, CA 42670 Bidder's Address I declare under penalty of perjury that all representations made above are true and correct. Date: a� ` N ��! Bidder Adams /Malloryl26nst., Co., Inc. * Effective January 1, 1990, Business and Professions Code Section 7028.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. •y • • • 0 Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 i Page 2A 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 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq, of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a coi authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the -porate officer or an individual For partnerships, the signatures For sole ownership, the signature 426516 A/B Contractor's License No. & Classification H u R1 I m7mr. , ..- InOmas J. Lavia, Manager Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 1. Subcontract Work Electrical Subcontractor G.D. Electrical Address Morba Linda 2, Plumbing Verne's Plumbing Buena Park 3, Demo Skaggs Concrete Orange 4. Masonary Ramierez Masonary Azusa 5, Plaster RSPC Mira Loma 6. Flooring Facuitec Irvine 7. ACT LB Acoustics Long Beach s. Cabinets Compare Custom Cabinets Anaheim 9. Ceramic Tile Contiental Tile Ontario 10. Glass LAD Glass Bellflower 11. Fire Protection AAA Canyon Country 12. HVAC Environmental Control Adams /Mallory Const., Co., Inc. Bidder Thomas J. Lavia, s /91 . • „Hi::i ... `,aFfi'C nti lSSy2P,i: ^.. ir. L';l I'-0Fn r<v GtE AIVERICAN INSURANCE COMPANY The number of persons authorized by this power of attorney is not more than No. 013302 FIVE wPOWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the 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 attomey -in -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, ALL. OF, ALL LINDA L. CULBERTSON ANAHEIM, UNLIMITED CHARLES L. FLAKE CALIFORNIA DIANA LASKOWSKI m KAREN CHANDLER 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 19th day of December . 19 91 Attest STATE OF OHIO, COUNTY OF HAMILTON — ss GREATAMERICAN INSURANCE COMPANY On this 19th day of December, 1991 , before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, 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. .r 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. RESOL VED: 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 bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe thew 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 1, 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 24TH day of DECEMBER '19 91 S 1 n7QM /M Boni ''. • BIDDER1 S BOND BONDS 6138350 KNOW ALL MEN BY THESE PRESENTS, PREMIUM -NIL That We, ADAMS /MALLORY CONSTRUCTION CO., INC. as bidder, and , as Surety, are held and firmly bound unto the y of ewpor Beaahjf California, in the sum of TEN PERCENT OF AMOUNT BID Dollarls 0 10% ) , lawful money of the United States forte paymenC of which sum well and truly to be made, we bind ourselves) jointl!' 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 I co (Title of Project an Contract No.) in the City of Newport Beac , 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 24TH day of DECEMBER 19 94 i ADAMS /MALLORY CONSTRUCTION CO., INC. BY: y Bidder (Attach Acknowledgment Authorized S a uta T 3fe; Of Attorney -In -Fact) Thomas J. Lavia. Manager, Notary Public commission Expires: 5191 GREAT AMERICAN INSURANCE COMPANY SURETY i DIANA LASKOWSKI ATTORNEY -IN -FACT 's ' State of CALIFORNIA On nFrEI4RFR 24, 1991 before me, the undersigned, ss a Notary Public of said county and state, personally appeared r County of ORANGE nTAUA t,ASKnWSKT personally known to me to be the Attornry-in -Fact of GREAT AMERICAN INSURANCE COMPANY , the Corporation that executed the within instrument, and known FFICIAL SEAL to me to be the n who executed the said instrument on EN CHANDLER person PUNC- CallforNa behalf of the Corporation therein named, and acknowledged to fftm:AYCOMMISSICY NGE COUNTY me that such Corporation executed the same. Exques rch 27. 1992 , / NOTARY PUBLIC • • Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of orange ) Thomas J. Lavia being first duly sworn, deposes and says that he or she is Managerr of o.,Inc the party making the foregoing bid; that the bi i ao made in the intszesL• o£, or on behalf of, any undisclosed person, partnership, coml.any, association, organization, or corporation; that the bid is geruine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid .price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury t 10 t the forego g is true and correct. amc� Jnllnrjr CQP6# Ge Bidder — s=nc . CL >271. Zip �� -c..t Authorized Signature /Title Thomas J. Lavia , Manager Subscribed and sworn to before me this kq? day of , 19?_2. Notary Public My Commission Expires: 5191 (SEAL) '-° -'�, :�... ' ^,.: OWSKI aSEAL ? -� Calitomia �,, - UNTY 1 E�Ires , 1993 m Page 6 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 For Whom Person Telephone Completed Performed (Detail) To Contact Number 1991 Bldg. 602, U.S. Air Force SSGT Ellison (714) 655 -4331 1991 Weightroom Addition ll.S_ Navy Hprh Harman (213) S47 -f,R7F Corp. Maint. Yard 1991 City of Carson 6pnrgp Shiilt7 P F (213) Rln- 76(1(1 Ashiya Park 1991 City of Montpbpllo Pilar Alrivar (213) RR7 -7977 Aloha School 1991 ARC Unified School (list. Margo landress (913) Q26-55FF Adams /Mallory Const., Co., Inc Bidder 5/91 • �t%YN Gw�� / Authorized nature/ itl Thomas J. Lavia, Manager • AGAMB/MALLORY CM102ANY, INC. 740 S. VAN BUREN #A PLACENTIA, CA 92670 (714) 632 -3044 LIST OF REFERENCES ADAMS /MALLORY CONST. CO., INC. Dept. of The Navy Repairs and Alterations to Bldg. 59 Seat Beach Naval Weapons Station $ 491, 720.00 Herb Herman (213) 594 -7500 Rehab Interior Veterans Adminstration Long Beach VA Medical Center Install 3M Cook /Chill System $428, 438.00 Ron Townsend ( 213) 494 -5534 Rehab Interior Dept, of Parks and Recreation City Of Montebello Montebello Municpal Golf Course $ 127,479.00 Piiar Alcivar (213) 887 -4540 Site work Long Beach Community College District Pacific Coast Campus South Campus Mall $278,457.00 Robert Reed (213) 420 -4484 Site work Dept. of The Air Force March AFB,CA Upgrade Solid State ILS. $41,809 Robert Limtiaco (714) 655 -4331 Site work Dept. of the Navy Long Beach Naval Shipyard Hazard Waste Staging Facilities $147,965.00 Ensign Eric Lee (213) 547 -6875 Site work Dept, of the Navy Tustin Marine Base, Tustin Oil Spill Prevention Facility $239,238.00 Scott Kehe (714) 726 -2254 Site work The above list reflects some of the projects completed within the last two years, any additional information equired will be provided upon request. Thomas J. Lavia • Manager 0 0 Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of 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 Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 EXECUTED IN FOUR COUARPARTS Page 8 BOND# 7278772 PREMIUM: INCLUDED IN PAYMENT BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 27, 1992 has awarded to Adams /Mallory Construction Co. Inc. hereinafter designated as the "Principal", a contract for JafT-Remodeling (Contract No. 2836 ,)in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2836 and the terms thereof require the furnishing of a bond, pro d niiv g that if Principal or any of Principal's 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, as Principal, and GRP as Surety, are held the sum of One Hundred Dollars ( ,8 6.00 estimated amount p2 We, Nine terms of the contract; bind ourselves, our successors, or assigns presents. ) , said sum being equal to 100$ of the e by the City of Newport Beach under the for which payment well and truly made, we heirs, executors and administrators, jointly and severally, firmly by these THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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. 5/91 00 /100 6 0 Page 8A 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 to them or their assigns in any suit brought upon this bond, as required by and in accordance with 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 above named Principal and Surety, on the 3RD day of FEBRUARY , 1992. Adams /Mallory Construction Co., Inc. Name of Contractor (Pr nc pal) Authorized Slignature/Tltlef Thomas J. Lavia, Manager / GREAT AMERICAN INSURANCE COMPANY 1 Name of Surety P.O. BOX 5440 ORANGE, CA 92613 -5440 Address of Surety Authorized Agent Signature DIANA LASKOWSKI / ATTORNEY -IN -FACT (714) 740 -2400 Telephone NOTARY ACXNONLBDMMTB OF CONTRACTOR AND SURETY NUBT BE ATTACKED 5/91 i` .0 FEBRUARY 3, 1992 Smote of CALIFORNIA On ,before me, the undersigned, ss. a Notary public of said county and state, personally appeared County of ORANGE DIANA LASKOWSKI personally known to me to be the Attorney -in -Fact of GREAT AMERICAN INSURANCE COMPANY CL s 4 the Corporation that executed the within instrument, and known NANDLER �� to me to be the person who executed the said instrument on Mr;behalf of the Corporation therein named, and acknowledged to 912 me that such Corporation executed the same. EXECUTED IN FOUR COUTARTS FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That BOND# 7278772 PREMIUM: $3,878.00 . Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 27 1992 has awarded to hereinafter designated as the "Principal", a contract for Jail Remdpli ng in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2836 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, ADAMS /MALLORY CONSTRUCTION CO., INC. as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Ninety One Thousand Ei ht Hundred and SeYen Dollars ( q_1.87y_0Fl ), said sum being equal to 100 of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the.City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 on to the specifications accompanying the same shall in any wise affect its 5/91 9 41 Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal 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 3RD day of FEBRUARY , 19 92. Adams /Mallon Construct on Inc Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety P.O. BOX 5440 ORANGE, CA 92613 -5440 Address of Surety �'r" QZ'0-� A Authorized Lure /T tle Thomas J. Lavia Manager Authorized Agqant S gnature DIANA LASKOWSKI / ATTORNEY -IN -FACT (714) 740 -2400 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY KUST BE ATTACHED 5/91 µ E It State of CALIFORNIA On FEBRUARY 3, 1992 , before me, the undersigned, 1 County of ORANGE n a Notary Public of said county and state, personally appeared j DIANA LASKOWSKI personally known to me to be the Attorney-in -Fact of GREAT AMERICAN INSURANCE COMPANY =(MREN ac sk the Corporation that ex ecuted the within instrument, and known CHANDLER to me to be the person who executed the said instrument on EC. U.,I G, WA behalf of the Corporation therein named, and acknowledged to E CCUN7l me that such Corporation executed the same. C NC7rARV PUBLIC GWM AMERICAN INSURANCE COMPANY The number of persons authorized by this power of attorney is not more than No. 013302 FIVE POWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the 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 attorney -in -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, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. .Name Address DAVID L. CULBERTSON ALL OF LINDA L. CULBERTSON ANAHEIM, CHARLES L. FLAKE CALIFORNIA DIANA LASKOWSKI KAREN CHANDLER This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above. Limit of Power ALL UNLIMITED 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 19th day of December '1991 Attest STATE OF OHIO, COUNTY OF HAMILTON — ss: GREAT AMERICAN INSURANCE COMPANY On this 19th day of December, 1991 , before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, 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 Residents, 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 bonds, 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. RESOL VED 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 3RD S1029M 10.3/901 day of FEBRUARY 19 92 i le 1 -4: YAM{1: }IF4�l���� It is agreed that: page 11 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability. arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Costa Mesa or 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 "XCUO hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named. in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: s/91 (X) Commercial ( ) Comprehensive General Liability $ 11000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall he reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). • Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days, advance notice to the City of Newport Beach by registered mail, Attention: Public works Department. 7. Designated Contract: j uven "1 Q etention Renovation Pro ect Title and Contract No. This endorsement is effective 1/20/92 at 12:01 a.m. and forms a part of Policy NO. 0021343227 of Aptna I ifa R Caciijlty fn (Company Affording Coverage). Insured: Adams /Mallory Construction Co., Inc. grxyorsement No.: ISSUING COMPANY AVERBECK COMPANY siv1 A� N�•. Yp1E DIgEMY/DD/yY( si =:x...... Q1 20 Z 92 Averbeck Company 3380 Shelby St. No iTIOHTT6 UPON THE cERTIFvrATE H0LD9t THm cEnTIFICATE p TB�w' EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Ontario, CA 91764 COMPANIES AFFORDING COVERAGE COMPANY A Aetna — Commercial LETTER COMPANY B LETTER .__ INSURED Adams / Mallory Construction Co. 740 S. Van Buren Street COMPANY LETTER C COMPANY D LETTER #740-A Placentia, CA 92670 COMPANY E LETTER N A. THIS IS TO CERTIFY THAT THE POLICIES OF NS1RMiCE LISTED BELOW HAVE BEEN ISSLIED TO THE INSURED NMAED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMBIT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All TIE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. GO TYPE OF INSURANCE POLICYNUYBER POLICY DATE POLICY (� LMTIB • 05 30 91 OS 30 92 GENERAL AGGREGATE i 2,000,0001 COMMERCIAL GENERAL LIABILI PRODUCTS- COMP/OPAGG. i 2 '000,00 LAIMS MADE OCCUR. PERSONAL 6 ADV. INJURY i 1 000 00 OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE i 1,000,00 BI DedT250 X FIRE DAMAGE (Any e Rn) i 50,00 MED.FXPfNSE jAny m pwsoq i 5,00 • AUTOMOBILELIABILTY X ANYAUTO FJ21345743 —05/30/91 45F30/92 COMBINEDSINGLE LIMIT i 1,000,00C BODILYINJURY (Per perm( i ALLOWNEDAUTOS SCHEDULEDAUTOS X BODILYINJURY (Peraodriml) i HIREDAUTOS NON- OWNEOAUTOS X PROPERTY DAMAGE i GARAGE LIABILITY EXCESS LIABILITY EACH OCCURRENCE i AGGREGATE i UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS AND EACN ACCIDENT S DISEASE - POLICY LIMIT i EMPLOYERWLIABILITY DISEASE -EACH EMPLOYEE i OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL KEYS All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following See Attached Schedule. t�AT7�tcAT • ;� �.;M.:fr:;;,> �: z'1 � �' Mn " � >.. ` 3' x ... SHOULD ANY OF THE ABOVE DESCRIBED POUCIESBECANCELLED BEFORETHE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 1908"CIFYa City of Newport Beach MaL 3 0 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P. O. Box 1768, 3300 Newport Blvd. I` LEFr,-BW FAILURE . Newport Beach, CA 92659 AM iZED IN EPRESENTA E aodirszs 4 V • Page 12 AUTOMOBILE LIABILITY INSURANCE ENQQBARUM It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( ) Combined Single Limit Bodily Injury Liability & Property -Damage Liability $ per person $ per accident $ 1,000,000 The limits of liability as stated in this endorsement shah not increase the total liability of the compaa -y affordinq coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability rotated iN the policy as applicable to Automobile Liability Insurare -e< 5/91 • Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. S. Designated Contract: Juvenile Detention Renovation Project Title and Contract No. This endorsement is effective 1/20/92 at 12:01 a.m. and forms a part of Policy No. FJ0021345743 of Aetna Life & Casualty Co. (Company Affording Coverage). Insured: Adams /Mallory Construction Company, INandorsement No.: ISSUING COMPANY AVERBECK COMPANY Jay P. Freeman utlf r zed Repres ive sivi Page 13 "i am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Adams /Mallory Const., Co., Inc. Date Name of Contractor jPr nc pal) Contract Number Author zed Signature and Titae Thomas J. Lavia, Manager Jail Remodeling, C -2836 Title of Project 5/91 i • ,:,�. �:�. .�. i • • Page 14 CONTRACT THIS AGREEMENT, entered into this day 'of A��, 19� by and between the CITY OF NEWPORT BEACH, hereinafter " ity," and Adams /Mallory Const. Co., Inca , hereinafter "Contractor," is made with reference to the following facts: A. City bas heretofore'advertised. for bids for the following desciibed'.public work:' ?. Jails Remodeling. E 4836 ; Title. of.,P.ro ect CbntYaOt No B. Contractor has determined .,by. City to' he the, lowest responsible. 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: Jail Remodeling C -2835 Title of Project Contract No. which project is more. fully described•in the contract documents.. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City 'shall pay to Contractor the sum of One Hundred Ninety One Thousand Eight Hundred Dollars ($198.076.00 / This compensation includes: �V (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any logs 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. 5,--. s • Page 14A 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) PlanB and and al Provisions p J for C -2836 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. srvi CITY OF NEWPORT BEACH A Municipal Corporation I mayor / Name of Cont ;Actor Adams /Mallory, Const. Co., Im . A'UthorizedLZignature nd tle Thomas J. Lavia, Manager • ,. .. :. �._ �.r. • 4 Architectural specifications are bound separately.y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAIL REMODELING CONTRACT NO. 2836 INDEX TO SPECIAL PROVISIONS (Revised December 3, 1991) I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CONTRACTOR'S LICENSE . . . . . . . . . . . . . . . . 2 III. BIDDER'S REQUIREMENTS . . . . . . . . . . . . . . . . 2 IV. AWARD AND EXECUTION OF THE CONTRACT. . . . . . . . . 2 IV. TIME OF COMPLETION OF CONTRACT . . . . . . . . . . . 2 V. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 3 Vi. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 3 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . 4 VIII. CONSTRUCTION DETAILS AND MATERIALS . . . . . . . . . 4 IX. PERMITS . . . . . . . . . . . . . . . . . . . . . . . 4 X. ASBESTOS . . . . . . . . . . . . . . . . . . . . . . 4 XI. PRE -BID JOB WALK . . . . . . . . . . . . . . . . . . 4 Architectural specifications are bound separately.y .1� I. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN JAIL REMODELING CONTRACT NO. 2836 SPECIAL PROVISIONS (Revised December 3, 1991) SCOPE OF WORK 0 SP 1 of 4 The work to be done under this contract consists of: A. Demolition: 1. Masonry walls 2. Security grills 3. Built -in furniture & fixtures 4. Doors, windows & frames 5. Cabinets 6. Mechanical, plumbing and electrical systems 7. Demolish and remove existing handicapped ramp B. Construction: 1. Masonry walls 2. Structural steel supports for concrete ceilings 3. Footings 4. Install security hardware furnished by City 5. Modify security grills 6. Doors, windows & frames 7. Built -in furniture & equipment 8. Cabinets 9. Mechanical, plumbing and electrical systems 10. Audio - visual monitoring systems il. Construct new handicapped ramp. C. Work not included in contract: 1. Landscaping 2. Irrigation systems 3. Furnishing security hardware All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. B- 5136 -5, consisting of 14 sheets, (3) the Specifications (bound separately), (4) the City's Design Criteria Standard Special Provisions and Standard Drawinas for Public Works Construction, (1991 Edition); and (5) the (1991 Edition), including Supplements 4t V1V!L of the 004 III IV V SP 2 of 4 Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. CONTRACTOR'S LICENSE At the time of the award the Contractor shall possess a General Engineering Contractor Class A license or a General Building Contractor Class B License. BIDDING REQUIREMENTS A. BIDDER'S BONDS. Bidder's Bonds shall be issued by a responsible corporate surety authorized to issue such bonds in the State of California by the Insurance Commissioner of the State of California, and also listed in the latest revision of U.S. Treasury Department Circular 570. B. ALTERNATE BID ITEMS. The lowest bidder will be determined based on the amount of the base bid. Bidders must submit a bid for each of the alternate bid items; however, the City reserves the right not to include any or all of the alternate bid items in the award of the contract. If the City exercises its option to include any or all of the alternate bid items in the award of the contract, the resolution awarding the contract will so state. The amount of the Bidder's Bond shall be not less than 10% of the base bid. C. PROPOSAL. Proposals must be on a Proposal form dated December 3, 1991. AWARD AND EXECUTION OF THE CONTRACT Bidders' attention is directed to Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. TIME OF COMPLETION OF CONTRACT A. All work under this contract shall be completed within one hundred twenty (120) calendar days after award of the contract by the City Council. 0 SP 3 of 4 B. It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. VI. LIQUIDATED DAMAGES A. Liquidated damages shall be charged at the rate of $ 500.00 per consecutive calendar day for each consecutive calendar day that the project is not completed in excess of the time specified above. For the purpose of computing liquidated damages, the work will be considered complete when: 1. All work is complete to the satisfaction of the City and other public agencies having jurisdiction. 2. All security systems are ready to be hooked up to the City's equipment. 3. All electrical, plumbing and mechanical systems are completed, checked, and balanced. 4. All punch list items have been corrected except for minor items that will not affect operation of functioning of the jail. VII. PAYMENT The unit price or lump sum for items of work shown in the Proposal shall be considered full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (i.e. removals, excavation, sawcutting, patching, protecting City property, etc.) shall be included in the lump sum prices bid for related items of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contracts Code. Substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. . es • SP 4 of 4 In order to reduce delay, the City of Newport Beach will furnish security hardware specified in Section 11190 of the Architectural Specifications. The hardware will be delivered at the job site. The prime contractor will be responsible for making his own arrangements to install security hardware. VIII. WATER The Contractor may use City water available at the site at no cost to Contractor. IX. CONSTRUCTION DETAILS AND MATERIALS Construction details and materials shall be per the Architectural Specifications which are bound separately. X. PERMITS Permits have been obtained by the City from the California Department of Corrections for work at the jail site. XI. ASBESTOS An asbestos survey has not been obtained, and the site of the work has not been determined to be free of asbestos. If an asbestos survey is needed, the City will obtain and pay for it. XII. PRE -BID JOB WALK Potential bidders and subcontractors may inspect the job site by making arrangements in advance with the Police Department by calling Lt. Tim Newman at (714) 644 -3710. TO: City Council • FROM: Public Works Department SUBJECT: REMODEL JAIL (Contract No. 2836) RECOMMENDATIONS: r January 27, 1992 CITY COUNCIL AGENDA ITEM NO. BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 2 71992 ArrK TL 1. Award Contract No. 2836 to�Adass /Mallory Construction 'Co., Inc., of Placentia, in the total amount of: --#194p076; consisting of the Base Bid of $191,876, plus three alternate bid items: $1,500 for acoustic tile ceilings; $2,500 for carpeting; and $2,200 for vinyl flooring. (Construction of a new handicapped ramp for the police station is included in the Base Bid). 2. Authorize the Mayor and City Clerk to execute the contract. DISCUSSION: The 1991 -92 budget contains an appropriation of •$350,000.00 from the General Fund to remodel the jail to segregate juveniles from adults, and to provide a cell for female inmates. At 11:00 A.M. on January 8, 1992, the City Clerk opened and read eight Base Bids for Contract No. 2836: Bidder Base Bid 1. Adams /Mallory Construction $191,876.00 Co., Inc., Placentia 2. Dumarc Corporation $202,865.00 Placentia 3. J.H. Rives Co. $224,731.00 Anaheim 4. DTEC Construction $229,000.00 Gardena 5. Rohm- Joyner Construction $239,790.00 • Yorba Linda 6. Soar Corporation $243,300.00 La Habra 7. Steen Construction $279,972.00 Santa Ana 8. B.K. Construction $289,459.00 La Habra Subject: Remodel Jail (Contract No. 2836) January 27, 1992 Page 2 The lowest bid for the base bid and alternate bid items and9furnish detention with equipment (aptotalyofh$225,676) purchase and under the Engineer's Estimate of $250,000; and 10.1% under the $251,052 contract which was awarded on September 23, 1991, to a contractor who subsequently failed to enter into the contract. The low bidder is properly bonded and has both "A" and "B" licenses. His references indicate he is competent and able to perform the work. The plans were prepared by Paul J. Ruffing, A.I.A., of Corona Del Mar. The floor plan is shown on the attached sketch.' A complete set of plans is on display in the City Council's conference room. The estimated date of completion is May 31, 1992 The project budget is: Construction contract (base bid) $ 191,876 Alternate bid items 6,200 • Miscellaneous 6 contingencies 15,000 Detention equipment (by City) 27,600 Professional fees 30,000 Surveillance system (Not in contract) 50.000 Total S 320,676 On August 21, 1991, the City Clerk opened and read 14 base bids for Contract No. 2836, ranging from $212,524 to $317,000. On September 23, 1991, the contract was awarded to Diversified Pacific Construction Co., Inc., of Newport Beach, in the total amount of $251,052 for the base bid and all of the alternate bids. Diversified Pacific failed to enter into the contract; therefore, on December 9, 1991, the City Council made a finding that Diversified Pacific had failed to enter into the contract; rejected all other bids received on August 21, 1991; and authorized the City Clerk to re- advertise for bids to be opened on January 8, 1992. aBejnaminl B. Nolan Public works Director KLP:so Attachment W _0 0 Q_ .1 It v •N z W _0 0 Q_ ►— w 3 It v •N z Z O N E � w L � 0 0 w 0_ `n CL O 0 C Of 0 U � 0 � n0' /-Y-1 L W _0 0 Q_ ►— w 3 It v •N z 8 a r lip i►in',,- 11 N 5I • i I , lI. tw t9 i < O `o rs � 3 x r � j.•• 6 a,Pf,. J F'. � � �. a d1 ��• Z � . U� a `m � .o•f� ioibl CC FP�1°t � I ! ♦ f r Q ' �0 ��3� 1 lip b: u 1 • i r1 J • TO: City Council FROM: Public Works Department SUBJECT: REMODEL JAIL (Contract 2836) December 9, 1991 CITY COUNCIL AGENDA ITEM NO. F -13 DFC {' 1991 1. Make a finding that Diversified Pacific Construction Co., Inc., has failed to enter into Contract No. 2836 awarded to them on September 23, 1991. 2. Reject all other bids for Contract No. 2836 received on August 21, 1991. 3. Authorize the City Clerk to DISCUSSION: The 1991 -92 budget contains an appropriation of $350,000 from the General Fund to remodel the jail. Bids were opened on August 21, 1991. The contract was awarded to the lowest bidder, Diversified Pacific Construction Co., Inc., of Newport Beach on September 23, 1991. Diversified Pacific has failed to execute and return the contract within ten days after the Public Works Department mailed the contract documents. The staff has notified Diversified Pacific that it intends to seek forfeiture of the Bidder's Bond. A demand has been made on the bonding company that the Bidder's Bond be forfeited. The Standard Special Provisions provide that the award, if made, will be made within forty five calendar days after opening the bids. Because of the long period of time since the bids were opened, it is recommended that the project be re- advertised for bids. The project consists of remodeling approximately 2,000 square feet of existing floor space on the first floor of the Police Station; half for juveniles, and half for trustees. One cell for female inmates will also be provided. All permits required from the State of California have been received. The floor plan is shown on the attached sketch. ti Subject: Remodel Jail (Contract No. 2836) December 9, 1991 Page 2 0 The project budget is as follows: Construction contract (base bid) Alternate bid items: Acoustic tile ceilings Carpeting Vinyl flooring New handicapped access ramp Subtotal alternate bids Miscellaneous & contingencies Professional fees Surveillance system (not in contract) Total 171 $ 220,000 $ 2,000 4,000 4,000 25.000 35,000 15,000 30,000 50.000 $ 350,000 The plans were prepared by Paul J. Ruffing, AIA, Newport Beach. The estimated date of award of contract is January 27, 1992. The estimated date of completion is June 1992. Benjamin B. Nolan Public Works Director KLP:so Attachments • of 1, z O W O W N O 4 O a a z w lu r- v,rin" ".% u 3 nC CW C L 0 0_ iv O C: 0 U co > • 0 - -L --� U i0 (D m �41 L 0 0 3 � z z O W O W N O 4 O a a z w lu r- v,rin" ".% u 3 I u r Q J I 0 Im W rim Q Y v r� tie f o- „: 2 • �� o ` s R a^ = n� M '3f. N pC U n e Y Z J 0 Im W rim Q Aftioned b PuhYbAdvardu mma of a8 kinds I I I - pubis nasms by A 21,1981, WWA?AM Juan 11, f STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested In the below entitled matter. I am a principal dark of the NEWPORT BEACH —COSTA MESA PILOT, a newspaper of general circulation, printed and published in the City of Costa-Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: December 12, 17, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on naramher 17 ,1991 at Costa Mimes C 'fomi Signature 0 10.00 PROOF OF PUBLICATION =P '. 3 i99' TO: City Council FROM: Public Works Department SUBJECT: REMODEL JAIL (Contract No. 2836) • September 23, 1991 CITY COUNCIL AGENDA ITEM NO. F -3(a) 1. Waive the following irregularities in the low bid of Diversified Pacific Construction Co, Inc.: a. The bidder's bond was issued by a company that is not on the Treasury list or the Insurance Commissioner's list. (An acceptable bidder's bond has been substituted). b. The bid documents did not list a subcontractor to install detention equipment. 2. &v"d Contract No. 2836 to Diversified Pacific Construction Co., Inc., Newport Beach, in the total amount of $251,052; consisting of the Base Bid of $212,524; $644.00 for acoustic tile ceilings; $1,967 for carpeting; $2,047 for vinyl flooring; and $33,870 for a new handicapped access ramp. 3. Authorize the Mayor and City Clerk to execute the contract. DISCUSSION: The 1991 -92 budget contains an appropriation of $350,000.00 from the General Fund to remodel the jail pursuant to Senate Bill 1637, which requires that juveniles be detained in separate facilities out of the sight and sound of adult inmates. The project consists of remodeling approximately 2,000 square feet of existing floor space on the first floor of the Police Station; half for juveniles, and half for trustees. One cell for female inmates will be provided. The appropriation did not include reconstructing the handicapped access ramp. The floor plan is shown on the attached sketch. A complete set of plans is on display in the City Council's conference room. / r 10. Glencraft Construction $271,842.00 Subject: Remodel Jail (C -2836) September 23, 1991 $278,000.00 Page 2 Torrance • 12. K -W Western, Inc. $288,390.00 At 11:00 A.M. on August 21, 1991, the City Clerk opened • and read 14 base bids for Contract No. 2836 as follows: Bidder Base Bid 1. Diversified Pacific $212,524.00 Newport Beach 2. Tibs Construction $216,300.00 Mission Viejo 3. DTEC Construction $217,000.00 Gardena 4. J.H. Rives Co. $243,805.00 Anaheim 5. RBP Construction $248,000.00 San Dimas • 6. Irvine Engineering Corp. $248,444.44 Irvine 7. Varkel Construction $251,000.00 Laguna Beach 8. Pole Construction $253,600.00 Irvine 9. Rohm - Joyner Construction $256,000.00 Yorba Linda 14. B.K. Construction $317,000.00 La Habra 10. Glencraft Construction $271,842.00 Orange 11. Jamik construction $278,000.00 Torrance 12. K -W Western, Inc. $288,390.00 Irvine • 13. Soar Corp. $294,000.00 La Habra 14. B.K. Construction $317,000.00 La Habra Subject: Remodel Jail (C -2836) September 23, 1991 Page 3 • The low bid is 5.5% under the Architect's estimate of $225,000.00. The low bidder is a well - qualified experienced General Building contractor who has not previously worked for the City. The plans were prepared by Paul J. Ruffing, A.I.A., of Corona Del Mar. All permits required by the State Department of Corrections have been received. The estimated date of completion is February 15, 1992. The bidder's bond was issued by a company that is not on the Treasury list or the Insurance Commissioner's list; however, the staff considers this to be a curable defect which can be cured by substitution of a conforming bidder's bond prior to award of the contract. The architectural specifications required that detention equipment be installed by the manufacturer. Diversified Pacific did not list a subcontractor for detention equipment, intending to install detention equipment with its own • forces. The next four lowest bidders listed detention equipment manufacturers as sub - contractors. The staff would find it difficult to recommend that the lowest monetary bid be disqualified on that basis alone. The second lowest bidder did not include any experience references, and its bid bond was not acceptable. The third low bidder's papers were in order, but its list of experience references was inadequate. The fourth lowest bid was acceptable. The project budget is as follows: Construction contract (base bid) $ 212,524.00 Alternate bids: Acoustic tile ceilings 644.00 Carpeting 1,967.00 Vinyl flooring 2,047.00 New handicapped access ramp 33,870.00 Surveillance equipment (not in contract) 50,000.00 Misc. & contingent costs, including asbestos survey & removal (N.I.C.) 18.948.00 • Subtotal $ 320,000.00 Architect's fees 30.000.00 Total $ 350,000.00 Subject: Remodel Jail (C -2836) September 23, 1991 Page 4 • The Police Department intends to reserve $50,000.00 of the appropriation for a video surveillance system which will be installed by the staff. After the plans were completed and all required approvals obtained, it was determined that the existing ramp does not meet current standards. if contingent costs can be controlled, it will be possible to build the ramp and the other alternative bid items of construction within the appropriation. 42& Benjamin B. Nolan Public Works Director KLP: so • Attachments I• 0. :7 C �- w 0 N Qi U) E > w L CY (0 0 w 0_ 0 0 Ql °- 0 ❑ C a 0 U 0 n Cr (0 lV (�0) W L 0 0 �- w 3 U- Qi u m it � In,, i s I <i I. L R a i • v s a s I � f9ot Zz � j -Ij X v° o ± sl Z4 o rp I mop RAMP-- -- 'D '0 361 U �qZg _. • tljC Z Im 1-0 --ti- ra ID j � H I too I Z ry ao :0 a �1 j p 4'�i;)r?X�a Si 0gy 0 r Z Q mlc C�4AF (i p.211� . • L roc 9�Cn �0 -If zIOZ mQ� � Z � 6 i no0 - ��" ��• X11 �1 011 I 1 IF 5'• e" 131.40 II 00. . City Council Public Works Department SUBJECT: REMODEL JAIL (Contract No. 2836) RECOMMENDATIONS: 1 2. 3. DISCUSSION: July at 1991 CITY COUNCIL AGENDA ITEM NO. F -11 Approve the plans and specifications. Authorize the Mayor and the City Clerk to advertise for 7.saxv. Direct the staff to prepare plans for rebuilding the existing handicapped ramp at the Police Station to current standards. The 1991-92 budget contains an appropriation of '$ 350,000 from the General Fund to remodel the jail pursuant to the requirements of Senate Bill 1637 which requires that juveniles be detained in separate facilities out of the sight and sound of adult inmates. The project consists of remodeling approximately 2,000 square feet of existing floor space on the first floor of the Police Station; half for juveniles, and half for trustees. One cell for female inmates will also be provided. All permits required from the State of California have been received. The floor plan is shown on the attached sketch. A complete set of plans is on display in the City Council's conference room. The construction budget is as follows: Construction contract $ 260,000 Asbestos survey and removal 100000 Miscellaneous & contingencies (10 %) 27.000 Subtotal $ 297,000 The plans were prepared by Paul J. Ruffing, AIA, of Newport Beach. The estimated date of award of contract is September 9, 1991. The estimated start of construction is October 1, 1991. The estimated date of completion is February 15, 1992. Subsequent to the time the plans were completdd and all required approvals obtained, it was determined that the existing handicapped access ramp to the Police Station does not meet current standards. Attached to this memorandum is a memo from the Building Department recommending that the handicapped access ramp be modified. , FROM: City Council Public Works Department SUBJECT: REMODEL JAIL (Contract No. 2836) RECOMMENDATIONS: 1 2. 3. DISCUSSION: July at 1991 CITY COUNCIL AGENDA ITEM NO. F -11 Approve the plans and specifications. Authorize the Mayor and the City Clerk to advertise for 7.saxv. Direct the staff to prepare plans for rebuilding the existing handicapped ramp at the Police Station to current standards. The 1991-92 budget contains an appropriation of '$ 350,000 from the General Fund to remodel the jail pursuant to the requirements of Senate Bill 1637 which requires that juveniles be detained in separate facilities out of the sight and sound of adult inmates. The project consists of remodeling approximately 2,000 square feet of existing floor space on the first floor of the Police Station; half for juveniles, and half for trustees. One cell for female inmates will also be provided. All permits required from the State of California have been received. The floor plan is shown on the attached sketch. A complete set of plans is on display in the City Council's conference room. The construction budget is as follows: Construction contract $ 260,000 Asbestos survey and removal 100000 Miscellaneous & contingencies (10 %) 27.000 Subtotal $ 297,000 The plans were prepared by Paul J. Ruffing, AIA, of Newport Beach. The estimated date of award of contract is September 9, 1991. The estimated start of construction is October 1, 1991. The estimated date of completion is February 15, 1992. Subsequent to the time the plans were completdd and all required approvals obtained, it was determined that the existing handicapped access ramp to the Police Station does not meet current standards. Attached to this memorandum is a memo from the Building Department recommending that the handicapped access ramp be modified. , 4 I CITY OF NEWPORT BEACH V= P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 e.. cq4 Fp a��t' TO FROM SUBJECT: MEMORANDUM Police Chief Building Director — 4 HANDICAPPED RAMP AT POLICE DEPARTMENT DATE: June 20, 1991 ------------------------------------------------- -- ------ -- ------ ----- - - - - - -- It is our recommendation that the handicapped access ramp at 870 Santa Barbara Avenue should be resloped to conform to existing requirements and a detailed drawing be prepared by the current architect redesigning the youth jail facility at the rear of the police station. Background: When the ramp was constructed in 1973, Section 3306(c) of the Uniform Building Code required a slope of 1 in 8. However, federal regulations • required access to public buildings since 1968, additionally current code requires that access at the primary entrance be provided every time improvements exceeding $70,000 are made to a structure. The Federal Access Disability Act is complaint oriented and anyone could force installation of a complying. ramp. This is why we strongly recommend that the handicapped ramp providing access to the front of the building be re -built to current requirements. RWS:np c: CC ty Manager ublic Works Director Police Department (Lt. Newman) ;•n 2+ JUN 2 4 i39t (:Aur 1 3300 Newport Boulevard, Newport Beach r� • t. -J w Z of O (D E w L o w Q 0 0 0 o ❑ C a 0 0 .--1 U 0 0 o -4 J L - -o o o_ w of U-( Authorized to publish Advertisements of all ldn*uding public notices by Decree of the Superior court of Orange County, Cal'domia, Number A-6214, September 20, 1861, and A-24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: July 11, 16, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on July 16 ,1991 at Costa Mesa, Califor ' Signature PROOF OF PUBLICATION