HomeMy WebLinkAboutC-3241 - Mariners Library Roof ReplacementCIT� OF NEWPORT B?ACH
August 17,1999
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Long Beach Roofing Company
2827 East 14�h Street
Long Beach, CA 90804
Subject: Mariner's Library Roof Replacement, (C -3241)
To Whom It May Concern:
On July 12, 1999, the City Council of Newport Beach accepted the work of the
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 had been recorded in
accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
July 13, 1999, Reference No. 19990515929. The Surety for the contract is
American Motorists Insurance Company, and the bond number is 3SM 957 057
00. Enclosed are the bidders bond, the labor & materials payment bond and the
faithful performance bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
0 •
PAGE 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY RQOF REPLACEMENT
CONTRACT NO. 3241
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Five Thousand Only -- dollars
($ 5 , 000.00 ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the
undersigned Principal for the construction of MARINER'S LIBRARY ROOF REPLACEMENT,
Contract No. 3241 in the City of Newport Beach, is accepted by the City of Newport Beach and
the proposed contract Is awarded to the Principal, and the Principal fails to duly enter into and
execute the Contract Documents for the construction of the project in the form required within
ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the
mailing of Notice of Award; otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 19th day of April 19 99 .
Long Beach Roofing, Inc.
Name of Contractor (Principal)
AMERICAN MOTORISTS INSURANCE COMPANY
Name of Surety
7470 North Figueroa Street
Los Angeles, CA 90041
Address of Surety
(323) 257 -8291
Telephone
Authorized
David Z. 4onle, Attorney -In -Fact
Print Name and T ,ie
(Notary acknowledgment of Principal & Surety must be attached)
0
1]
�y
MW0... .�. ...
State of California
County of Los Angeles
On APR 1 9 1999 before me, A. Melendee NoLa Public,
NAME, TITLE OF OFFICER
personally appeared David Z. Noddle
NAME OF SIGNER
E Personally known to me - OR - ❑
eeeeMA. MELEND� Z
r�MNI. #1077910 R
s` - -;� \GEES
_x^,uas ycvzmher 19,1999
o MeeeeGee +eNeeee • eauee +weeetlee
proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are subscribed to
the within instrument and acknowledged to me that
he /she /they executed the same in his /her /their
authorized capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted,
executed the instrument.
FSS y h d and of tcial seal.
(SIGNATURE OF NOT
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SURETY
❑ INDIVIDUAL
❑ CORPORATE OFFICER
=E(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTrIY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
BOND(S)
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
APR 19 1999
DATE OF DOCUMENT
SIGNER OTHER THAN NAMED ABOVE
ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIAN /CONSERVATOR
❑
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTrIY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
BOND(S)
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
APR 19 1999
DATE OF DOCUMENT
SIGNER OTHER THAN NAMED ABOVE
Home Office: Long Grove, IL 60049
POWER OF ATTORNEY
Know All Men By These Presents:
That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual
Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove,
Illinois, (hereinafter collectively referred to as the "Company ") do hereby appoint
David Z. Noddle of Los Angeles, California
their true and lawful agent(s) and attomey(s) -in -fad, to make, execute, seal, and deliver during the period beginning with the date of issuance
of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their ad and deed:
Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO
MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and delver any bond or undertaking which guarantees tho payment or
collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit
of authority as set forth herein.
This appointment may be revoked at any time by the Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply
to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in
Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001
This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company
on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the
undersigned Secretary as being in full force and effect:
NOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with
the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on
behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive
Committee of the Boards of Directors of the Company at a meeting duty called and held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed
with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile
on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to
be valid and binding upon the Company."
In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers,
this January 1, 1994.
Attested and Certified:
Robert P. Hames, Secretary
by
Lumbermen Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
J. S. Kemper, III, Exec.Vioe President
0 0
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
BOND NO. 3SM 957 057 00
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Long Beach Roofing, Inc. hereinafter designated as the "Principal," a
contract for construction of MARINER'S LIBRARY ROOF REPLACEMENT, Contract No. 3241 in
the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other
Contract Documents in the office of the Public Works Department 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. 3241 and the
terms thereof require the furnishing of a bond, providing that If Principal or any of Prindpal'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 setforth:
NOW, THEREFORE, We the undersigned Principal, and, Long Beach Rooting, Inc.,
duty authorized to transact business under the laws of the State of California, as Surety, (referred
to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of forty -
three thousand, six hundred twenty -four and 80/100 Dollars ($43,824.80) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, Implements or
machinery used in, upon, for, or about the perfomnance 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, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this 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.
0 0
PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon 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 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 12th day of May —'19 99,
Long Beach Roofing, Inc.
Name of Contractor (Principal)
American Motorists Insurance Company
Name of Surety
7470 North Figueroa Street
Los Angeles, CA 90041
Address of Surety
(323)257 -8291
Telephone
David Z. Noddle, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
State of California
County of Los Angeles
y `.
On before
me, C. Clarkson, Notary Public,
NAME, TITLE OF OFFICER
personally appeared David Z. Noddle
NAME OF SIGNER
■Personally known to me - OR - ❑
proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the
instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the
..« . ...............................
• C.CLARKSON
instrument.
R COMM. #1154439 G
2 .® NOTARYPUBLIC - CALIFORNIA s
WITNES my hand and official seal.
LOS. ANGELES COUNTY 2
MY Comm. 6NiM Seq. 5, 2001
1Ml111N111111111111111N1111N11� 0
(SIGNATURE OF NOTARY)
OPTIONAL
Though the data below is not required by law, it
may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
Bond(s)
❑ CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
------
❑ PARTNER(S) ❑ LIMITED
------ — -----
❑ GENERAL
NUMBER OF PAGES
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
L iyyy
❑ OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
American Motorists Insurance Company
SIGNER OTHER THAN NAMED ABOVE
McMPER.
Home Office: Long Grove, IL 60049
POWER OF ATTORNEY
Know All Men By These Presents:
•
That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual
Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove,
Illinois, (hereinafter collectively referred to as the "Company') do hereby appoint
David Z. Noddle of Los Angeles, California
their true and lawful agent(s) and attomey(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance
of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed:
Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO
MILLION FIVE HUNDRED THOUSAND DOLLARS ($2, 500, 000.00)"""
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or
collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit
of authority as set forth herein.
This appointment may be revoked at any time by the Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply
to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in
Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001
This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company
on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the
undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with
the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on
behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive
Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed
with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile
on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to
be valid and binding upon the Company."
In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers,
this April 7, 1999.
Attested and Certified: Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
Q r � 1 irk ti, Y L IWrGI{
Robert P. Harries, Secretary by J. S. Kemper, III, Exec.Vice President
PREMIUM BASED ON FINAL CONTRACT PRICE
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
BOND NO. 3SM 957 057 00
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 872.00
being at the rate of $ 20.00 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
awarded to Long Beach Roofing, Inc., hereinafter designated as the "Principal ", a contract for
construction of MARINER'S LIBRARY ROOF REPLACEMENT, Contract No. 3241 in the City of
Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract
Documents maintained In the Public Works Department 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. 3241 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Long Beach Roofing, Inc., duly authorized
to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are
held and firmly bound unto the City of Newport Beach, in the sum or forty-three thousand, six
hundred twenty -four and 801100 Dollars ($43,624.80), lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the
City of Newport Beach, its successors, and assigns; for which payment well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, finny by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents 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, or.falls to indemnify, defend, and save harmless the City of Newport Beach,
As officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
•
PAGE 17
As a part of the obligation secured hereby, and in addition to the face amount specified In
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City Is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value reoelved, 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 way affect its 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 12th day of May , 1999 .
Long Beach Roofing, Inc.
Name of Contractor (Principal)
American Motorists Insurance Company
Name of Surety
7470 North Figueroa Street
Los Angeles, CA 90041
Address of Surety
(323)257 -8291
Telephone
David Z. Noddle, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
it"
S
n
i�
State of California
County of Los Angeles
On m NA 1 before
me, C. Clarkson, Notary Public
NAME, TITLE OF OFFICER
personally appeared David Z. Noddle
NAME OF SIGNER
■Personally known tome -OR - ❑
proved tome on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the
instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the
a .... ...............................
instrument.
C. RKSON
R
COMM. M, # #1154439 c
WITNESS my hand and official seal.
NOTARY IA S
i %16LIC - CALFORN R
IDS ANGELES COUNTY 2
i0000000eoeoo MY C000n E'
eee000aoo200o�
(SIGNATU E OF NOTARY)
OPTIONAL
Though the data below is not required by law,
it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
Bond(s)
❑ CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
NUMBER OF PAGES
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
MAY 12"
❑ OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
American Motorists Insurance Company
SIGNER OTHER THAN NAMED ABOVE
ppy.;' `
RECORDING REQUESTE6 BY AND
WHEN RECORDED RETURN TO:
'99 Jul- [0
City Clerk
City of Newport Beach
3300 Newport BouleftidrE c
Newport Beach, CA 92663,,.
0
Oran9
e. California
of
:✓clerk /Record Fee
Gra �`1
ed in the ilCoun le, Y
Record
Gary L. nv
9 : 15IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1I91191191ImI5I1115929 �Ilvp% 01 03199
..ni` CHI N125 A Go 0 0020600 0 00 0.00 0'00
6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Long Beach Roofing Company of Long
Beach, California, as Contractor, entered into a Contract on May 10, 1999. Said Contract
set forth certain improvements, as follows:
Mariner's Library Roof Replacement, C -3241
Work on said Contract was completed on June 25, 1999, and was found to be acceptable
on July 12, 1999, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is American Motorists Insurance Company.
BY a-'t I ►�aG�u Ma�ry�
Public Works Director, A�}.h5
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 ont(<< / f />�i, at Newport Beach, California.
BYG /c %n
City Clerk
0
9
TO: Mayor and Members of the City Council
FROM: Public Works Department
0
July 12, 1999
CITY COUNCIL AGENDA
ITEM NO. 6
SUBJECT: MARINER'S LIBRARY ROOF REPLACEMENT — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3241
RECOMMENDATIONS:
.jUL. 2
1. Accept the work. --
2. Authorize the City Clerk to file a Notice of Completion. PROVED--,
3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion as
been recorded in accordance with applicable portions of the Civil Code.
DISCUSSION:
On May 10, 1999, the City Council authorized the award of the Mariner's Library Roof
Replacement Contract to Long Beach Roofing Company
contract provided for the re- roofing of the Mariners Library
contract has now been completed to the satisfaction of
summary of the contract cost is as follows:
Original bid amount:
Actual amount of bid items constructed:
Total amount of change orders
Final contract cost:
of Long Beach, California. The
roof and a 30 -year warranty. The
the Public Works Department. A
$43,624.80
43,424.80
300.00
$43,724.80
The decrease in the amount of actual bid items constructed over the original bid amount
resulted from the deletion of a minor bid item. The final overall construction cost including
change orders was less than .1% over the original bid amount.
One change order in the amount of $300.00 provided for raising roof vents.
Funds for the project were budgeted in the Building Excise Tax Fund - Account No. 7271 -
C4120433 (Library Improvements).
All work was completed on June 25, 1999, the scheduled completion date.
IR165 pectfully submitted, r (�
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By.
Horst Hlawaty, P.E.
Construction Engineer
• • C -344
Vance & Associates Roofing, Iri C E I V a
837 West 17th Street P.U. Bo.x 10456 Costa Mesa Ca. 92627
Telephone 949- 646 -32'1 1 7'14 -546 -5646 Fax 949 - 631 -09." JUN 16 P2 :41
License # 168933 C -39
OFFICEOF',`LCI YCLERK
CITY OF :..WPORT BEACH
JUNE 16,1999
CITY OF NEWPORT BEACH
ATT'N: STF.VF LUY
RE: REROOFING MARINERS LIBRARY
DEAR STEVE
THIS REROOFING PROJECT 1S A JOKLf,1'0'11FII4. PR(.)Jl?CT MANAGI -R ANI)'ITO YOUR
CITY INSPECTORS VOR T14E FOLLOWING REASONS:
PUBLIC CONVENICE AND SAFETY: SLCITON 7 -10 1 -3: TRAFFIC ENG1NEP
I. THERE IS NO PLAN, TRAFFIC IS A JOKE AND KIDS ARE PLAYING UNDER ALL
T1IE RIOT MOP ARRAS. REBATE BACK TO CITY $1,350,00 (Check Vance's bid)
2. EDGE MliIALS AREA VERY LITL GAGE; OI 26 GAGE BUT A.S.T.M. STANDARDS
ARE 24 GAGE MINU.MIM. REBATE BACK TO CITY $513.00
3. ROOFER MASTIC SHOULD BE HIGH QUALITY MODIFIED S.B.S TYPE $115.00
PER PAIL. YOUR RECEIVING $30.00 A PAIL STUFF. REBATE BACK TO CITY
$1,275.00.
4. WORTHING 11OURS PLR BID DOCUMENTS WERE HOLIDAY WORKING HOURS:
I'IIElR WORKING RL'GULAR W.EEKDAYS DOUBLETIME RF,BATF RACK TO CITY.
Douglas Fic
Vice President
cc: city clerk
TO :d SS60 TES 6b6 ;731 QOSSb 9 3QNb'n QI Tb ;ET Q3M 6661- 91 -Nnr
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, CA 92658 -8915
until 11 a.m. on the 22nd day of April. 1999 ,
at which time such bids shall be opened and read for
MARINER'S LIBRARY ROOF REPLACEMENT
Title of Project
Contract No. 3241
$37.000.00
Engineer's Estimate Alternate A
$30.000.00
Engineer's Estimate Alternate B
(Z A oved by
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy, Project Manager at (949) 644 -3330.
9
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO, 3241
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. 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.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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.
7. 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.
0
0
PAGE 2
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. 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).
9. 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".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
Oen'?Ll C
Contractor's License No. & Classification
kON6, OQX- -L R F:-1A , - -n1C,
Bidder
Authorized ignature/Title
6��A
Date
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
INFORMAL CONTRACT
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 represents that he /she is fully qualified to and 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.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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.
2.
3.
4.
5.
6.
7.
8.
9.
Subcontract Work Subcontractor Address
i
♦ 1 tea.. � �
AR
eb, 'y -7 :.4:
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project
Completed Name /Agency
q= ME, Q ��
Person Telephone
To Contact Number
fit,._ lE.a . ate•
Bidder Au .-.
2d Wd2T:£0 666T 92 'Few UL e6£b299 : 'ON 3NOH6 ONT ON1300d HDd36 ONO-T : WObd
LONG BEACH ROOFING REFERENCE LIST
Bidder References:
Co. Name: Los Angeles County Sanitation Department - Rene Provoost $ 231,198-00
Address: 1955 Workman Mill Rd Whittier Ca 90607
Phone: (213) 283 -0881
Co. Name: Seal Beach Naval Weapons Station -Bill Whiting–ton— $ 133,677.00
Address: 800 Seal Beach Blvd., Bldg. 230, Seal Beach, Ca 90740
Phone: (562) 626 -7773
Co. Name: Los Angeles Unified School District - Roger Greenhalge See Attached list
Address: 355 S Grand Ave Los Angeles Ca 90051
7
Phone: (213 ) 763 -2971
Co. Name: City of Long Beach - Albert LeBouton $ 49,729.00
Address: 333 Ocean Blvd., Long Beach, Ca 90813
Phone: (562) 570 -6216
Co. Name: National Guard Armory- Marc Juel $ 137,286.00
Address: 9800 Goether Rd.. Sacramento, Ca 95826
Phone: (916) 854 -3846
Co. Name: Huntington Beach Unified School District - Suzi McLane $ 125,420.00
Address: 10251 Yorktown Ave_ Huntington Beach, Ca 92646
Phone: (714) 964 -3339
Co. Name: Palos Verdes Penninsula USD- Dennis Welsh $ 68,471.00
Address: 3801 Via La Selvia, Palos Verdes, Ca 90274
Phone: (310) 378 -9977 X 227
Co. Name El Camino College District - Bill Elliott $ 144.189.00
Address: 16007 Crenshaw Blvd_ Torrance_ Ca 90506
Phone: (310 ) 532 -3670
Long Beach Roofing, Inc.
LIST OF ALL LAUSU JOBS
Chapman E.S.
$ 44,850.00
1997
Weemes E.S.
40,478.00
1997
Wright M.S.
67,252.00
1998
Cimmaron E.S.
68,608.00
1998
VG 2641
142,727.00
1998
VG 2827
180,632.00
1998
Harrison E.S.
177,877.00
1998
Arlington Heights E.S.
117,472.00
1999
Edison M.S.
373,448.00
1999
Reference contact people:
Roger Greenhalge
Roofing Supervisor
(213) 763 -2971
Ron Floydd
Chief Inspector
Inspection Office
(213) 743 -3577
2827 E. 14TH STREET, LONG BEACH, CALIFORNIA 90804
PIIONE: (562) 439 -6801 FAX: (562) 439 -8771 LICENSE NO. 618696
9 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of
PAGE 6
C`o o /Ja s , being first duly sworn, deposes and says that he or she is
rf/ae?g i of Zo. /� ,� Xi,. , the party making the foregoing bid;
that the bid is not made in the interest of, or on 6ehalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that 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,
sought 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 of the laws of the State of California that the foregoing is.true
and correct.
Bidder
Authorized Signature/Title
Subscribed and sworn to before me this L day of �h�
i1
Notary Public
CAROL BENSON
mission # 1186414 IL
Notary PutAlc - Callfamia _
Los Angeles County
My Comm. tr.+ires Jun 8, 2002
+�rs►a
[SEAL)
My Commission Expiresi
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
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 receipt
Notice of Award to the successful bidder:
• CONTRACT
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with insuring and legal agents prior to
submission of bid.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
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 VII (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. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
PAGE S
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
CONTRACT
THIS AGREEMENT, entered into this 11th day of May, 1999, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Long Beach Roofing, Inc., hereinafter "Contractor,"
is made with reference to the following facts:
A. WHEREAS, City has solicited informal bids for the following described public work:
MARINER'S LIBRARY ROOF REPLACEMENT
Project Description
3241, Informal Contract
Contract No.
B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder
and Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of
the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal,
Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and
Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard
Special Provisions, Plans and Special Provisions for Contract No. 3241, Standard
Specifications for Public Works Construction (1994 edition) and all supplements and
this Agreement, and all modifications and amendments thereto (collectively the
"Contract Documents'). The Contract Documents comprise the sole agreement
between the parties as to the subject matter therein. Any representations or
agreements not specifically contained in the Contract Documents are null and void.
Any amendments must be made in writing, and signed by both parties in the manner
specified in the Contract Documents.
2. SCOPE OF WORK Contractor shall perform everything required to be
performed, and shall provide and furnish all the labor, materials, necessary tools,
expendable equipment and all utility and transportation services required for the
Project:
0
PAGE 9
All of the work to be performed and materials to be furnished shall be in strict
accordance with the provisions of the Contract Documents. Contractor is required to
perform all activities, at no extra cost to City which are reasonably inferable from the
Contract Documents as being necessary to produce the intended results.
3. As full compensation for the performance and completion of the Project as required by
the Contract Documents, City shall pay to Contractor and Contractor accepts as full
payment the sum of forty-three thousand, six hundred twenty -four and 801100
Dollars ($43,624.80) for Alternate "A'.
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.
4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract,
before making its final request for payment under the Contract Documents, Contractor
shall submit to City, in writing, all claims for compensation under or arising out of this
Contract. Contractor's acceptance of the final payment shall constitute a waiver of all
claims for compensation under or arising out of this Contract except those previously
made in writing and identified by Contractor in writing as unsettled at the time of its
final request for payment.
5. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage
prepaid, directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach Long Beach Roofing Inc.
Public Works Department 2827 East 14`" Street
3300 Newport Boulevard Long Beach, CA 90804
Newport Beach, CA 92663 (562) 439 -6801
Attention: Stephen Luy
(949) 644 -3330
6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this
Contract, hereby certifies:
1 am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
PAGE 10
7. INSURANCE
(a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII
and insurers must be a California Admitted Insurance Company.
(b) Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All certificates and endorsements
are to be received and approved by City before work commences. City reserves
the right to require complete, certified copies of all required insurance policies, at
any time.
(c) Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the work hereunder by Contractor,
his agents, representatives, employees or subcontractors. The cost of such
insurance shall be included in Contractor's bid.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage "occurrence" form
number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002
(Edition 1/73) covering Comprehensive General Liability and Insurance Services
Office form number GL 0404 covering Broad Form Comprehensive General Liability.
2. Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3. Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
B. Minimum Limits of Insurance
Coverage limits shall be no less than:
1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this project/location or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
Ll
PAGE 11
3. Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
C. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
(a) City, its officers, officials, employees
additional insureds as respects: liability
on behalf of Contractor, including
Contractor; products and completed op
occupied or used by Contractor; or
borrowed by Contractor. The coverage
scope of protection afforded to City
volunteers.
and volunteers are to be covered as
arising out of activities performed by or
the insured's general supervision of
orations of Contractor; premises owned,
automobiles owned, leased, hired or
shall contain no special limitations on the
its officers, officials, employees or
(b) Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's insurance
and shall not contribute with it.
(c) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
(d) Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(e) The insurance afforded by the policy for contractual liability shall include liability
assumed by contractor under the indemnification /hold harmless provision
contained in this Contract.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
PAGE 12
3. All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to City.
E. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
F. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
A. City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
B. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
0
P
PAGE 13
D. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
E. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in "C" above.
F. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all
other Contract Documents by Contractor is a representation that Contractor has visited
the Project Site, has become familiar with the local conditions under which the work is
to be performed, and has correlated all relevant observations with the requirements of
the Contract Documents.
10. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
11. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
CITY CLERK
-s •-
#S
•:►
CITY OF NEWPORT BEACH
A Municipal r(Soration �—
By:
Dennis D. O'Neil, Mayor
CONTRACTOR
By:
Authorized Signature and Title
PRODUGER'(949)788-0007 FAA (949)788-0071
lillennium Risk Management & Insurance Services
7700 Irvine Center Drive
Suite 505
Irvine, CA 92618
Attn: Darlene Owens Ext: 231
INSURED
Long Beach Roofing
2827 East 14Th Street
Long Beach, CA 90804
ONLY AND CONFERS NO RIGHTS OF
HOLDER. THIS CERTIFICATE DOES I
ALTER THE COVERAGE AFFORDED
COMPANY Legion Insurance Company /AP
A
COMPANY
e
COMPANY
C
COMPANY
D
G;
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION: LIMITS
LTR DATE (MM/)DrYY) DATE (MM/DD/YY)
GENERAL LIABILITY
GENERAL AGGREGATE
S
2 , OOO, QQQ
X COMMERCVrL GENERAL LIABILITY
PRODUCTS - COMWOPAGG
S
1,000,000
CLAIMS MADE X OCCUR .
A '!! - -- CP3 0280768
PERSONAL & ADV INJURY
05/13/1999 05/13/2000 .'" " -
S
" —''-
1, 000 , QQQ
-
X OWNER'S& CONTRACTOR'S PROT
EACH OCCURRENCE
$
1,000,000
FIRE DAMAGE (Any one fire)
$
50,000
..........._._... _._.........._._._.._._._._....
MEDEXP (My one person)
S
51000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
X ANY AUTO
$
1 r 000' 000
ALL OWNED AUTOS
j BODILY INJURY
S
EMPLOYERS' LIABILITY
'(Per person)
$
], QQQ QQQ
11.....0,....,
SCHEDULED AUTOS CP3 0280768
A
05/13/1999 05/13/2000
...........
..
X HIREDAUTOS
BODILY INJURY
S
1,000,000
X NON -OWNED AUTOS
Per accident)
(
$
1 QQQ,000
............................ ...............................
PROPERTY DAMAGE
S
GARAGE LIABILITY
!AUTO ONLY - EA ACCIDENT
.......... ____ .........
b
ANY AUTO
: OTHER THAN AUTO ONLY.
'
.; . ^.
EACH ACCIDENT
:......................................................
$
...............................
AGGREGATE
E
EXCESS LIABILITY
EACH OCCURRENCE
:........................................... .........
$
............................
... .
UMBRELLA FORM
:AGGREGATE
$
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
X TORY LIMITS' ER
.,
EMPLOYERS' LIABILITY
EL EACH ACCIDENT
$
], QQQ QQQ
11.....0,....,
A WC3 0280767
05/13/1999 05/13/2000 .......... ........................ ......... .....
...........
..
THE PROPRIETOR/ :INCL
EL DISEASE - POLICY LIMIT
$
1,000,000
PARTNERSIEXECUTIVE
OFFICERS ARE: EXCL
_ __ EL DISEASE - EA EMPLOYEE
$
1 QQQ,000
ertificate Holder et al are named Additional Insured /Primary as respects General Liability per Endt.
G 2010 11/85 /Waiver of Subrogation for WC attached / Mariner's Library Roof Replacement /Contract #3241
10 -day notice of CANCELLATION in the event of non - payment of premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL RXKX99M MAIL
City of Newport Beach *10— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Public Works Department
Attn: Stephen Luyx�N���RW� #X�XX
3300 Newport Boulevard XXXXXXX
Newport Beach, CA 92663 AUTHORIZED REPRESENTATIVE
Darlene Owens
City of Newport
Certificate issued to City of Newport Beach
Millennium Risk Management & Insurance Services
Policy #CP3 0280768
Additional Insured:
Ctiy, its officers, officials, employees and volunteers
05/13/1999
41
Policy Number CP3 0280768 Commercial General Liability
THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART:
SCHEDULE
Name of Person or Organizations:
City of Newport Beach;
its officers, officials, employees and volunteers
Public Works Dept.
Attn: Stephen Luy
3300 Newport Blvd.
Newport Beach, CA 92663
RE: Contract #3241
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respects to liability arising out of 'your work" for that insured by or for you.
"IT IS FURTHER AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY
FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN ABOVE SHALL BE PRIMARY
INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING
DIRECTLY OR INDIRECTLY FROM THE NAMED INSUREDS OPERATIONS ON THIS
PROJECT AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE
NON - CONTRIBUTING WITH THE INSURANCE PROVIDED HEREUNDER."
CG 20 10 1185 Copyright Insurance Services Office, Inc. 1984
ENDORSEMENT
Policy Number: WC3 -0280767
Company: Legion Insurance
Effective: 05/13/99 to 5/13/00
WAIVER OF SUBROGATION
IT IS AGREED THAT WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE
AGAINST THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE
BECAUSE OF PAYMENT WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF
"YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR
ORGANIZATION.
SCHEDULE
NAME OF PERSON OR ORGANIZATION
CITY OF NEWPORT BEACH;
ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLITPHERS
ATTN: STEPHEN LUY
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663
RE: CONTRACT #3241
Date: 5/13/99 Authorized Signature: 61"')
27 -99 THU 08:57 AN FAX N0.
6 •
(S:CAL-SURANCE
COMMERCIAL DEPARTMENT
FAX COVER SHEET
DATE: MAY 27,1999,
TIME: 8:45A.M.
TOTAL NO. OF PAGES INCLUDING COVER ( 6 )
FAX NO.:
TO FROM
949 -644 -3318
FAX NO.: (714) 939.1654
COMPANY: City of Newport Beach SENDER: Mark Zahoryin
ATTENTION: Mary Locey 1 Public Works PHONE NO.: (714) 939 -7463
RE: Insurance Certificates for Long Beach Roofing;
P. 01/06
Please find attached checklist and copy of certificates. Please note they are acceptable per
the cities requirements as outlined in the checklist.
If you have any questions please call me at 714 - 939 -7463. If I am not available please ask for
Celia James, or she can be reached at 714- 940 -6828.
333 City Boulevard Waft, Or¢inge, CA 92868' P.O. Box 7048, Orange, CA 92863 -704B' (714)939 -080D' FAX (714)939 -1654
iAY -27 -99 THU 08:57 AN • FAX NO. • P. 02/06
KCAL- SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THUS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
Vvk%r y Lo o qty
DATE RECEIVED: 5'2-4P"'99 DEPARTMENT /CONTACT RECEIVED FROM: T r�"InIle tWorkj _
DATE COMPLETED: 5-27 - _ SENT TO:__PVbtl - t JO rIL S BY:_
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE. L ovleti
1. GENERAL LIABILITY: .t
A. INSURANCE COMPANY. Inssircune-f- CowtY)A .F
B. AM BEST RATING (A VII or gre O; —A VII I
C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California'? Yes
D. LIMITS: (Must be $1,000,000 or greater) What is linul provided? ,LOeoe * A4"IdL Ipdenao ea,
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? Yost No
F. ADDITIONAL INSURDED WORDING TO INCLUDE. ( The City its officers, agents. officials, employees and
volunteers). Is it included'? Yes_✓ No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (.Must be included) Is it included? Yes v/_ No
H. CAL710NI ( Confirm that loss or liability of the Narued insured is not limited I I I by their negligence.)
Does endorsement include `solely by negligence" wording? Yes No___
f. NOTIFICATION OF CANCELLATION: Although there is a provision that r jyuues notification of cancellation I
certified mail; per Lauren Farley the City will accept the endeavor wording. L)OCS rto tAc LvcL-
CW�.,JOr
It. AUTOMOBILE LIABILITY:
A. INSURANCE COMPANY. Leglort vX s.rr4yy-< CeftkP0^y /-4P
B. AIv[ BEST RATING (A VII or greater): A V tL,1 .//
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Ycs__V No
D. LLVITS: ( Must be $1,000,000 minimum BI & PD and 5500,000 UM) What is limits provided'?
E. ADDITIC NAL INSURED WOPDFN9 TO INCLUDE: (The City its officers ,agents. officials, employees and
volunteers). is it included'? Yes V1 No
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included'? Ycs -%Z No _
G. NOTIFICATION OF CANCELLATION: Although thcrc is a provision that requires notification of caneeltation
certified mail per Lauren Farley the City will accept the endeavor wording. D"5 nod' t vcc lV(., _
e.�1.[wuor word veal.
III. WORKERS COMPENSATION:
A. INSURANCE COIvIP.-LNY:_� -�C9. ON Vt�,_ Avl
B. AM BEST RATING (A VII or greater) Vet t
C. LIv1ITS:Slatulo'_L/ J Arm �VCO,6e0 W"
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes C No
HAVE ALL, ABOVE REQUIREMENTS iFEN MET? Yes—ZNo
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Page PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REVISED PROPOSAL
MARINER'S LIBRARY ROOF REPLACEMENT
CONTRACT NO. 3241
To the Public Works Director
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The major difference in the alternate bid proposals relates to the installation of a base sheet
on the roof prior to placement of the Type IV felt and hot mop. Alternate "A" includes the
installation of the base sheet and spot hot mop. Alternate "B" does not includes installation
of the base sheet and spot hot mop. Council will award to the lowest responsible bidder
based on their decision as to which alternate ( "A" or "B ") to fund. The undersigned
declares that he has carefully examined the location of the work, has read the Instructions
to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials except that material supplied by the City and shall perform all work
required to complete Contract No. 3241 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ALTERNATE "A"
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@FbuP- 6 A-NMr=Q Dollars
and
Cents $ $ 460.00
Per Lump Sum
2. Lump Sum Traffic Control
@E32rJ Dollars
and
Cents $ $
Per Lump Sum
Page PR -2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 9,630 S.F. Remove Existing Gray Gravel
and Debris from Roof; Clean
Roof and Apply Prime Coat
@ _Dollars
and
Tad1 L� FDU2 Cents $ "3y $ 3204- M
Per Square Foot
4. Lump Sum Raise Existing Roof Vent 6- Inches
@,'S fQJIVFtVE Dollars
and
C) Cents $ 75•UO $
Per Lump Sum
5. 9,630 S.F. Install Type II Base Sheet and
Spot Hot Mop
@ Dollars
and
-- TLLYEZ W OOF— Cents $ .2-1 $ 2012,�
Per Square Foot
6. 19,260 S.F. Attach Type IV Felt Roofing
Material and Hot Mop Roof
(Two layers)
@ Dollars
and
'1T-A I Cents $ $ C 555SD
Per Square Foot
7. 9,630 S.F. Attach Versiply 80 Reinforced
Roof Membrane (one layer)
@ 71-100 Dollars
and
RDLZW— NQFT-- Cents $ 2.4- --3 $ Cb�O
Per Square Foot
0
Page PR -3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 9,630 S.F. Flood Roof with Asphalt Coating
and Supplement and Replace
Existing Gray Gravel
@ Dollars
and
E1C- *M2-n%-Z Cents
Per Square Foot
100 S.F. Replacement of Damaged Plywood
Roof Sheathing
@ L -Two Dollars
and
2y= Cents
Per Square Foot
TOTAL PRICE IN WRITTEN WORDS (Alternate "A ")
[`�' —f NRI`T-CE SIX NuNDQ Dollars
and
Cents
ALTERNATE 6613"
a _ 49 • • r
b• . �fl r•
$ q�qD-4, SO
Total Price (Alt. "A")
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization
@1:-u2 N0KV1 : 7 Dollars
and
Cents $ 4W.03
Per Lump Sum
2. Lump Sum Traffic Control
@ Dollars
and
Cents $ $_
Per Lump Sum
".. - .,:a,�'x' "''r�t,..�� . �''' ..:.. -` -� "... �i3•.o� W '",i � _ _ ca�..i�.fss,.- �i,.�._x.psy:
Page PR-4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 9,630 S.F. Remove Existing Gray Gravel
and Debris from Roof; Clea?f
Roof and Apply Prime Coat
@ Dollars
and
11 ZP� 7? FOUP— Cents $ a $ 3Z74, W
Per Square Foot
4. Lump Sum Raise Existing Roof Vent 6- Inches
Dollars
and
Cents $ s15.00
Per Lump Sum
5. 19,260 S.F. Attach Type IV Felt Roofing
Material and Hot Mop Roof
(Two layers)
@ Dollars
and
TNLQ--N— PP-EK Cents $ 0365 -
Per Square Foot
6. 9,630 S.F. Attach Versiply 80 Reinforced
Roof Membrane (one layer)
@ -TWO Dollars
and
EC27LI- 7"D-k= Cents $ 2443 $ 24 -LM90
Per Square Foot
7. 9,630 S.F. Flood Roof with Asphalt Coating
and Supplement and Replace
Existing Gray Gravel
@ Dollars
and
Q00 Cents $
Per Square Foot
8. 100 S.F. Replacement of Damaged Plywood
Roof Sheathing
@ - X30 Dollars
OXand
/tOC� Cents $ 2,00 $ ZX.00
Per Square Foot
._.,�..<__.�.i..aLe "kkw ,tl:;w�'4"ua'.'- �°x•�.�:?"..n.a
TOTAL PRICE IN WRITTEN WORDS (Alternate "B ")
FM-V? 0111F, - M0U5QPD SlX NuN012JED-
0
Page PR -5
and
Cents $ O
Total Price (Alt. "B")
Contractor's bid will be judged non - responsive unless both alternates are
bid. The City reserves the right to increase the as bid quantities for
Replacement of Damaged Plywood Roof Sheathing by 50 %. at the unit
price bid under Alt. "A" Item #9 and Alt. "B" Item #8.
Bidder's Name-LOKY, 1'3EnC l RQ0V-1QC, , ZNG
�21116-5=—Mbl no
Bidder's Telephone Number 4,3q Gpo
Contractor's License No. &
R
ON
I]
4
II
`� • • Page 4 of 4
•' Section 313 -1, Page SP 8— RECONSTRUCTION OF AGGREGATE ROOF
Add to the section: "The Contractor shall cut back the existing roof 2-
3 inches from the metal flashing edge to expose the metal flange and
feather in the new felt layers and top sheet (Versiply 80) when hot
mopping over the flange. The Contractor shall use a five- course
mesh and mastic method to reinforce the drip edge area before
applying the flood coat and gravel."
Bidders must sign this Addendum No. 2 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No. 2 is attached.
I have carefully examined this Addendum and
have included full payment in my Proposal.
Bidder's Name (Please Print)
f: \users\pbw\shared \contracts \99 \mariners library c- 3241 \adendum2.doc
C
• �- ��-..
..
�,..:��.:,.. .,:.,.� ._.;..._._...mot =�,.z � .vi -, .. :.�;,- �.�.���,. �._e._. _._.:•:.. ;.,,:. �, �. �:;�.:zx
• Page: 3 of 3
by hot mop and have a minimum overlay of 4- inches. The base sheet
shall be spot hot mopped to the satisfaction of the Engineer."
Section 313 -1, Page SP 8— RECONSTRUCTION OF AGGREGATE ROOF
Add to the section: "The Contractor shall cut back the existing roof 2 -3
inches from the metal flashing edge to expose the metal flange and
feather in the new felt layers and top sheet (Versiply 80) when hot
mopping over the flange. The Contractor shall use a five- course mesh
and mastic method to reinforce the drip edge area before applying the
flood coat and gravel."
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Bidder's'Name (Please Print)
f:\ users \pbw \shared \contracts \99 \mariners library c- 3241\adendum.doc
0
n
U
C -3ayl
May 10, 1999
CITY COUNCIL AGENDA
TO: Mayor and Members of the City Council
FROM: Public Works Department MAY
pp nn
SUBJECT: MARINERS LIBRARY ROOF REPLACEMENT _aWL'OF
CONTRACT NO. 3241
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Award Contract No. 3241 to Long Beach Roofing Inc., for the Total Bid Price of
$43,624.80 for Alternate "A ", and authorize the Mayor and the City Clerk to
execute the contract.
3. Establish an amount of $2,375.00 for Alternate "A" to cover the cost of
unforeseen work.
DISCUSSION
Mariner's Library is almost 40 years old and the roof has recently exhibited leaks. The
work in Alternate "A" includes an additional layer of roofing material and a 30 -year
warranty. The work for Alternate "B" does not include the additional layer of roofing
material and would have only a 10 -year warranty. Staff recommends spending the
additional $2,000.00 for the 30 -year warranty roof provided with Alternate "A ".
At 11:00 A.M on April 22, 1999, the City Clerk opened and read the following bids for
this project:
Alternate "A"
BIDDER
Low Long Beach Roofing Inc.
2 Vance and Associates Roofing Inc.
3 Lavey Roofing Corporation
*Corrected Bid Amount is $48,372.30
* *Corrected Bid Amount is $61,635.50
TOTAL BID AMOUNT
$43,624.80
*$48,371.70
* *$54,124.00
The low total bid amount is 18% above the Engineers Estimate of $37,000.00.
SUBJECT: Mariners Library Roof R ement — Award of Contract No. 3241
May 10, 1999
Page 2
Alternate "B"
BIDDER
Low Long Beach Roofing Inc.
2 Vance and Associates Roofing Inc.
3 Lavey Roofing Corporation
*Corrected Bid Amount is $43,172.10
* *Corrected Bid Amount is $58,072.40
M
TOTAL BID AMOUNT
$41,602.50
*$43,171.70
* *$50,624.00
The low total bid amount is 39% above the Engineer's Estimate of $30,000.00. The low
bidder for Alternate "A" and "B ", Long Beach Roofing Inc., possesses a Roofing
Contractor "C -39" License as required by the project specifications. Long Beach Roofing
Inc., has not worked for the City of Newport Beach in the past, but a check of the
company's references indicates that the Contractor has satisfactorily completed similar
projects for other municipalities.
Staff recommends awarding Alternate "A" to Long Beach Roofing Inc. Sufficient funds
are available in the Building Excise Tax Fund — Account No. 7271- C4120433.
Respectfully sulAnitted,
UBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Ed Wimmer
Senior Civil Engineer
Attachments: Project Location Map
Bid Summary
f:\ users \pbw\shared\ council \fy98- 99\may- 10\mariners library c-3241.doc
0
•
E
wni•
•
0
rse
N
PROJECT
�S
C
I I ,, �rn
LOCATION MAP
C -3241
CITY OF NEWPORT BEACH gm%"N ' ` DA?i
PUBLIC WORKS DEPARTMENT APrR0Vw
MARINER'S LIBRARY
ROOF REPLACEMENT DRAWING NO. EXHIBIT A
W
Q
W
Q
a
H
Z
U W
a�
W
CL
00 a
W
OD
M
w IX
Z O
LL
Ov
U �
a
O)
O)
m
N
N
O
aW
O Q
O �
W
l0
2rJ
U
u
OW
3 Y
Q W
U N =
N U
U
ZH
Q Q
U Lo
O
0
m
}
m
T
o �
O J
Q C �
O O L
a
r
Z
W
W
3
6
W
a
0
O
K
LLJ
F-
m W
Q
izma
rower
i
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
May 18, 1999
Vance & Associates
837 W. 17`h Street
Costa Mesa, CA 92627
Gentlemen:
Thank you for your courtesy in submitting a bid for the Mariner's Library Roof
Replacement (Contract No. 3241) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BOEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
May 18, 1999
Lavey Roofing Corporation
1220 S. Wright Street
Santa Ana, CA 92705
Gentlemen:
Thank you for your courtesy in submitting a bid for the Mariner's Library Roof
Replacement (Contract No. 3241) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach