Loading...
HomeMy WebLinkAboutC-2941 - Readily Achievable American with Disabilities Act (ADA) Alterations and Priority Structural ADA AlterationsAugust 7, 1995 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Allied Engineering 970 No. Tustin Ave. Anaheim, CA 92807 (714) 644 -3005 & Construction, Inc. Subject: Surety: Vigilant Insurance Company Bond No.: 8901 0979 Contract No.: C -2941 Project: Readily Achievable ADA Alterations and Priority Structural ADA Alterations The City Council of Newport Beach on July 10, 1995 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on July 18, 1995, Reference No. 95- 0304041. S incerel_y,, /e / "),, _ e Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING �® PQP011 EPA City Clerk /IC7 7..2n City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 J 004041 18—JUL—i995- 95- 1a 06 AM Racorded in Uif:=ia; °Records of rjPA11gP i1.lj i1!A -, i_.;! fo�rili.e jar, L. "u';dciV:11F, C1;5rr,4e!uruer Page i of i F7 is $ TAX= G i�y . "I. "Exempt from recording fees ursuant to Government Code Section E103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Allied Engineering & Construction, Inc., 970 No. Tustin Ave., Anaheim, CA 92as Contractor, entered into a Contract on September 23, 1994 Said Contract set forth certain improvements, as follows: Readilv Achievable ADA Alterations and Prioritv Structural ADA Alterations (C -2941) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on March 7, 1995 and was found to be acceptable on July 10, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Vigilant Insurance 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 kGcZ_&� Newport Beach, Califo`fnia.V BY 6L� i y Clerk , at I R • TO: FROM • MAYOR AND MEM PUBLIC WORKS DEPARTMENT 0 July 10, 1995 CITY COUNCIL AGENDA ITEM NO. 16 CIL SUBJECT: ACCEPTANCE OF READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATION, C -2941. RECOMMENDATION: 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. DISCUSSION: The contract for the construction of the Readily Achievable ADA Alterations and Priority Structural ADA Alterations has been completed to the satisfaction of the Public Works Department. The lump sum bid price was Amount of change orders Total contract cost $466,650.00 41,967.87 $508,617,87 A total of thirteen (13) change orders were issued to complete the project. The majority of the Change orders dealt with architectural modifications and construction modifications to accommodate several building code requirements. Change orders in excess of $2,000.00 were as follows: 1. A change order in the amount of $5,271.00 provided for the installation of a drain line at Cliff Drive Park and the relocation of two electrical panels in the restrooms at Buffalo Hills Park. 2. A change order in the amount of $3,630.45 provided for the demolition and reconstruction various wall and doors at Buffalo Hills Park restrooms; and a new sprinkler system at Cliff Drive Park. 3. A change order in the amount of $4,704.09 provided for the replacement of damaged tiles at Corona Del Mar Beach's restroom and relocation of SCE meters to exterior building walls at Buffalo Hills Park. i f SUBJECT: ACCEPTANCE OF READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATION, C -2941 July 10, 1995 Page 2 4. A change order in the amount of $3,393.00 provided for the removal of existing facilities and installation of new water closets and appurtenances in the public restrooms location at the Balboa Island Fire Station. 5. A change order in the amount of $4,405.70 provided for the removal of a wall for handicap access, wall modification for a drinking fountain and the installation of metal entry doors Corona Del Mar Beach restrooms. 6. A change order in the amount of $4,725.00 provided for grading at various park sites to eliminate grade differences for purposes of public safety. 7. A change order in the amount of $2,970.35 provided for the installation of extra tissue dispensers and floor drains at Corona Del Mar State Beach restrooms; and move -in costs to finish City Hall steps outside working hours. 8. A change order in the amount of $2,619.21 provided for the installation of hinges, locks pulls and miscellaneous hardware; and painting the restrooms and doors at Corona Del Mar State Beach Park. 9. Three change orders totaling $8,580.69 provided for portable restrooms at Cliff Drive Park and Corona Del Mar State Beach during the closure of the permanent restroom facilities. Funds for the project were budgeted in the General fund, Account No. 7014- P301104A. The contractor is Allied Engineering and Construction, Inc., City of Anaheim. The contract was substantially completed by March 7, 1995, well ahead of the April 10, 1995 specified completion date. ti Ok Don Webb Public Works Director HH:so • • 0 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: September 23, 1994 (714) 644 -3005 SUBJECT: Contract No. C -2941 ce�wl <lLVCtZ. -aC.C-• Description of Contract Readily Achievable ADA A1tPrntionc and Priority Structural ADA Alterations Effective date of Contract September 23. 1994 Authorized by Minute Action, approved on September 12, 1994 Contract with Allied Engineering & Construction Inc_ Address 970 No. Tustin Ave. Anaheim CA 92807 Amount of Contract $466,650.00 "X� S Wanda E. Raggio City Clerk WER :pm Attachment 3300 Newport Boulevard, Newport Beach L • • September 12, 1994 Crp 1 719:x4 ' CITY COUNCIL AGENDA I ` " ITEM NO.---LL--- APPEOVEa-- TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941) RECOMMENDATION: Award Contract No. 2941 to Allied Engineering & Construction, Inc. for the total bid price of $466,650, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on August 30, 1994 the City Clerk opened and read the following bids for this project: Low Allied Engineering & Construction, Inc. 2. Perera, Inc. 3. TLS Construction, Inc. 4. Wakeham -Baker Inc. 5. Varkel Construction, Inc. 6. DTEC Construction, Inc. TOTAL BID PRICE $ 466,650.00 491,700.00 518,998.00 549,549.00 566,740.00 816,000.00 The low total bid price is 1% below the combined construction estimate of $470,000.00. Adequate funds to award this contract are available in the appropriation for Americans with Disabilities Act Improvements, Account No. 7014 P 301 040 A. The low bidder, Allied Engineering & Construction, Inc., is a well - qualified general engineering contractor that has not performed previous contract work for the City; however, checks with Allied's experience references and the State Contractors License Board records has shown that Allied has successfully completed projects of a similar nature as a general contractor for other public agencies and has no pending actions detrimental to their contractors licenses, respectively. (0) 0 0 SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941) September 12, 1994 Page 2 • This project provides for the removal of barriers to handicapped individuals at 39 sites within the City. The contract includes replacing or modifying front entry doors, furniture, restroom fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing signage at 25 "Readily Achievable" sites, and removing and reconstructing dilapidated restrooms at Cliff Drive Park; remodeling and refurbishing restrooms at Corona del Mar State Beach and in Harbor View Homes; and removing other barriers at 14 "Priority Structural" sites. Plans and specifications for the project were prepared by Hutson & Partners (formerly Hutson & Rome Partnership), by LEESAK Architects AIA, Inc., and by the Public Works Department. The contract specifies that all work shall be completed within 120 calendar days or by April 28, 1995, whichever occurs first. Plans and specifications for the 3rd and most costly phase of ADA work, termed "Structural', have not yet been started. Award of a consultant • services contract for the 3rd phase is being considered as a separate item in today's agenda. Benjamin B. Nolan Public Works Director LD:so C J NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 11:00 A.M. on the 30th day of August , 1994, at which time such bids shall be opened and read for ADA ALTERATIONS e 2941 Contract No. $470,000 Engineer's Estimate ,� v 1% F i X Rpproved by the Cityy Council this 25th day of dulY , 1994. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR.92659-1768. For further information, call Lloyd Dalton at 644 -3311. Project Manager Page 7 NOTICE TO SUCCESSFUL BIDDER 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. siv1 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATIONS CONTRACT NO. 2941 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 Contract No. 2941 in accordance with the Plans and Specifications, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Mobilization Lump Sum Twenty -Seven Thousand _Six Hundred Dollars and - - - -NO /100 - -_------- Cents $ - 27,600 00 Per Lump Sum ---- - - - -- 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. Construct ADA Alterations Lump Sum Four Hundred Thirty-Nine-Thousand Fifty --- Dollars and ------ - - - -NO /100 - - - -- Cents Per Lump Sum Four Hundred Sixty -Six Thousand Six Hundred and Fifty - - - - -- - -------------------------- Dollars and -- ------- - - - - -- NO /100 ------------ - - - - -- Cents TOTAL BID PRICE (WORDS) 8/30_/94 Date 714- 520 -2124 ------------------------ Bidder's Telephone No. 651356 A, B, C -10 ------------------- - - - - -- Bidder s License No. & Classification S 439,050 _00 S 466 650 _00 ___ TOTAL BID PRICE (FIGURES) Allied Engineering & Construction Inc. ------------------------------------ Bidder d41.� Jaleh Tadjdeh President ------------------------------------- Bidder's Authorized Signature & Title 970 No. Tustin Ave., Anaheim, CA 92807 Bidders Address INSTRUCTIONS TO BIDDERS • 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 0 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 651356 A, B, C -10 Contractor's License No. & Classification Allied Engineering and Construction Inc. Bidder 8/30/94 Jaleh Tadideh, President Date Authorized Signature /Title 5/91 0 0 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. Subcontract Work Subcontractor Address 1. Plumbing Oasis Plumbing Buena Park CA 2. Glazing & Store Front Paramount Deep & Glass Paramount. CA 3. Painting K &J Painting Anaheim. CA 4. Roofing Staley Roofing Chino Hills_ CA 5. Tile Work Peter Lucas Anaheim, CA 6. Railing Crane Veyor Corp. Fl Monta, CA 7. Partitions Global Steel Products Ins AngelPC, cA 8. 9. 10. 11. 12. Alligd Engineering & Construction Inc Bidder 5/91 lalah li rig i�iah, Praci ant Authorized Signature /Title Paget 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Allied Engineerina & Construction as bidder, and Vigilant Insurance Company , as Surety, are held and firmly bound unto the C ty of Newport Beach, California, in the sum of Ten Percent of the Amount of the Bid Dollars ($ _ 0 ),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 R adi A hiva" a ADA Alterations & Priorit Stru to 1 ADA Alterations (Title of Project and Contract No.) n 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 exectkte and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the* Specif ications 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 30th day of August , 1994. Al1ied C;nngjneerina &. Con struction B1d'der (Attach Acknowledgrlent Of Attorney -In -Fact) Notary Public Commission Expires: 2 -8-95 5191 By Authorized - Signature /Title S yVigirla/nJt�Insurance Company BY: s h E.Cochran,Attorney in Fact E 0 ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) ) S.S. COUNTY OF Los Angeles ) On before me, personally appeared ouyeWn t.\.UCM -dIl _X personally known to me; or proved to me on the basis of satisfactory evidence to be the person (!X) whose name(!) is /ar)a( subscribed to the within instrument and acknowledged to me that he /shw/fth c executed the same in his /hxx7,Athxad= authorized capacity(i)ws) , and that by his/kxxx�tkmir signature(s) on the instrument the person(:.) or the entity upon behalf of which the person(a) acted, executed the instrument. WITNESS my hand and official seal. OFFICIAL SEAL (SEAL) PATRICIA A. DOLAN NOTARY PUBLIC CALIFORNIA LOS ANGELES COUNTY / J My Commission Expires Feb. 8.1995 Signature of Notary P -ublic ----------------------------------------------=------------------ ----------------------------------------------------------------- CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Surety and and Limited General Signer is representing: Surety ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title or type of document:_ Number of pages: Date of document Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE urp /rlfonn \xknowlg(rcv 12192) .up/a:lfoemlxRnvvig(rcv 12192) r pk • POWER OF ATTORNEY Know all Men bye hese Presents, That the VIGILANT INSURANCE COMPANY, 75 Mountain View Road, Warren, New Jersey, a New York Corpota- tiOn, ties constituted and appointed, and does hereby constitute and appoint Howard Siskel, Richard Adair, Joseph E. Cochran, and Bronwyn Murdock of Los Angeles, California -------------------------- --- -- --- -------- - - - - -- each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seat to and deliver for and on its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and consents lot the release of retained percentages and /or final estimates. In Wltneu Whereol. IM said VIGILANT INSURANCE COMPANY has, punuml a its By -L gm. asueed lheae pnsems to be Signed by its Vice- President and Assistant SecrNary and its corporate Seat a be hereaadiaedthis 19th day Of November 1692 STATE OF NEW JERSEY SS. I County of Somerset e VIGILANT IN C MPANY By ge McClellan vlae-Prwam On vas 19th day of November 16 9 2 , belats me personally tame RWwd D. O'Connor to me known and by me known to be k1sedaAl secretary of the VIGILANT IN- SURANCE COMPANY, that corporation descneed in end unicn eaeGuled the foregoing Paves of Mornay. And the Said Richard D. O'Connor Wing by me duly Sworn. did depeae and My Wt he is Assistant Sewebry of the VIGILANT INSURANCE COMPANY and Andes lots cofporaa wal tM1601; dust the "Al Mead Ib the bregdno Power of Ationney b Such Corportle "All and was thereto blued by mhunny d the BY Laws bl Sato Company, And Sued he signed sad Power of fsharmy As Assistant seandw y of said Company isle like, wthway. and that he is acpuaiNad VIM George MCCleffen and knows him to W the Viae- PneS,Omt of said Company. And dot the signature of led George AaCkMm sudecrioed to zed Power of Attanoy is in the geauiho heMwifilp of SAW George MCCWhA and was Manna subuf"d by Whaley of sad Sy -laws and in depwani a presence. NaariarsaaL -`y. nt /y Acknowtsdpea and SAOm n befaa me at de, ate An. 77 Notery Pubtk CERTIFICATION STATE OF NEW, JANET A. SCAVONE W JERSEY COUO of Somerset se. Notary Public, Slate of New Ielsey County Ko.1V206u520 I. Use undersigned. Asmuta S.,otuy of Ina VIGILANT INSURANCE COMPANY. de henmy ewWy UTAt the fdb+eirg IrFtNif c rp I'm SpLLshyz of 1M Asia Company AS adopted by be Boded at Ditacfds on June Q. 1674 W nlml ranandtV Amended Mwch 7, ISM and Sal 0612 BY-Law b M lad Iate ofd INW. -ARTICLE xY Sea1iM 2. AR bonds, undertakings, contracts And other Wmmuma ahel can AS •boos the and on banAfl M W Company wNiah b b wttadaee by law of he ahmw to tsaewa, maY Sue shalt de saeauad in the amts and an behed of de, Company eider by de, ChAdue n a Use ViceilWrmen a Ua Pre Went or A VIC►Pnsident, jointly with the Seentuy or an Assistant Secrabry. under they respective designations, except thN any one or more onieers a AvomeyA- imlrcct designed in Any nboludan of the Bo ad of Directors or US, Executive Cosendus, w N any aAar of anwneY executed ss Provided to in Section J below, fray eaxde Any such,tond, undeneaing as cans, owdaynn AS w000sa In such nedulkln w Power of sstwroy. SecSon3. AU powers a mbrnoysor me be behalf due Company may and tlaad be uaculW N ea NtM and on amad of the company. ekhhr by the Chehman or the vko-Cnaihnm or me Pnteklard Of Y.M. PaMidenta NYCelstaaidwd. PindY wehdr SeaMNya w Aesbcuu Saareury.uncsn UrV sespectan detfyWbm. The tigruWre d such odicw+ male de enoraved, awed a krryraphed. The sgnutwe of eaan aim Maowbp0aken: CnsifmAn. Vice crwhem. Pre ssaw. Aft v" Preadam. NY Vice PfeAMecU, Anysxfeury, Sole ASSlelah15weWy ud the MM 01 de, CanPwymeY he affixed bylamimise a any Poww bl A1lefMy a b AnY nNfieale rtlatfnp IherNb ePDONIkq AubWt Secnudeaw Anwraya -fnFact lOr WnpdeeS oava eMAdinp area attnap bads,nd uMSM1akiru andotnar wrYecga nsbhpuorylnme nature vaned, and My wNpwrsf d �xaneYa deNhcW deukquM bcaknkle ti6Ntunorb[aNVM,W MtAd Oa vAtd AnddodusguPOndte CaIWenY W enYSUCh power eoeaecwed w mnihe0 by wcn lecaimHe signaurs W IaWmi4 wtl,neu de wi0andbindinguan Uce Gawenyw5wsesaa aAnybaW a urdenakUp l0 whim H b allncbee." 1 WNW WWI ElM saMVIGtuNT INSURANCE COMPANY is ap formed a vanmct filet iy sue SUnty t shwas In tha SMao1 California ,andbatso duly 4cerese0 bbecona solewreryon Ends. undenekinpi, etc. pcanlueewreguirW bylhe MW dthe Uldled SMle4 r. ..... .. And I WNaf anitymed Nelaepoacghewer dAUanoY b fwrintutltade udadect. Givenunder mYhandendlhe eetld aidCMaanyst Wuren, NJ., 94 fYYwtEb 0 0 Page 5 NON - COLLUSION AFFIDAVIT State of California ) 14i ) ss. County of Qr- nqe ) T Jaleh Tadideh being first duly sworn, deposes and says that he or she is �; d nt of All" i l �ni n%ti nn x -t=ls ruction Inc the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine 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 that the foregoing is true and correct. ,• Enginepring X Const—d7ion ..- Subscribed and sworn to before me 19g� President _ uthor' ed Signature /Title this day of , ..�� Notiry My Co ae " I 5191 [SEAL] EDWARD 5. F AllAH COMM. i 1016424 Z? -a Public — COII V610 ORANGE COUNTY My Comm. E)pkes FEB 6. 1998 u • 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 1992 City of Santa Fe Springs Elmer Aman 310- 868 -0511 1991 US Department of the Army Nathan Sackerson 310 - 795 -2378 1993 L.A. Unified School Dist. Jerry Jones 213- 742 -7601 1993 Neptune Thomas Davis AIA Ron Twyford 909 - 279 -9001 1990 Pamco Development Jane Azizian 310- 521 -6741 Allied Engineering & Construction Inc Bidder 5/91 Jaleh Tadideh President Authorized Signature /Title 0 Sonde. 8901 0979 PremlM $8.000.00 Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Septamher 19 1494 has awarded to hereinafter designated as the ' Principal ", a contract for Readily Achievable ADA Alterations ! Priority Structural ADA Alterations (Contract No. 2941 ) 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. 2941 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, Allied Engineering & Construction Inc. as Principal, and Vigilant Insurance Company as Surety, re a ouig,u atn2 the City of Newport Beach, inn the sum of 34HR�;�� Dollars ($466.650.00 ), 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 or to the specifications accompanying the same shall in any wise affect its 5/91 0 0 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 9th day of September , 19A. Allied Engineering & Construction Inc. Name of Contractor (Principal) �Iligilant Insurance Company Name of Surety 15 Mountain View Rd.Warren, iQ U7061 -1615 V,Address of Surety NOTARY 5/91 OF Jaleh TadAeh, Preside Richard Adair,Attorney in Fact 201 -5167 -9400 Telephone AND SURETY MUST BE ATTACHED 0 0 ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) ) S.S. COUNTY OF Los Angeles ) On September 9,1994 before me, Patricia A. Dolan , personally appeared X— personally known to me; or proved to me on the basis of satisfactory evidence to be the person (.%) whose name(A) is /am subscribed to the within instrument and acknowledged to me that he / &kX01XblW executed the same in his /kx=A th;eJ= authorized capacity(i)m), and that by his /tlFxal(#2hair signature(&) on the instrument the person(ae) or the entity upon behalf of which the person(a) acted, executed the instrument. WITNES,.S my hand and official seal. (SEAL) ignature of Notary Public CAPACITY CLAIMED BY SIGNER: OFFICIAL SEAL PATRICIA A. DOLAN m NOTARY PUBLIC- CALIFORNIA LOS ANGELES COUNTY My Commission Expires Feb. 8, 1995 Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact Trustees) Guardian /Conservator Other: Signer is representing: Surety and and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title or type of document:_ Number of pages: Date of document Signer(s) other than named above: _ THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE wp /c: \form \acknmvlBfrev 12!92) wphAfonn\acknowlg(mv 12/92) 9 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that B4b No. 8901 U979 Pr ium included in FP Bond Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 12, 1994 has awarded to ALLIED ENGINEERING AND CONSTRUCTION INC. hereinafter designated as the "Principal ", a contract for RFADII Y ACHIFVARI F ADA Al TERATIONS & 2ITY STRUCTURAL ADA ALTERATIONS (Contract No. 2g41 ) 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. 2941 and the terms thereof require the furnishing of a bond, Fr�oviding 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, We, ALLIED ENGINEERING R CONSTRUCTION ING_ as Principal, and VIGILANT INSURANCF COMPANY as Surety, e51fy d u to the City of Newport Beach, in the sum of g H DA ��JX USI�ND Dollars ($45F�Sn_nn ) . 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 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 /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 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 9th day of September , 1994. Allied Fnginearing R fonstryctinn Tnc, Name of Contractor (Principal) Vigilant Insurance Company Name of Surety 15 Mountain View Rd, Warren, NJ 07061 -1615 Address of Surety E`r60_;VAI 5ro1 OF Authorized Signature /Title Jaleh T j'deh, President by. AubtlfWr ized Agent Signature Richard Adair,Attorney in Fact 401- 967 -94UU Telephone AND SURETY NUST HS ATTACHED E 0 ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) ) S.S. COUNTY OF Los Angeles ) On before me, _, personally appeared K1ChaPd Adair , X— personally known to me; or proved to me on the basis of satisfactory evidence to be the person(!() whose name() is /axxK subscribed to the within instrument and acknowledged to me that he / %kroyxlxhW executed the same in his /k*=%kkx)C= authorized capacity(i)m) , and that by his /:km:aithaix signature(%) on the instrument the person(%) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and (SEAL) Signature of Notary CAPACITY CLAIMED BY official seal. OFFICIAL SEAL PATRICIA A. DOLAN o NOTARY PUBLIC CALIFORNIA LOS ANGELES COUNTY My Commission Expires Feb. 8. 1995 Public ------------------------------------------- ------------------------------------------- SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is represent and and Limited Genera ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title or type of document: Number of pages: Date of document Signer(s) other than named above: _ THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE wp /c:\form\acknowlg(mv 12192) wp /a: \form \acknowiglmv 12192) POWER OF ATTORNEY Knew 60 Men by phew Presslttsr Thal the ONT INSUPANCE COMPANY, 15 Mountain VWI&. Warren, Now Jersey, a Now York Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Howard Siskel, Richard Adair, Joseph E. Cochran, and Bronwyn Murdock of Los Angeles, California ------------------------------------------ - - - - -- each its true and lawful Affomey -in -Fact to execute under such designation in its name and to affix Its corporate seal to and deliver for and on Its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of Its business, and consents for the release of retained percentages and/or final estimates. In yatlntaeewbenW, the sea! VIONANT INSURANCE COMPANY has. mrtwm b Us aplawa. caused Praa Pma bbe signed by ss ViMPnadent and AMMaM Saenetary had Me 01* Mal WW twrab atrued dde 19th day of November 1992 STATE OF MEW JERSEY es. County of Somerset VIINLANT RANGE C M ►Andy ey Mtcrsan VbeYMNdaM On rat 19th ds'o1 November to 92. Wbn ma pNaNWly Arne Rido or oT:NmN b" state and by had trim to W AMm.a Secretary of sr VIGILANT 111- SUNANCE COMPANY. theme, ft daacribed b ant ~ seemlad ar breeotria PowNa AIINMy, and tru aW RNlwd O. C'CTMrbeep by me dulyawom. did depot and ab that he is Assistant See aury of Na VIONANT INSURANCE COMPANY and andM the mrpane MN Pre W : dal aN seat RMaed b the bneesep Powa a A"MMy r K" CNpaar MM Nd rM #w aaeed by NAhNaY a the Iii LM a Yd CampMy, and MN W slerrd aed Power a Aasnp M AWSIaa 9acatNy a aW corrpariy a' eu aueway: and Sut M Y aeawbtM well aeNpe McCMaM ant sines hall b M IW Vi PrMdMt a Md CW110", and that the egnattra of Md GOOW McCrMn NOW~ b had PNMr or AltenMy is in do eeanMr hMdW" a Mid (Yves McCNMe and was MN aubMnbsd by *~y a had apLawa ant b IN 's ataMM. ACIMMSdpsd Nd ewNn b beta ma �� •'.i r r TIM date b IMn. Na.y Part CERnA1CAT10N STATE OF NEW JERSEY JANET A. SCAVONE County of Somerset as. Notary Mud. Stec of New JeNoy No.2065520 Ymq gn�sOa� a IM 1. xu W M WW. AM bum SWIV Ary a the VNaANT INMANCE COMPANY, do anby mdMy MN the 16110 beylwM nCTg y M a Wod by b Bwd a CMCtm T June 17. 1974 and most neeeWalY amended Math a. INS and that der 6y4aw Is In ins forms and N1N.1. ..'4117116M )w $KIM 2. M lands. N1denMaps. contracts and ~ snare ntn other than M abets rot and T behalf a On Company ~ a N tethNlMd by taw ar M chatter b Mecuse. my and allies be sm Ned W the nanw and T b~ of tin Company ebtMr by the CN mien N are Vica Cnairmas or the prMidenl ar a VitwPfflodenl. latch wah the SMatW w an AssrtaM Secretary, unosr their aspec ne designation. except that Nry bee a none a anent a anaruy~W designated in any min utrn it fin Sherd a tlxeaten N fhaEX901WA Canna t". ar in any pprer a anwney executed M V anded to in Sectim a babe. may Macau any s15'In bond, aMellatNq W ether o11- " M ptbsldad In such nwakit onn N Panel of WIM my. Sectiona.Allixis, Clow WYNiserdTbehallathaCan PIssden NTto[aReeldna,pinycosh tlw Seaelaryaani a ar tabwlnp eMMn: Clsarnerl, Vb t.YUdnen. Pretl4ta. lk~NMVMNSWVMXWTPMMANMCDMPA"YWd* CNrMdbbaMMedM9yNgNAlybnwxMYrIMSMea California ,andrNMNAyeMMad bbNxmteesrsuroryTbTds,undwtM W.at .Pen"KWwneuWdbytW*mof WLWAOBlain. AndltuMtNCedaythattlN bagMgPOMraAxanrysngrrb 1pfarWNdeMtl. j STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE SEPTEMBER 7P 1994 POLICYNUMBER: 1191320 - 94 CERTIFICATE EXPIRES: 4-1-95 I- CITY OF NEWPORT P.O. BOX 1768 NEWPORT BEACHP L BEACH CA 92659 -1768 JOB: ALL OPERATIONS This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate 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. X PRESIDENT EMPLOYER ro- ALLIED ENGINEERING AND CONSTRUCTIONP INC. 3304 YORBA LINDA #268 FULLERTONP CA 92631 ' - HIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF W2621REV. 5-94) 09 -14 -1994 04:57PM FROM ALLIED TO 16196939405 P.02 • • Page 10 �.%' °.reC�ef.✓�'x 't: � ^...�.�. } .;+ <�r. S.±a11�r��! ''= .,:..,,:%.... �` _.W ,."Y� J�_. r.-i.. "� i�� COMPANIES AFFORDING COVERAGE MARK RUBIN INSURANCE TIERRA GRANDE •• y , , CA SAN M •• 1'• _ • NAL UNION INSURANCE COMpANy LETTER OF 110URED 17E ALLIED • CONSTRUCTION, "7; • 3304 • • D BLVD., 71• M • I•• FULLERTON, . i � • ;ni"� i�+rw.i F" `t 'T ^?R.�•F+o'yr �. CST". .ntY^`. y'°�`�, "�n ' + T� v.'�f'3 CR;`• L':�f �t u Sh'.3`T 'd y>} Eli .'.,�' :.m ''-•+ ;v :r�. n+i`' :,o;: , iw: x:;.. _v �• ' 111 111 Ii! m 1,000,000 S 1 111 _ ,� 11,000,000 • -.•.° Vq _ 111 �.5..• - J' 1 1 1 '._ •J ® 111 111 � °�� �, ��.,ymC '7 j � ° M 171• 7i/ M644-9309218 • • . � • J r '��{�y ��.. •111 �� .J • t.:.i':h t ,. y' ":,�m 111 111 111 J J J• FOR TKI CRY OF NV~ BEACH BY %I V4 WMF OF M NAMED MMED . Readily .. •1• Alterations And Priority.Structural •1' C-2941 mow; N. CITY OF NEWPORT BEACH , S • NEWPORT • / • / NEWPORT BEACH, CA 92659-1768. 71 �I�//I/ / +- --: 09 -15 -1994 01 :53PM FROMqJLLIED TO 16196939405 P.02 page 11 It is agreed that: 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 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(s) named in Paragraph l of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (g) Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 1,000,000 aggregate The applicable limit of contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). $191 09 -15 -1994 01 :54PM FROM ALLIED TO . 16196938405 P.03 Page 12A 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 Newwtpmort Beach by registered mail, Attention:, 1 l l o ��Lerat�on'sa& ent. Readily Achlevab e 7. Designated contract: Priority Structural ADA Alterations C -2941 This endorsement is effective 9/16/94 at 12:01 a.m. and forms a part of Policy No. 91644-9309218 of AMERICAN INTERNATIOtML SPECIALTY (Company Affording coverage). LINES INSURANCE COMPANY Insured: ALLIED ENGINEERING & CONSTRUCTION, INC. ISSUING COMPANY By: L Authorized Re r sentat ve slut Endorsement No.. 09 -15 -1994 01:55PM FRO PLLIED TO • 16196938405 P.04 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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 P) combined Single Limit Bodily Injury Liability & Property Damage Liability per person $ per accident S $ 1,000,000 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 accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 5191 09 -15 -1994 01 :56PM FROM ALLIED TO 16196938405 P.05 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. Readily Achievable ADA Alterations & Priority 5. Designated Contract: Structural AD C-2941 T tle and Contract No. This endorsement is effective 9/6/94 at 12:01 a.m. and forms a part of Policy No. 91 64 4- 930921 8 of vnmTruaaT. rmiTnnt rnrcrmnNir� (Company Affording Coverage). COMPANY OF PA Insured: ALLIED ENGINEERING & CONSTRUCPION, Endorsement No.: INC. ISSUING COMPANY By: Authorized Representative 5191 v E CG Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "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." Allied Engineering & Construction Inc. Date Name of Contractor (Principal) f -2941 Contract Number - Authorized S nature and Title Jaleh Tadjdeh, President Readily Achievable ADA Alterations and Priori T 5/91 Structural ADA Alterations i Page 14 CONTRACT IS AGREEMENT, entered into thisday of d , 19 , by and between the CITY OF NEWPORT BEACH, hereina er "City," an Allied En ineerin &Construction Inc. , hereinafter "Contractor,' s made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Readily Achievable ADA Alterations & Priority Structural ADA Alterations C -2941 Title of Project Contract No. B. Contractor has determined by City to be 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: Readily Achievable ADA Alterations & Priority Structural ADA Alterations C -2941 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. 5191 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Four Hundred Sixty -Six Thousand Six Hun red Fifty Dollars ($ 466,650.00 ). This compensation includes: (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 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. • • Page 14A 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) (b) (c) (d) (e) (f) & Priority Stru( (g) Notice Inviting Bids Instructions to Bidders and therein Payment Bond Faithful Performance Bond Certificate of Insurance and Plans and Special Provisions tural ADA Alterations Title of Project This Contract documents referenced Endorsement(s) for Readily Achievable ADA Alteration Contract No. (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. •. i�. ASTO FORM: r. ATTOR CITY OF NEWPORT BEACH A Municipal Corporation B c.i ayor Name of Contractor Authors Signature and Title • • • July 25, 1994 CITY COUNCIL AGENDA ITEM NO.__??___ TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941) RECOMMENDATIONS: Rescind the,June.13, 1994 . award, of Contract. No. 2934. 2. Approve an exception to the capital projects moratorium. 3. Approve the plans and specifications for the project. 4. Authorize Staff to advertise Contract No. 2941 for bids. DISCUSSION: The FY 1994 -95 budget contains a carryover appropriation to construct "readily achievable" and "priority structural" access alterations at City facilities. The alterations are required so that City facilities will comply with the provisions of the Americans with Disabilities Act (ADA) of 1990. With respect to the moratorium, the Council's action included an exception for "a contract or project which is already substantially underway ". Inasmuch as the project was budgeted in F.Y. 1993 -94 and the plans and specifications were completed before adoption of the moratorium, it is felt the project qualifies for an exception to the moratorium under the above provision. In addition, the work is mandated by Federal law. On June 13, 1994 the City Council awarded Contract No. 2934 for the readily achievable portion of the access alterations to TLS Construction, • Inc. (see attached June 13 report for Agenda Item No. 35.). Subsequently, TLS held a pre- construction meeting with Staff and submitted it's contract documents. Unfortunately, TLS's liability insurance organization is not authorized (licensed) by the Insurance Commissioner to conduct the business of insurance in the State of California. Moreover, TLS has informed Staff that since it does not have at least 3 years of experience doing business within the State, it cannot obtain liability insurance from an admitted insurer as required by the contract documents. Staff therefore recommends that the award to TLS be rescinded. 0 0 SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS AND PRIORITY STRUCTURAL ADA ALTERATIONS (C -2941) July 25, 1994 Page 2 • LEESAK Architects AIA, Inc., of Costa Mesa has now completed plans, specifications and estimates (PS &E) for the priority structural portion of the access alterations. The alterations are termed "priority structural" in that they should be completed as soon as practicable to allow use of a structure by a potentially large group of disabled persons. The priority structural work includes removing and reconstructing restrooms at Cliff Drive Park, remodeling and refurbishing restrooms at Corona del Mar State Beach and in Harbor View Homes, and removing lesser -cost barriers at 14 total sites. If the award of Contract No. 2934 for the readily achievable work is rescinded, Staff recommends that the City Council approve combining the readily achievable work with that of the priority structural work and bidding both as Contract No. 2941. The effect of combining the two contracts into one should be 1) less total project costs due to the larger contract size, and 2) reduced staff time to administer contracts. Public Works Department and Building Department personnel • have overseen the PS &E preparation and the ADA compliance portions of the project, respectively. Because of the high total bid amounts for the previously -bid contract, Staff has raised the readily achievable construction estimate from $100,000 to $170,000. LEESAK's priority structural construction estimate is $300,000. Adequate funds are available in the carry- over appropriation to award a contract for these combined amounts. Inasmuch as the work is required by Federal law, the project is categorically exempt from the provisions of California Environmental Quality Act. 447"r'�', 2 dZ Benjamin B. Nolan Public Works Director LD:so • Attachment • • TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT • June 13, 1994 CITY COUNCIL AGENDA ITEM NO. _35____ SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) RECOMMENDATION: Award Contract No. 2934 to TLS Construction, Inc. for the total bid price of S 151,662.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 1, 1994 the City Clerk opened and read the following bids for this project: Low TLS Construction, Inc. 2. MJS Construction, Inc. 3. United Builders 4. Wakeham- Baker, Inc. (1) Corrected total bid price is $151,662.00 (2) Corrected total bid price is 174,695.00 TOTAL BID PRICE $153,682.00 (1) 174,695.00 (2) 182,250.00 • The corrected low total bid price is 21% above the construction estimate of 5125,000. This disparity is probably due to the Architect's underestimate of construction costs for work that is spread throughout the City. TLS is a well - qualified general engineering contractor who has satisfactorily completed previous contract work for the City. TLS is presently completing general contract work on the Balboa Island Fire Station. E 0 SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) June 13, 1994 Page 2 • This project provides for first phase of barrier removal at 25 sites as shown on the attached Map of Facilities and Key. In general, the work includes replacing or modifying front entry doors, furniture, restroom fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing signage. The contract is considered "readily achievable" in that barriers to access may be removed from City parks, libraries, restrooms and public buildings at relatively little cost. Funds to award this contract are available in the appropriation for Americans with Disabilities Act Improvements, Account No. 7014 - 98290003. Plans and specifications for the project were prepared by Hutson & Partners (formerly Hutson & Rome Partnership) and by Public Works Department personnel. The contract specifies that all work shall be completed within 75 calendar days or by September 10, 1994. Plans and specifications for the second phase of ADA work, which • will remove more costly "priority structural' barriers, are currently being completed by another architectural consultant. Plans and specifications for the third and most costly phase of ADA work, termed "structural', have not yet been started. i Benjamin B. Nolan Public Works Director LD:so Attachments • 0 0 MAP OF FACILITIES KEY • 1 POLICE STATION 15 BEGONIA PARK 870 Santa Barbara Drive Begonia and First Avenues Newport Beach Corona Del Mar 3 MARINER'S BRANCH LIBRARY 16 CHANNEL PLACE PARK 2002 Dover Drive Channel Place at 44th Street Newport Beach Newport Beach 4 CORONA DEL MAR LIBRARY 17 INSPIRATION POINT 420 Marigold Avenue Ocean Blvd. at Orchid Avenue Corona Del Mar Corona Del Mar 5 BALBOA BRANCH LIBRARY 18 LAS ARENAS PARK 100 E. Balboa Blvd. Balboa Blvd. at 16th Street Balboa Balboa 6 ADMIN. GENERAL SERVICES BUILDING 19 LIDO PARK 592 Superior Avenue Via Lido at Entrance to Lido Isle Newport Beach Newport Beach • 7 BALBOA PIER RESTROOMS 20 LOOKOUT POINT Base of Balboa Pier Ocean Blvd. at Goldenrod Avenue Balboa Corona Del Mar 8 MARINE DEPT HEADQUARTERS 21 NEWPORT ISLAND PARK Base of Newport Pier Marcus at 39th Street Newport Beach Newport Beach 9 BALBOA YACHT BASIN 22 WEST JETTY VIEW PARK 829 Harbor Island Drive Ocean Blvd. at Channel Road Newport Beach Balboa 10 MC FADDEN SQUARE RESTROOMS 23 WEST NEWPORT PARK 70 Newport Pier Seashore Drive at 57th Street Newport Beach Newport Beach 11 CITY ATTORNEY'S OFFICE 24 38TH STREET PARK 3300 Newport Boulevard Balboa Blvd. at 38th Street Newport Beach Newport Beach 12 PUBLIC WORKS DEPARTMENT 25 15TH STREET RESTROOMS • 3300 Newport Blvd. 15th Street at Ocean Front Newport Beach Balboa 26 GALAXY PARK Galaxy Drive at Rigel Circle -I+iewpert Beach— Newport Beach 14 CDM YOUTH CENTER 27 SPYGLASS RESERVOIR PARK 5th and Iris Avenues Muir Beach Circle Cut -De -Sac Corona Del Mar Newport Beach 01 Q 1 4O SQ 'Np T�11j�NYS a e N ) ovoa 33aonwvr °�'o •taa' V o G� 3 SANTIAGO D2 p •aa oa c+i I A V t Y Eb m �a 4 War iL 1 V I, 17 V "'�X Y4 Nis T-doa*aR a a l� Q a 0 0 o � I IN • 0 ov June 13, 1994 • CITY COUNCIL AGENDA ITEM NO.__35____ BY 7 HE Cl i r' CU'JPJ.;;_ TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) APPROVED RECOMMENDATION: Award Contract No. 2934 to TLS Construction, Inc. for the total bid price of $ 151,662.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: •At 11:00 A.M. on June 1, 1994 the City Clerk opened and read the following bids for this project: Low TLS Construction, Inc. 2. MJS Construction, Inc. 3. United Builders 4. Wakeham- Baker, Inc. (1) Corrected total bid price is $15 1,662.00 (2) Corrected total bid price is 174,695.00 TOTAL BID PRICE $153,682.00 (1) 174,695.00 (2) 182,250.00 The corrected low total bid price is 21% above the construction • estimate of $125,000. This disparity is probably due to the Architect's underestimate of construction costs for work that is spread throughout the City. TLS is a well - qualified general engineering contractor who has satisfactorily completed previous contract work for the City. TLS is presently completing general contract work on the Balboa Island Fire Station. • 0 SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) June 13, 1994 Page 2 . This project provides for first phase of barrier removal at 25 sites as shown on the attached Map of Facilities and Key. In general, the work includes replacing or modifying front entry doors, furniture, restroom fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing signage. The contract is considered "readily achievable" in that barriers to access may be removed from City parks, libraries, restrooms and public buildings at relatively little cost. Funds to award this contract are available in the appropriation for Americans with Disabilities Act Improvements, Account No. 7014- 98290003. Plans and specifications for the project were prepared by Hutson & Partners (formerly Hutson & Rome Partnership) and by Public Works Department personnel. The contract specifies that all work shall be completed within 75 calendar days or by September 10, 1994. Plans and specifications for the second phase of ADA work, which • will remove more costly "priority structural" barriers, are currently being completed by another architectural consultant. Plans and specifications for the third and most costly phase of ADA work, termed "structural', have not yet been started. ` i Benjamin B. Nolan Public Works Director LD:so Attachments • i i r • 1 POLICE STATION 15 BEGONIA PARK 870 Santa Barbara Drive Begonia and First Avenues Newport Beach Corona Del Mar 3 MARINER'S BRANCH LIBRARY 16 CHANNEL PLACE PARK 2002 Dover Drive Channel Place at 44th Street Newport Beach Newport Beach 4 CORONA DEL MAR LIBRARY 17 INSPIRATION POINT 420 Mangold Avenue Ocean Blvd. at Orchid Avenue Corona Del Mar Corona Del Mar 5 BALBOA BRANCH LIBRARY 18 LAS ARENAS PARK 100 E. Balboa Blvd. Balboa Blvd. at 16th Street Balboa Balboa 6 ADMIN. GENERAL SERVICES BUILDING 19 LIDO PARK 592 Superior Avenue Via Lido at Entrance to Lido Isle Newport Beach Newport Beach 7 BALBOA PIER RESTROOMS 20 LOOKOUT POINT • Base of Balboa Pier Ocean Blvd. at Goldenrod Avenue Balboa Corona Del Mar 8 MARINE DEPT HEADQUARTERS 21 NEWPORT ISLAND PARK Base of Newport Pier Marcus at 39th Street Newport Beach Newport Beach 9 BALBOA YACHT BASIN 22 WEST JETTY VIEW PARK 829 Harbor Island Drive Ocean Blvd. at Channel Road Newport Beach Balboa 10 MC FADDEN SQUARE RESTROOMS 23 WEST NEWPORT PARK 70 Newport Pier Seashore Drive at 57th Street Newport Beach Newport Beach 11 CITY ATTORNEY'S OFFICE 24 38TH STREET PARK 3300 Newport Boulevard Balboa Blvd. at 38th Street Newport Beach Newport Beach 12 PUBLIC WORKS DEPARTMENT 25 15TH STREET RESTROOMS 3300 Newport Blvd. 15th Street at Ocean Front • Newport Beach Balboa 13 UTILITIES ADMIN. BUILDING 26 GALAXY PARK 949 W. 16th Street Galaxy Drive at Rigel Circle Newport Beach Newport Beach 14 CDM YOUTH CENTER 27 SPYGLASS RESERVOIR PARK 5th and Iris Avenues Muir Beach Circle Cul -De -Sac Corona Del Mar Newport Beach si .r 4 4� OPCKQP �b0 �(3aJ SANTIAGO DR 'rn" kg q+ 7y Y C 'aa oa m ,BAY ap S �• Qrl?8;;Z � •anla Lxodrn`!N �4S 8 a U>- a I t A,& 1l FM's v -O Lt aDMVllfl . A avow aaaoarrvr y yt m U �I 4� OPCKQP �b0 �(3aJ SANTIAGO DR 'rn" kg q+ 7y Y C 'aa oa m ,BAY ap S �• Qrl?8;;Z � •anla Lxodrn`!N �4S 8 a U>- a I t A,& 1l FM's v -O Lt aDMVllfl . e 0 0 May 9, 1994 CITY COUNCIL AGENDA MAY ITEM N0.____24__ TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT AND BUILDING DEPARTMENT SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 1..100 A.M. on June 1, 1994. DISCUSSION: The FY 1993 -94 budget contains an appropriation to design and construct projects that will eliminate barriers to disabled persons at City •facilities. The projects will bring City facilities into compliance with the provisions of the 1990 Americans with Disabilities Act (ADA). Hutson & Rome Partnership, now known as Hutson & Partners, has completed plans, specifications and estimate (PS &E) for Phase 1 (readily achievable) ADA alterations. Hutson's scope of work included providing the following services: 1) verifying information of record in the field and collecting other necessary field data as required to prepare accurate PS &E for Phase 1 alterations; 2) preparing detailed PS &E which conform with the requirements of the 1991 Uniform Building Code and the applicable ADA regulations; 3) providing clarification and in- the -field assistance, if needed (but not inspection nor contract administration), to resolve any and all design- related problems which may arise during construction; 19 and 4) consulting with City's staff and contractor as needed to establish design parameters, obtain copies of City records, review work progress, and complete the services listed above. 9 9 SUBJECT: READILY ACHIEVABLE ADA ALTERATIONS (C -2934) May 9, 1994 Page 2 The Phase 1 work consists of removing barriers at the 25 sites shown on the attached Map of Facilities and Key. In general, the work includes replacing or modifying front entry doors, furniture, restroom fixtures, etc.; replacing drinking fountains, handrails, etc.; and installing signage. The work is considered "readily achievable" in that certain portions of our parks, libraries, restrooms and public buildings may be made accessible to all persons at relatively little cost. Hutson's construction estimate is $100,000. Considering that the work is scattered throughout the City, Staff increased Hutson's estimate by 25% to $125,000 for bid advertisement. Adequate funds to award this amount are available in the current ADA appropriation. Inasmuch as the work is required by Federal law, the project is categorically exempt from the provisions of CEQA. • The contract requires that all field work be completed within 60 consecutive calendar days or by September 10, 1994, whichever occurs first. • Liquidated damages are $500 per calendar day. Contract documents for Phase 2 (priority structural) ADA alterations are nearing completion, and will soon be submitted for Council approval to advertise for bid. Design work will then begin on Phase 3 (structural) ADA alterations to the remaining City facilities. Benjamin B. Nolan Public Works Director LD:so Attachments Raimer Schuller Building Department Director n 1 POLICE STATION 15 BEGONIA PARK 870 Santa Barbara Drive Begonia and First Avenues Newport Beach Corona Del Mar 3 MARINER'S BRANCH LIBRARY 16 CHANNEL PLACE PARK 2002 Dover Drive Channel Place at 44th Street Newport Beach Newport Beach 4 CORONA DEL MAR LIBRARY 17 INSPIRATION POINT 420 Marigold Avenue Ocean Blvd. at Orchid Avenue Corona Del Mar Corona Del Mar 5 BALBOA BRANCH LIBRARY 18 LAS ARENAS PARK 100 E. Balboa Blvd. Balboa Blvd. at 16th Street Balboa Balboa 6 ADMIN. GENERAL SERVICES BUILDING 19 LIDO PARK 592 Superior Avenue Via Lido at Entrance to Lido Isle Newport Beach Newport Beach 7 BALBOA PIER RESTROOMS 20 LOOKOUT POINT • Base of Balboa Pier Ocean Blvd. at Goldenrod Avenue Balboa Corona Del Mar 8 MARINE DEPT HEADQUARTERS 21 NEWPORT ISLAND PARK Base of Newport Pier Marcus at 39th Street Newport Beach Newport Beach 9 BALBOA YACHT BASIN 22 WEST JETTY VIEW PARK 829 Harbor Island Drive Ocean Blvd. at Channel Road Newport Beach Balboa 10 MC FADDEN SQUARE RESTROOMS 23 WEST NEWPORT PARK. 70 Newport Pier Seashore Drive at 57th Street Newport Beach Newport Beach 11 CITY ATTORNEY'S OFFICE 24 38TH STREET PARK 3300 Newport Boulevard Balboa Blvd. at 38th Street Newport Beach Newport Beach 12 PUBLIC WORKS DEPARTMENT 25 15TH STREET RESTROOMS 3300 Newport Blvd. 15th Street at Ocean Front • Newport Beach Balboa 13 UTILITIES ADMIN. BUILDING 26 GALAXY PARK 949 W. 16th Street Galaxy Drive at Rigel Circle Newport Beach Newport Beach 14 CDM YOUTH CENTER 27 SPYGLASS RESERVOIR PARK 5th and his Avenues Muir Beach Circle Cul -De -Sac Corona Del Mar Newport Beach JZT 4 �G S4 �Q�o�kYg a SANIMGO DR �Q'11 1oa � gAY �a7 0 ie fn 6 t was, Y� 'aA'ifl, �zqJ' IO a 0 m o t� O 1� tl� O X S N W QO' 33HWV( avow NO z d fn Pgt� _R nip, a d 6 SANIMGO DR �Q'11 1oa � gAY �a7 0 ie fn 6 t was, Y� 'aA'ifl, �zqJ' IO a 0 m o t� O 1� Authorized to Publish Advertisements of all kinllcluding public notices by Decree of the Superior Court of Orange County, California. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. 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 DAILY 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: May 13, 19, 1994 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 19 , 199 g__, at Costa Mesa, California. i Signature i'f -o✓ Sealed butt may be re- calved at the office -of the City Clerk, 3309 Newport Boulevard, P.O. BOX 1768, Newport Beach, CA 92659. 1768 until 11:00 A.M. on the tat day of JUNE, 1994 at which Bme Such bids shag be opened and read Approved byy the City Council this 9TN day of MAY, 1994, Wanda E. Reggio, City Clerk Prospective bidder ra may obtain "0 set of bid docu- men s at no cost at the 01. Bee of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659- 1768. For further Information, ce0 lJOyd Dalton, Project Manager„ at (714) 644- 3311. Published Newport Beach -Costa Meat Daily Pilot May 13, 19, 1994. Fth682