Loading...
HomeMy WebLinkAboutC-3337 - Balboa Library Electrical Modifications and Air Conditioning./ w'1 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVorine M. Harkless, CMC April 23, 2003 Abeam Construciton, Inc. 267 E. Badillo Street Covina, CA 91723 Subject: Balboa Library Electrical Modifications and Air Conditioning (C -3337) To Whom It May Concern: On April 23, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 13, 2002. The Surety for the contract is American Contractors Indemnity Company, and the bond number is 134204. Enclosed is the Faithful Performance Bond. Sincerely, L LaVonne M. Harkless, CMC City Clerk LMH:Iib cc: Public Works Department R. Gunther, Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www.city.newport- beach.ca.us ID/17/2001 13:25 626 - 858 -8658 ABEAM CONST INC PAGE 05 PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 13ALB0A LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 BOND NO. 134204 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ One Thousand Nine Hundred Seventeen ******** * * * * * * * * * *thousandoftheContract rice. a no /100 being at the rate of $ i 4 1 7 00 p WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract for construction of BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING, Contract No. 3337 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. 3337 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and American Contractors Indemnity Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held jrrply"Aid unto t� City of Newport Beach, in the sum of ONE HUNDRED THOUSAND, '�� ) 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, firmly 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 fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faith,ully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. lW17/2001 13:25 626- 858 -86 ABEAM CONST INC PAGE 0b • 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 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 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 one (1) year 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 8cnd. W WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of October 2001, ABEAM CONSTRUCTION, INC. Name of Contractor (Principal) AMERICAN CONTRACTORS INDEMNITY COMPANY Name of Surety 9841 Airport Blvd., 9th floor Los Angeles, CA 90045 Address of Surety (800) 486 -6695 Telephone Authorized Signature it a rtc�c(t a? Agent Patricia Zenizo, Print Name and Tide e. NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State o' California County of Los Angeles On October 18, 2001 before, me, M. S. Rodriguez, Notary Public OA TE NAME, TITLE Qi OFAGEA . E.G.'JAME OOE. NOrAAY PJSUC- personally appeared.., Patricia Zenizo , NAFAVS1 OF S16NEAISI ' fA personally known to me OR f 1 proved to me on the basis of satisfactory evidence to be the person(sj whose names) is /are subscribed to the within instrument and ac- know(edged 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. �� «NaNe��ee�eeeewe��eN�a�eaei�w WITNESS my hand and off ical seal. M. S. RODRIGUEZ A COMid. #1167433 n S NOTARY PUBLIC - CALfFCRN1A S y . 2 LOS ANGELES COUNTY 2 - (� i MY Comm, We; Jan 2.2002 u�ee��eeeu�weauue�eo�weeeeee0 SIGNATURE OF NOTARY OPTIONAL Though the don below la no; reduved by law, k may prove valuable to p0morts rstying on the decuntenr and could prevent lrauduant rearcacnment of This form: CAPACITY CLAIMED BY SIGNER I I INDIVIDUAL I i CORPORATE OFFICER TITLE(S)' ( I PASTNE'n(S) ( I L(M(TED I ) GENERAL AYrOiRNEY -IN -FACT i I TRUSTEE(S) ( I GUARDIAN /CONSERVATOR (1 OTHER: DESCRM710N OF ATTACHED DOCUMENT. TITLE OR TYPE OF DOCUMENT NUMBER OF PACES DATE Or DOCUMENT SIGNER IS REPRESENTING: .,4 W r a{ Ke3a w131 aP ;NTYIIES): SIGNER(S) OTHER THAN NAMED ABOVE 0 American Contractors Indemnity Company Los Angeles, California POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COMPANY, a California Corporation (the "Company "), and having its principal office in Los Angeles, California does hereby constitute and appoint: Patricia Zeuizo as its true and lawful Attorney(s) -in -fact, in amount of $ 1.000.000.00, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY, at a meeting called and held on the 6th day of December, 1990. RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority. 1. To appoint Attorney(s) -in -fact and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at any time, any such Attomey -in -fact and revoke the authority given. RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile sea] shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, AMERICAN CONTRACTORS INDEMNITY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer this 1st day of January 1 2000 �tRAu QS, *, AMERICAN CONTRACTS% % a MPANY o�, INCORPORATED = By: INCORPORATED Andy Faust, President STATE OF CALIFORNIA COUNTY OF LOS ANGELES On janua= I qt. 2000 before me, Deborah Reese , personally appeared Andy Faust personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. �►-�} WITNESS my hand and official seal. DEBORAH REESE _ Commission 0 1205480 -� Notary Public — Colifomio y Los Angeles County 4114 6U? _ CERTIFICATION My Comm. F�q�iPSJOnt6.1D03 I, the undersigned officer of AMERICAN CONTRACTORS INDEMNITY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the resolution adopted by the Board of Directors of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that same are correct transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand 18th day of October 2001 �M w E� - 3 er udaz't� James H. Ferguson, Secretary June 13, 2002 CITY OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Abeam Construction, Inc. 267 E. Badillo Street Covina, CA 91723 Subject: Balboa Library Electrical Modifications and Air Conditioning (C -3337) To Whom It May Concern: On April 23, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 9, 2002, Reference No. 20020389290. The Surety for the contract is American Contractors Indemnity Company, and the bond number is 134204. Enclosed is the Labor & Materials Payment Bond. Sincerely,, 04 644C LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P. E., Construction Engineer encl. 3300 Newport Boulevard, Newport Beach .0/1`1/2001 13:25 625- 953 -6633 AEEAM CONS- INC PAGE 03 PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 BOND NO. 134204 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Name of Contractor, hereinafter designated as the "Principal," a cortract for construction of BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING, Contract No. 3337 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. 3337 and the terns thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shalt 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 the undersigned Principal, and, American Contractors Indemnity Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are On held firmly bound unto the City of Newport Beach, in the sum of �Y.,D_�i�{- - - ANE) -_ -- FIVE Dollars (5 106, 500.00 ) 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 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, wthheld 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 or Section 3250 of the Civil Code of the State of California. 5: $i r� la/1�1,�/2001 13:25 626 -85e -8652 ABEAM CCNST INC PACE 04 PAGE 1S 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 18th day of October , 2001. ABEAM CONSTRUCTION, INC. Name of Contractor (Principal) Authorized SignaturVitle Prt9- ,,f- AMERICAN CONTRACTORS INDEMITY COMPADIY Name of Surety Authorzed Agent Sign t re 9841 Airport Blvd., 9th floor 7 Los Angeles, CA 90045 Patricia Zenizo, Attornev -in -Fact Address of Surety Print Name and Title (800) 486 -6695 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFIORNfA ALL- PURPOSe ACKINOWLEO(iEMENT State o'. California County of Los Angeles On October 18, 2001 before me, M. S. Rodriguez, Notary Public ']ATE mAme. tT L-- OF amc m • E.G. -LNe ace. NGriAY v auC- personally appeared, .• Patricia Zenizo N.iMFf51 OF 3fGNF11(5( ' j11 personally known to me - OR - [ I proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and ac- knowledged to me that hefshe (they executed the same in his /her /their authorized capacity(ies), . and that by his /her/their signature(s) on the instrument the person1s), or the entlty upon behalf of which the person(sl acted, executed the instrument. .� » ............. «.. » «.......:.. WITNESS my hand and offical seal, • M. S. RODRIGUEZ = CGMM. #1167433 a S e NOTARY PUBIC - CALIFORNIA S 2 LOS ANGELES COUNTY 2 e My Comm. Expires Jan 2. 2002 i».»o« »»»a » »• »» ««a«»»o SIGNATURE OF MOTH OP i ICNAL ThOUgn Iha data below is not resulted Oy law, it may prove valuable to parsons raiyinq on the document and eould Oravernt Irauduiant taartacnment at 1,'113 larm.' GA ?:AC(TY CLAIMED BY SIGNER ( I INCIVICUAL I I CORPOR•ATc OFFICER TITLE(Sl' ( 1 PAATNERISI I } LIMITED I 1 GENERAL I; ATTOANEY•IN•FACT i I TRUST "E(Si (I GUAnDIAN;CONSERVATOa (! DTiiEn: SIGNcl 15 Rem. AScNj NG; .V.ue os RNSaw131 as ;MTr"ne Sl: OESCRff?TIGN GF ATTACHED DOCUMENT. TITLE OR TYPE OF DOCUMENT NUMSER OF PAGES OATS OF COCUMENT SIGN_R(31 OTHER THAN NAMED ABOVE � � J RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, County of Orange Darlene Bloom, Interim Clerk- Recorder IIlIII IIIII IIIII Illil IIIII IIIII IIIII IIIII IIIII IIIII IIIII NO FEE 20020389290 09:30am 05109102 100 73 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees fl pursuant to Government Code Section 6903" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Abeam Construction, Inc., of Covina, California, as Contractor, entered into a Contract on October 23, 2001. Said Contract set forth certain improvements, as follows: Balboa Library Electrical Modifications and Air Conditioning - C -3337 Work on said Contract was completed on April 6, 2002, and was found to be acceptable on April 23. 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Contractors Indemnity Company. ierWoro Director of N port Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on may/ a D0 a BY zql &7A, L m - Ivar City Clerk at Newport Beach, California. 0 C7 T �m - ill Co Lr 1=. �d April 24, 2002 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Balboa Library Electrical Modifications and Air Conditioning (C -3337) Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach i • • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Abeam Construction, Inc., of Covina, California, as Contractor, entered into a Contract on October 23, 2001. Said Contract set forth certain improvements, as follows: Balboa Library Electrical Modifications and Air Conditioning - C -3337 Work on said Contract was completed on April 6, 2002, and was found to be acceptable on April 23, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Contractors Indemnity Company. of Ne(Wort Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one at Newport Beach, California. BY C�(4 U B'nm tom/ t • 2�'i City Clerk TO: Mayor and Members of the City Council FROM: Public Works Department 0 April 23, 2001 CITY COUNCIL AGENDA ITEM NO. 6 SUBJECT: BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING, CONTRACT NO 3337 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. APR 2 3 2002 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On October 23, 2001, the City Council authorized the award of the Balboa Library Electrical Modifications and Air Conditioning Contract to Abeam Construction, Inc., of Covina, California. The contract provided the following: • New 400 -amp electrical panel • New electrical feeds • Three new sub - panels within the library • Replacement of most ducts and registers within the library • Five new heating, ventilation and air conditioning units to serve the library The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $106,500 Actual amount of bid items constructed: 106,500 Total amount of change orders: 0 Final contract cost: $106,500 The final overall construction cost including change orders was the same amount as the original bid amount. SUBJECT: Balboa Library Elect odifcations and Air Conditioning, Contract No. 336Completion And Acceptance April 23, 2002 Page 2 Funds for the project were expended from the following accounts: Description Account No. Amount Balboa Library Electrical Modifications and Air 7011- C4120613 $106,500 Conditioning The original scheduled completion date was January 22, 2002. Due to equipment delays and a power connection delay, the completion date was extended to April 6, 2002. All work was completed by the revised completion date. Respectfully submitted, PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By. 9 cG� . 0. Gunther, P.E. Construction Engineer CITY OF NEWPORT BEACH NOTICE INVITING BIDS n? CITY CLERK 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 12th day of October, 2001, at which time such bids shall be opened and read for: BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING Title of Project Contract No. 3337 $100,000 Enoineer's Estimate Appr V °by StE hen G. Badum Public Works Director Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. Contractor's License Classification(s) required for this Project: "B" For general information, call Lloyd Dalton, Project Manager at (949) 644 -3328. For technical information, call Paul J. Ruffing, Project Architect at (949) 660 -8062. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 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 percent o. the tot41 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 cont�_,:ning 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. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. E PAGE 2 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. 635698 - B, C9, C33, C35, C39 Contractor's License No. & Classification Abeam Construction, Tnc - Z Bid 2 President Authorized Sign ture/Title Oct, 11, 2001 Date 10/09/2001 17:05 626 - 858168 ABEAM CONST INC• PAGE 02 Bond # 72237 -36 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAGE 3 BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 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 Ten Percent of the Total Amount of the Bid in * * * ** Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the Construction of BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING, Contract No. 3337 in the City of Newport Beach, is accepted by the City Council of 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 11 day of Abeam Construction, Inc. Name of Contractor (Principal) American Contractors Indemnity Company Name of Surety 1800 Mc Collum St. Address of Surety Los Angeles, Ca. 90026 323-663-7814 Telephone October 9nm Patricia Zenizo, Attorney -in -fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 A 0 American Contractors Indemnity Company Los Angeles, California POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COMPANY, a California Corporation (the "Company "), and having its principal office in Los Angeles, California does hereby constitute and appoint: Patricia Zenizo as its true and lawful Attorney(s) -in -fact, in amount of $ 1 .000, 000.00, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY, at a meeting called and held on the 6th day of December, 1990. RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority. 1. To appoint Attorney(s) -in -fact and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at any time, any such Attorney -in -fact and revoke the authority given. RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, AMERICAN CONTRACTORS INDEMNITY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer this I st day of January 2000 i i uR,tS�Y AMERICAN CONTRALTO S iD /TY MPANY O INCORPORATED ? By: SEPT. 26,1990 Andy Faust, President STATE OF CALIFORNIA COUNTY OF LOS ANGELES On January 1st 2000 before me, Deborah Reese , personally appeared Andy Faust personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument WITNESS my hand and official seal. DEBORAH REESE _ Commission # 1205480 y Notary Public — California_ / �!1 Las Angeles County �/„e i l k LO��_ My Comm.bpiw Jan 16,2M3 U/ CERTIFICATION I, the undersigned officer of AMERICAN CONTRACTORS INDEMNITY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the resolution adopted by the Board of Directors of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that same are correct transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of October 2001 14- 3 Lames H. Ferguson, Secretary • CALIPORNIA ALL - PURPOSE ACKNOWLEDGEMENT • State 0' California County of Los Angeles On 10/11/01 before, me, M. S. Rodriguez, Notary Public GATE NAME, TTn'` OF OMCEA . E,G. 'JANE DOE, NOTJ1RY FUEUC' personally appeared. ., Patricia Zenizo NAMEl51 OF SIGNEl11S1 ' [ personally known to me - 0R • [) 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 ac- knowledged to me that helshe /they executed the same in his /her /their authorized capacity0es), , and that by his /her /their signatures) on the instrument the person(sl, or the entity upon behalf of which the person(s) acted, executed the instrument. OfleeNeaewwe690aawaewee ►ewel0 M.S. RODRIGUEZ WITNESS my hand and offical seal. A COMM. #1167433 R 7 S NOTARY P CALIFORNIA e 2 LOS ANUUS COUNTY 2 tlOeflep°ee9YPOe y Comm. E 90Ne 2,2OD2 SIGNATURE OF NOTARY OPTIONAL Though the data bclew is net reovuad by law, h may prove valuable to parsons retying on Tne document and could prevent Iraudu ont rlarfacPment of Thu loan. ' CAPACITY CLAIMED BY SIGNER I I INDIVIDUAL I I CORPORATE OFFICER TITLE(SI' 1 I PARTNERIS) i I LIMITED IIGENERAL 14 ATTORNEY -IN -FACT I TRUSTEE(S) ( I GUARDIAN /CONSERVATOR ( I OTHER; SIGNER IS REPRESENTING: N.MC V "ASONI31 OA 1N 11HA 150 DESCRIPTION OF ATTACHED DOCUMENT. TITL£ OR TYPE OF DOCUMENT NUMBER OF PACES DATS OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABDVF I 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CC'.DITIONII,1G CONTRACT NO. 3337 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 th -`. " . se 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 Mo C /cA2 WORKS $EG 9/l E, LOM17A # lo; Gc &_,vmL#,fg 71Z01- 2. WORKS E. LoMrrq */0/ &,rNPATC, ca 91W-C 3. 4. 5. 6. 7. 8. 9. 10. Abeam Construction, Inc. President Bidder Au nri7erl.o naturelTitle 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND Alice CONDIi 1014kvG CONTRACT NO. 3337 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 (attached) Abeam Construction, Inc. Bidder Person Telephone To Contact Number Work References for 267 East Badillo Street Covina, Ca 91723 Phone: 626- 332 -6877 Fax: 626- 858 -8658 sales @abeamconstruction.com ile Contract Number: M12 -1- 8923 -005 / 960790 Name Of Company/Business: NASA/J.P.L. Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 Contact Person: Mr. Michael Salsman Phone No.: 818 - 354 -2657 Scope Of Work: Carpentry, Drywall and Concrete For Time & Material contract Cost Of Project: $2.5 Million Average number of personnel: 15 Project Duration: Start date 11/01/2001 Completion date 11/02/2002 2. Contract Number: M12 -1- 8923 -005 / 960790 Name Of Company/Business: NASA/J.P.L. Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 Contact Person: Mr. Michael Salsman Phone No.: 818 - 354 -2657 Scope Of Work: Carpentry, Drywall and Concrete For Time & Material contract Cost Of Project: $2.5 Million Average number of personnel: 15 Project Duration: Start date 11/01/2000 Completion date 11/02/2001 • • 3. Contract Number: M12 -1- 8923 -005 / 960790 Name Of Company/Business: NASA/J.P.L. Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 Contact Person: Mr. Michael Salsman Phone No.: 818 - 354 -2657 Scope Of Work: Carpentry, Drywall and Concrete For Time & Material contract Cost Of Project: $2.5 Million Average number of personnel: 15 Project Duration: Start date 11/01/1999 Completion date 11/02/2000 4. Contract Number: M12-1-8923-0051960790 Name Of Company/Business: NASA/J.P.L. Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 Contact Person: Mr. Michael Salsman Phone No.: 818 - 354 -2657 Scope Of Work: Carpentry, Drywall and Concrete For Time & Material contract Cost Of Project: $2.5 Million yearly Average number of personnel: 15 Project Duration: Start date 11/01/1996 Completion date 11/02/1999 5. Contract Number: 1225971 Name Of Company/Business: J.P.L. Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 t Contact Person: Mr. Carl Simon /Scott Susoeff Phone No.: 818 - 354 - 3908/818 - 354 -6567 Scope Of Work: Modifications to bldg. 157 Cost Of Project: $603,875.00 Average number of personnel: 10 / day Project Duration: From 04/16/2001 To 04/16/2002 U Contract Number: 4900 -0094 Name Of Company/Business: Cal. State University, Los Angeles Address: 5151 State University Drive Los Angeles, Ca 90032 -8547 ire , a Contact Person: Ms. Jeanie Aguilar Name Of Company/Business: Phone No.: 323 - 343 -3489 i • 1250 Bellflower Boulevard Long Beach, Ca 90840 -0123 Scope Of Work: Miscellaneous ADA Projects Phone No.: Cost Of Project: $198,500.00 k Project Duration: From 09/04/2001 To 01/02/2002 Average number of personnel: 4 /day Project Duration: From 07/17/2001 To 08/3012001 7. Contract Number: P000702 Name Of Company/Business: Cal. State University, Long Beach Address: 1250 Bellflower Boulevard Long Beach, Ca 90840 -0123 Contact Person: Mr. Stan Denton Phone No.: 562 - 985 -8287 Scope Of Work: Remodel rms. 317 to 323 and 417 Cost Of Project: $87,700.00 Average number of personnel: 4 /day Project Duration: From 07/17/2001 To 08/3012001 Contract Number: PW001081 Name Of Company/Business: County of L.A. Dept. of Public Works Address: 900 S. Fremont Avenue Alhambra, Ca 91803 Contact Person: Mr. Miguel Loayza Phone No.: 626 - 300 -3289 Scope Of Work: Seismic repair project Cost Of Project: $47,330.00 Average number of personnel: 3 /day Project Duration: From 03/17/2001 To 04/2712001 Em Name Of Company/Business: L & R Construction Inc. Address: Holy Redeemer Catholic Church 2411 Montrose Avenue Montrose, CA Contact Person: Rene Ocam o Phone No.: 818 - 244 -9082 Scope Of Work: Drywall, Plastering, T -Bar Ceiling and Metal Stud Cost Of Project: $ 51,295.76 Project Duration: I From 12/2000 To 2/2001 10. r. Al Name Of Company /Business: JK Construction Inc. Address: 7 Floor Department of Justice 300 South Spring Street Los Angeles, CA Contact Person: Jeff Kirkpatrick Phone No.: 949 -495 -5739 Scope Of Work: Framing, Door Installation, Drywall and Painting Cost Of Project: $47,270.00 Project Duration: From 08/10/2000 To 2/2001 11. Contract Number: N/A Name Of Company/Business: Dynamo construction Inc. Address: Para Los Ninos 1617 E. 7 th Street Los Angeles, Ca 90021 Contact Person: Mr. Lawrence Lachner Phone No.: 626 - 359 -3619 Scope Of Work: Carpentry, Drywall ,Doors, Windows, HVAC Concrete and Painting Cost Of Project: $181,259.94 Average number of personnel: 10 Project Duration: From 07/11/2000 To 01/2001 12. Contract Number: 25- 186 -14 -1 Name Of Company /Business: The Walton Company Address: Hoover Senior Apt. Contact Person: Mrs. Cladia Ross Phone No.: 626 - 963 -8505 Scope Of Work: Carpentry & Drywall Cost Of Project: $208,885.00 Average number of personnel: 10 Project Duration: From 08/09/2000 To 3/15/2001 13. Contract Number: 091300 -1 Name Of Company/Business: Mills Construction Co. Address: Children & Family Support for TLC 7915 Lindley Ave. Reseda, Ca 91335 Contact Person: Mr. Robert Mills Phone No.: 818 - 505 -6555 Scope Of Work: Carpentry & Drywall Cost Of Pro ect: 1 $48,720.85 Average number of personnel: 15 Project Duration: I From 09/13/2000 To 412001 14. Contract Number : N/A Name Of Company/Business: JK Construction Inc. Address: Bio Sci Bldg Bsmt Corr Upgrade Cal. State L.A. Los Angeles, CA 90032 Contact Person: Mr. Jeff Kirkpatrick Phone No.: 949 - 495 -5739 Scope Of Work: Carpentry & Drywall Cost Of Project: $18,000.00 Average number of personnel: 4 Project Duration: From 09/19/2000 To 10/31/2000 is. Contract Number: CM175 -16 Name Of Company /Business: Forest Construction Co., Inc. Address: White Oak Elementary School 31761 Westlake Vill. School Rd. Westlake Vill, Ca Contact Person: Mr. Paul Nozzi Phone No.: 805 - 386 -8000 Scope Of Work: Framing and Stucco Cost Of Project: $98,967.09 Average number of personnel: 10 Project Duration: From 09125/2000 To 2/28/2001 16. Contract Number: PC 299 L0013538.00 Name Of Company/Business: IWMD, County of Orange Address: 320 N. Flower Street Santa Ana, Ca 92703 Contact Person: Mr. Jim Pfaff Phone No.: 714 - 834 -4053 Scope Of Work: Painting Cost Of Project: $73,374.18 Average number of personnel: 5 Project Duration: From 06/01/2000 To 10/31/2000 17. Contract Number: C900568 / MP99 -001 Name Of Company/Business: Cal. State Univ., Fullerton Address: 225. W. Union Ave Fullerton, Ca 92834 Contact Person: Mr. Steve Chamberlin Phone No.: 714 - 278 -2411 Scope Of Work: El Dorado Ranch Renovation including Painting Cost Of Project: $243,457.94 Average number of personnel: 10 Project Duration: From 05/25/2000 To 7/31 /2001 18. Contract Number: L03576/718 Name Of Company /Business: City of Los Angeles Address: 555 Ramirez St. Space 150 Los Angeles, Ca 90012 Contact Person: Mr. Mouris Hyatt Phone No.: 213 - 847 -1405 Scope Of Work: Old Northeast Police Station, general construction. Cost Of Project: $166,644.59 Average number of personnel: 10 Project Duration: From 05/01/2000 To 07/31/2000 19. Contract Number: 05- S475 -02 Name Of Company/Business: JE Remediation Technologies Address: 4800 Oaks Grove Drive Pasadena, Ca 91109 Contact Person: Mrs. Sheri Shulkin Phone No.: 818 - 354 -0710 Scope Of Work: Excavation Cost Of Project: $95,337.00 Average number of personnel: 05 Project Duration: From 05/22/2000 To 06/12/2000 20. Name Of Company/Business: General Services Administration Address: 11000 Wilshire Blvd. #11200 Los Angeles, Ca 90024 Contact Person: Mr. James Coleman Phone No.: 310 - 235 -6221 Scope Of Work: Installation of Interior doors & Architectural Design. 4b Cost Of Project: $27,185.00 Project Duration: From 12/31/1999 To 03/01/2000 21. Name Of Company /Business: Community Development Commission Address: 2 Coral Circle Monterey Park, Ca 91755 Contact Person: Mr. Bill Pro Phone No.: 323 - 890 -7078 Scope Of Work: Residential Renovation and Rehab. Cost Of Project: $32,000.00 Project Duration: From 11/01/1999 To 02/20/2000 22. Name Of Company/Business: The Aerospace Corporation Address: 355 S. Douglas Street EI Se undo, Ca 90242 Contact Person: Mr. Bob Davis Phone No.: 310 - 336 -7271 Scope Of Work: Application of Windows Film, Electrical, Installation of workstation & Construction of wall per plan. Cost Of Project: $6,970.00 Project Duration. From 12/07/1999 To 12/2211999 23. Name Of Company /Business: KCE Company Address: 1846 Woodlawn Street Upland, Ca 91786 Contact Person: Mr. John Kuze Phone No.: 909 - 985 -7090 Scope Of Work: Painting, Carpentry, Lath & Plaster, Framing, Drywall at varius Metrolink Stations including, San Bernadino, San Clemente, Fontana, Norwalk. Cost Of Project: $250,000.00 Each station Project Duration. From 01/05/1994 To 12/30/1995 If you have any other questions, please do not hesitate to call us at 626 -332- 6877 You can log on to WWW.ABEAMCONSTUCTION.COM for further information. State of Califon epartment of General Services • Gray Davis, or WSPROCUREMENT 01% 1 N i Office of Small Business Certification and Resources 15311 Street, Second Floor Sacramento, California 968142016 (916) 323 -5478 S8 APP 21010628 June 28, 2001 REF# 0003843 ABEAM CONSTRUCTION INC 267 E BADILLO ST COVINA CA 91723-2116 Dear Business Person: Congratulations on your certified small business status with the State of California. Your certification entitles you to benefits under the state's Small Business Participation Program within state contracting, including a five percent bidding preference and special provisions under the Prompt Payment Act. Certification period Your certification period for each business*type is: =' ' Industry - From To ' CONSTRUCTION ' _'06%21/2001 Annual Submission Requireme'nt��= To maintain your certified status, yavmt annually submit to the OSBCR proof of annual receipts and proof of employees for your firm and each of your affiliates (if any). Proof of Annual Receiots Submit to the OSBCR a copy of your firm's and any affiliate firm's ENTIRE federal tax return each year following your certification. Include ALL accompanying schedules, farms, statements, and any other support documents filed with that specific tax return. If you request a tax filing extension with the Internal Revenue Service, submit to our office a copy of the extension form. When your tax returns are filed, submit a copy of the entire federal tax return to our office. Proof of Employees If you have employees whose taxable wages are reported to the California Employment Development Department (EDD) on a quarterly basis, you must annually submit to our office along with your proof of annual receipts, proof of employees for your fine and any affiliates. We will accept a copy of the EDD's "Quarterly Wage and Withholding Report" (Form DE6) or other format accepted by the EDD. Your employee documents must cover the same four quarters as the tax return you submit for your proof of annual receipts. If you have out -of -state employees, submit the employee documentation comparable to EDD's "Quarterly Wage and Withholding Report" for the same four - quarter period. Prompt Payment Rubber Stamp Offlee of small Business Certi8callon a escurees REF# 0003843 ABEAM CONS CTION INC 2 • June 28, 2001 SB APP 20010628 The Prompt Payment Act requires state agencies to pay the undisputed invoices of certified small businesses and registered nonprofit organizations on a timely basis. Prompt payment is reinforced by adding interest penalties for late payment. Covered under the Act are certified small businesses that are either a service, manufacturer, or non - manufacturer firm, and nonprofit organizations registered with the OSBCR. Compensation on late or unpaid progress payments for certified construction firms is addressed in Public Contract Code, Section §10261.5. Use of the prompt payment rubber stamp alerts state agencies of a firm's certified small business or registered nonprofit status. Ordering a rubber stamp Rubber stamps are available in two styles: Traditional rubber stamp $15 Self- inking rubber stamp $25 To purchase a rubber stamp, return the enclosed "Prompt Payment Stamp Request" to the OSBCR with your check or money order made payable to the "Department of General Services." Reporting Business Changes You must keep the OSBCR informed of your firm's current business status and information at all times. The enclosed "Certification Information Change Form" enables you to report to us certain business changes as they occur. The Change Form must be signed by an owner or officer and may be faxed or mailed. You may use the form to report the following changes: • Business name . Add or delete Standard Industrial Classification (SIC) codes • Mailing address . Service area(s) [where your firm is able to do business] • Principal office address . Add Construction business type • Contact information . Change contractor's license classification codes • Owner's /officers home address . Request to terminate your certification If you wish to add the Service, Non - Manufacturer, or Manufacturer business type(s) to your certification, please contact our office at the above phone number or address. Other changes that require the OSBCR to re- evaluate your eligibility based on a new structure, function, and /or new business relationships must be reported by completing and submitting a new certification application. You may download the application from our website at www.dgs.ca.gov /osbcr, or call our office at 916.323.5478. Instances that require a new application include the following: . Certification expiration or revocation • A change in ownership • A business structure change from your current ownership type, to a sole properietorship, partnership, corporation, limited liability company, limited liability partnership, orjoint venture • Adding disabled veteran business enterprise (DVBE) certification to your existing status • Acquistion of a new affiliate Office of Small Business Certificaton and Resources REF# 0003843 ABEAM CONSTOTION INC 3 Proof of Eligibility June 28, 2001 SB APP 20010828 Maintain this original certification letter for future business needs. To demonstrate your firm's small business eligibility, include a copy of this letter in your state contract bid submittals. Prior to contract award, agencies will assure the vendor is in compliance with Public Contract Code, Section 10410 et seq. addressing conflict of interest for state officers, state employees or former state employees. Certification Renewal A renewal application will be mailed to you prior to the expiration of your small business certification. If you do not receive an application, please call us so that you may timely renew your certification. If you have any questions, please contact me at 916.445.2190, e-mail louise.kurashige @dgs.ca.gov, or fax 916.442.7855. The Procurement Division oversees many programs to further state contracting participation. For more information regarding these programs, visit our website at www.dgs.ca.gov /osbcr, or visit the Procurement Division's website at www.dgs.ca.gov/pd. Sincerely, �1L1,I.kU �UirGib'GLI•�C Louise Kurashige Certification Officer Office of Small Business Certification and Resources APPLTR Rw. W1112001 Office of Small Business Certificatlon an Resoumes REP# 0003843 ABEAM an INC • June 28, 2001 4 SB APP 20010628 Standard Industrial Classification (SIC) Code(s) Certification Approval Attachment You selected the following Standard Industrial Classification (SIC) codes and /or contractors license classifications to describe your fine's business: *Construction firms are classified by their California contractor's license classification(s). 4-Digit SIC Industry Code* SIC Code Description CONSTRUCTION B C -09 C -33 C -35 C -39 HIC General Building Contractor Drywall Painting and Decorating Plastering Roofing Home Improvement Certification PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA LIBRARY ELECTRIC: ,;� :. =IFICATIONS AND AIR CONDITIONI'OG CONTRACT NO. 3337 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) Donnell Jones being first duly sworn, deposes and says that he or she is President ofAbeam Construction, 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 party making tl-e f, ^,ragoing bird; that the r is 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 C ifornia that the foregoing is true and correct. Abeam Construction, Inc. Bidder resident Authorized Sig atureFFitle it� Subscribed and sworn to fore me this N day of a oYy4a/L 2001. [SEAL] Notary Public �:::�... THOMAS T. BRIGHT d' CCMM. 81178962 v NOTARY PUBLIC CALIFORNIA (Fj p11 LOS ANGELES COUNTY to L'aa �_� y Comm. Expires Apr 9. 202 i� My Commission Expires: 14i'<«- • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 7 BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 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 • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents 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. The Labor and Materials Payment Bond and Faithful Performance 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. 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. 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 46 PAGE 8 BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 CONTRACT THIS AGREEMENT, entered into this 23`' day of October, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Abeam Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BALBOA LIBRARY ELECTRICAN MODIFICATIONS AND AIR CONDITIONING Project Description 3337 Contract No. 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: A. 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 Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3337, Standard Specifications for Public Works Construction (current adopted 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. B. 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: 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. • • PAGE 9 C. COMPENSATION 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 one hundred six thousand, five hundred and 001100 Dollars ($106,500.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. 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. E. 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 Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 CONTRACTOR Abeam Construction, Inc. 267 E. Badillo Street Covina, CA 91723 (626) 332 -6877 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I 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." G. INSURANCE 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. 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 • • PAGE 10 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. 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. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) 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. b) 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. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) 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. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. 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. • • PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. 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. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. 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. v. 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. b) 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. c) 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. 5. 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. • • PAGE 12 6. 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. H. RESPONSIBILITY FOR DAMAGES OR INJURY 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. 2. 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. 3. 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 negligence or willful misconduct of City, its officers or employees. 4. 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. 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 H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. 0 0 PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. 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. U1 I Y I.Lt KID APPR D S TO FORM: CITY A NEY CITY OF NEWPORT BEACH A Municipal Corporation Bye— Mayor Garold B. Adams V Abeam Construction, Inc. By: �0,,w f &fi Authorized Signat re and Title Policy Number: LC73721 ACOR ADTN CERTIFICAT F LIABILITY INSURANOW 10 /1 ATE °ATE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PO BOX 756 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE LA MESA, CA. 91944 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR A ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - (619)465 -8210 11078749 >� 111(��0141�,1 - R^ . INSURERS AFFORDING COVERAGE INSURER_ —P LLDxD -mss— oF1:DNDDN �- INSURED ABEAM CONSTRUCTION INC. MR DONNELL JONES MED EXP IAny one Person) 5 267 E BADILLO STREET COVINA, CA 91723 F IN URER INSURER C(1VFRAf:FS KFt :" Or,I ".Ur%U I,,,, F THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. r _ INSR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE� PODGY EXPIRATION LIMITS LTR GENERAL LIABILITY EACH OCCLRRENCE is r A LC73721 3/21/2001 3/21/2002 50,000 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE IAny one fire, 15 CLAIMS MADE ® OCCUR MED EXP IAny one Person) 5 I'[ a'C,P, ` 1,V00, 000 1�I �PERSONA. SADV INJURY 5 , 2,D00, 000 F GENERAL AGGREGATE S 1,000,000 �GEN L AGGREGATE LIMIT APPLIES PER. PRODUCTS COMP+OPAGG 5 IX PRO- POLICY I JECT LOC AUTOMOBILE LIABILITY 1 COMBINED SINGLE LIMIT S ANY AUTO I IEaacadenl, t-�A 1 WED T ALL ON AUTOS I— ;BODILY INJURY S SCHEDULED AUTOS (Per Person) i F HIRED AUTOS CNON-OWNED AUTOS BODILY INJURY FIPer acntlent) S {I I. PROPERTY DAMAGE iperacndent) IS GARAGE LIABILITY AUTO ONLY EAACCIDENT 1 S ANY AUTO EA ACC 5 I- -a OTHER THAN , AUTO ONLY AGO S LIABILITY EACH OCCURRENCE is FEXCESS OCCUR C CLAIMS MADE I _ i AGGREGATE ±5 Y II� r DEDUCTIBLE ~ _ _ _ _ _ _ _ �S RETENTION S S • WORKERS COMPENSATION AND WC STATU� OTH I H TORYJ IMTS,. 1. FR EMPLOYERS' LIABILITY _y . . L E L EACH ACCIDENT � 5 _ I _ — E L DISEASE EA EMPLOYEE, S �S I EL DISEASE POLICYLIMIT OTHER ��FFCC(�',,pplIppSSlIpp ��TTppEEgqpp N$y C,AT�pN$ EH1�yE FYfIIlypy��p F� EryDpgS p�Ery� EfIEI PBO I:HNI:kIL�F'L'1 V[VTIO 1VO UAYSN CVR SN VN —YHY, 03�Y UAYJ ENLLSPV'1'l1 Nat( VISIONS CERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED PER ATTACHED ENDORSEMENT // 7 /Il C-105601 RE: ELECTRICAL MODIFICATIONS AND AIR CONDITIONING IN COMMERCIAL BUILDING (- & - 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 -8915 CITY OF NEWPORT BEACH ATTN:SHANNON OYLER 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 -8915 FAX: 949 - 644 -3318 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE 1988 POLICY NUMBER LC73721 COMMERCIAL GENEjg LIABILITY ABEAM &STRUCTION INC. 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 Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92658 -8915 RE: ELECTRICAL MODIFICATIONS AND AIR CONDITIONING IN COMMERCIAL BUILDING 3300 NEWPORT BLVD. NEWPORT BEACH, CA (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 respect to liability arising out of your ongoing operations performed for that insured. PRIMARY WORDING: IT IS FURTHER AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF Ti IF ADDITIONAL INSURED (S) SHOWN ABOVE SHALL BE PRIMARY INSURANCE. BUT ONLY AS RESPECTS TO ANY CLAIMS. LOSS OR LIABILITYARISING OUT OF THE OPERATIONS OF THE NAMED INSURED OR FROM OCCUPANCY. MAINTENANCE, OR USE OF THE PREMISES 13Y THE NAMED INSURED AND ANY INSURANCI: MAINTAINED BY THE ADDITIONAL INSURED (S) SHALL BE NONCONTRIBUTORY. CG 20 10 10 93 Copyright Insurance Services Office, Inc., 1984 �'ACORD CERTIFICA OF LIABILITY INSU - C� OF ID L EAM -1 DATE(MM /DDYV) 10/22/01 PRODUCER Weaver & Associates, Inc. Insurance Agents & Brokers -" P. O. Box 1508 �Y° --�,'^ j� -- - ^- : Arcadia CA 91077 -1508 Phone:626- 446 -6161 Fax:626- 445 -3827 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE }HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER'THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED 1`J 1 INSURER A: Mercury Casualty Company INSURER B: INSURER C: A Beam Construction 267 E. Badillo St. - ';:' - Covina CA 91723 IN5URERD:' - INSt1RERT_^. VVYCRMVES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE fMMIDDfYYI ON DATE MMIDDITY LIMITS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL }0 DAYS WRITTEN GENERAL LIABILITY of Newport Beach NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ 3300 COMMERCIAL GENERAL LIABILITY Newport Beach CA 92658 -3318 MED EXP (Any one person) $ AUTHORIZED REPRESENTATI CLAIMS MADE ❑ OCCUR PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ POLICY RO LOC JECT P AUTOMOBILE LIABILITY ANY AUTO AC 11045692 05/21/01 05/21/02 COMBINED SINGLE LIMIT (Ea accident) $ 1 , 000,000 BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Par accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE _ E $ DEDUCTIBLE $ RETENTION 8 WORKERS COMPENSATION AND TORY ILA IMBS ER E.L. EACH ACCIDENT $ EMPLOYERS' LABILITY E.L. DISEASE - EA EMPLOYEO $ E.L. DISEASE - POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLEWE XCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS CANCELLATION: 10 days notice of cancellation for non - payment of premium. Job: Balboa Library Electrical Modifications & Air Conditioning, City of Newport Beach, 3300 Newport Blvd., Newport Beach, Ca 92658 -8915 Naming the City of Newport Beach as additional insured per the attached endorsement. This certificate supersedes the cert. dated 10 /18 /01. CERTIFICATE NM nER I V I enrnnnuei IRSIIRFT WN HRFR r ETTER' n CANCELLATION ACORD 25S (7/97) OACORD CORPORATION 1989 N+wpQ -1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL }0 DAYS WRITTEN City of Newport Beach NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn: Shanna Oyler IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 3300 Newport Beach Blvd. Newport Beach CA 92658 -3318 REPRESENTATIVES. AUTHORIZED REPRESENTATI Ralph Weaver ACORD 25S (7/97) OACORD CORPORATION 1989 jjjAA'' HOLDERCODE 1 ABEAM -1 PAGE 3 NOTEPAD. PAD. . - INSURED'SNAMEW Ream Construction • 0P ID LU DATE 10/22/01 Ij This insurance is primary; any held by the certholder is non - contributory. OCT- tit- Z001(�10N) 13:53 (PA' 6Z644538Z1 P. 003 COMMERCIAL AU i 0 Nurn! :cr. AC11045692 insure:; S Beam Consc--accion, =c. THIS ENDORSEMENT Cl 141GE3 THE rOLICY PLEACCE READ IT CA" E ULL Y ADDITIGN.,A I_ IN UP2 • DE= IGNAT=—D P =RISON OF ORGANIZATION 7 nis insurnca provid =_d under J1_ followinc: cUSINESS AUTO C0V =7 .G=— FOFM SCHEOULF Name cf Person of-,Rraa�tasVon: CITY OF-NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS WHO la AN INSURED (Sec:ion II) is 2mendcd tc include as an insured the person or orcani =tion shown in the Schedule but only with r=_spEc: to liabiky arising out or the ewner: hip, maint_nanu�, or use of a cav_rad' 'auto' This Insurnca 5hsll spply a5 primary insur -nca ss r -eae= any peron or iryani:cii =n rorwhom arwnicn,vou nave agreed by wnr!sn czintrac' ora_r,rd to provide insurance on a prinary basin. Any cMerincurance avcila!!ie to Such peron or cranlc000n 5rell oe e::caw of this in:.ranc_ and thi= C�niarwiU .-7e :a., +k c�, t'�uti:n (rzm Such Ufncr in <urnc= m3ijvtinad by anet available to such Per= cr crsni ==lion. •11 f CA 76 08 0703 J - ,ACOIRD. CERTIFICA OF- LIABILITY NSUANCE DATE PRODUCER (626)914 -7501 FAX (626)914 -8146 Southern California Insurance Brokerage, Inc. P.O. BOX 758 - - License AOC91978 Glendora, CA 91740 -0758 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. T IS CERTIFICATE DOES NOT AMEND, EXTEND OR 'LT TH COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Abeam Construction Inc. "iNSURERA 267 E. Badillo St. Covina, CA 91725 ,The onneCticut Indemnity Co. INSURER B INSURER INSURER 0' NSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICYE FECTIVE DATE MMIOD/YY POLICY EXPIRATION DATE MMIDDIYY LIMITS A DREPRESENTATIVE NEWPORT BEACH, CA 92658 -8915 GENERAL LIABILITY EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR MED EXP (Any one person) $ PERSONAL& ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG $ POLICY 7 O JEPRCT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Peraccident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY. AGG EXCESS LIABILITY EACH OCCURRENCE $ OCCUR F� CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION S WORKERS COMPENSATION AND CAP 106926 -00 12/31/2000 12/31/2001 X I TORY LIMITS ER A EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 E. L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATt ONS ILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 10 DAY NOTICE OF CANCELLATION SHALL APPLY FOR NON PAYMENT OF PREMIUMN OR NON SUBMISSION OF PAYROLL REPORT* JOB REF : BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING CITY OF NEWPORT BEACH 300 NEWPORT BEACH BLVD, NEWPORT BEACH , CA 92658 -8915 rRKER'S COMPENSATION WAIVER OF SUBROGATION TO FOLLOW FROM COMPANY CERTIFICATE HOLDER I I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION ACORD 25S (7197) — v CACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF NEWPORT BEACH 30 DAYS WRITTEN NOTIGETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, SHANNA OYLER BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 NEWPORT BLVD OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, A DREPRESENTATIVE NEWPORT BEACH, CA 92658 -8915 ACORD 25S (7197) — v CACORD CORPORATION 1988 007722 -2001 MON 09:14 AM SO CAL INS FAX NO. 6269148146 '• 01= t -19 -01 02:02P CA"stone risk 7110843 6601 10/19/2001 12:39 FAX 8609027896 AN115 UFMCAM una Policy Number CILP106926 ENDORSEMENT THE CONNECTICUT INDRNMITY COMPANY M P_02 Named Insured ABEAM CONSTRUCTION, INC. Effective Date: 12 -31 -00 12:01 A.M., Stf1 CWO Time Agent Name CORNERSTONE RISK MANAGEMENT Agent No. 913156 TUTS- ENDORSEWNT CHANGES THE POLCY PLFif1SE,F ARIJSrN PJl61zY_. THE $OLLOWING CLASSIFICATIONS) 13 ADDED: STATE: CALIFORNIA LOCATION: 001 01 CLASSIFICATION: SPECIFIC WAIVY.ii OF SUBROGATION CODE: 0930 ANNUAL RENUNERWrONt 213 RATE.- .OS PRENIUMs 150 CITY OF NEWPORT BRACR, ITS OFFICERS, OFFICIAL ElISLOYSES AND VOLUV=RS 3300 NEWORT BLVD. NEWPORT BEACH, CA 926SO -8915 JOBe BALBOA LIBRARY ELECTRICAL MODIFICATIONS & AIR CONDITIONING CITY OF NEWPORT BEACH 3300 NEWPORT BEACH BLVD. UMPORT BEACH, CA 92658 -8915 CLASS CODE 6810 - CLERICAL OFFICE NOC PAYROLL - $12,000 CLASS CODE 5647 - DRYWALL /WALLBOARD PAYROLL - $ 1,000 THE FOLLOWIWG ENDORSEMENT(S) IS ADDED: WC 04 03 06 04/84 CA WAIVER OF OUR RIGHT TO RECOVER All other termsand condldans of this policy rarroin unchanged. (The informvian 1cclow is required to Do complamd only when dds endorsoment la iscuad wic"gventto die polloy effective doe.) effective 12-31 -00 , tnisendomement form part o f Policy Numb" CAP106926 Ilsuedto; ASEAN CONSTRUCTION, INC. TO BE ADJUSTED Fndormmanr No: 011 AT TIME OF AUDIT WC 89 0600 A W. & copy 100225ti0= 74-UCi-09 "02aT5 f?I OCT -22 -2001 MON 09:14 AM SO CAL INS FAX N0. 6269148146 O'ct -19 -01 02:02P coterstone risk . 10/19/2001 12:59 FAX 6809027866 ART15 ul%x,%11Unb 714643 6601 WORKERS COMPENSATION AND EMPLOYERS UABIUW INSURANCE POLICY P. 03 P.03 WC 04M 05 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the tight to recover our payments from anyone liable for an injury covered by this pDlicy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to Vie extent that you perform work under a written contract that requires you to obtaln this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The addf4onal premium for this endorsement shall be 5 % of the California workers' compensation prerr ium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION SEE CLASSIFICATION SCSSDULB SPECIFIC JOBS OR CONTRACTS AS D86CRIBED ON THE CLASSIFICATION SCREDWA This andorearnant changes lhepolicy to which his attached andis effective on the date issued unless otherwise stated. (The Information below is requited only when this andornmont is iastl6d subsequent to properation of fife pofay.) EndorsementF-ffectiva 12-31 -00 Policy No. CJLPI06926 Insured AREAK CONSTROCTION, INC. fnsuraneoCompany THE COMMCTICDT INDEM1TY COMPANY Countersigned By 4''Iass by the wott�tK Canptrrvation tr.u...� W tltp eumtu a l:ellbrnq. at nyMc.oaanea From I ft: WCIRB's CAFMOmiR Workers' Cotrtpm aaCon insumnoe Forma Manuel- INS. Endorsement No. 011 Premium SINCL. OCT -26 -2001 FRI 08;21 AM FAX NO, P, 08/21 0 mr ON CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. DATE RECEIVED: O D DEPARTMENT/CONTACT RECEIVED FROM: DATE COMPLETED: 0 00Z SENT TO: L BY: GGLU,(J COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: —a 1'.Q4 1h.,1 t4#;Z GENERAL LIABILITY: A. INSURANCE COMPANY;�I Ol /f�T tL/11Z/i [Y%l/ B. AM BEST RATING (A VII or greate C. ADMITTED COMPANY: ( Must be California Admitted) Is company adpitted in California? Yes_ Nc t— D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? it 000 �p00 E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes ✓ 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_ No ✓ H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes_ No ✓ I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by terrified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY: �m gas" A. INSURANCE COMPANY: 7iunr�(.(�i_ ,k UQ/i,/drQ�,l�l B. AM BEST RATING (A VII or greater): " XI C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes ' DC D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided ? E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers), Is it included? Yes _ No ✓ F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes_ Np ✓ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notifraton of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. M. WORKERS COMPENSATION: A. INSURANCE COMPANY: 411 (f 7xj) A&y6�G�%2�/1�G1/ B. AM BEST RATING (A VII or greater) At,X C. LIMITS: Statutory D. WAVER OF SUBROGATION: (To include). Is it included? Yes v"1 No_ HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No IF NO, WHICH,ITEM$ NEED TO BE COMPLETED? J) f&di 4dd24k (t 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined fh n Pi -)s and Special Provisions, and hereby proposes to furnish all materials except that ma:eiii� s_Jpp[;oj by the City and shall perform all work required to complete Contract No. 37 ii, 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: ITEM QUANTITY ITEM DESCRIPTION! At, T) UNIT TOTAL AND UNIT PRICE WI *-JTTEN l: 1 .. i"'%S PRICE 1. Lump Sum Mobilization @ %n 7l00sand, Five /f"na'PP W Dollars and ze ' Cents $ 10., 5-00,00 Per Lump Sum 2. Lump Sum Demolition @ Seven 71) cusg,,cl's, 5-10 #une/m/DoIIars and Ze4_0 Cents $ L200.00 Per Lump Sum 3. Lump Sum Concrete pads @ �-Otfv 740usands Dollars and Ze'v0 Cents 000, 00 Per Lump Sum PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE 9 44 7 91 91 Lump Sum Cabinets @ .SiX 7i01,(-Cao7e-/s Dollars and �/✓'0 Cents $ (5,000.00 Per Lump Sum Lump Sum Painting @�%e7iOW044, C9�t�u^C� Dollars and r et- a Cents $ 200.00 Per Lump Sum Lump Sum HVAC equipment @ 7,CV?dry �tousands Dollars and 0e t-0 Cents Per Lump Sum Lump Sum HVAC ductwork @ 7AOU.Cands Dollars and zQi o Cents Per Lump Sum Lump Sum Plumbing @ FOUr T/�ousa^ Dollars and �O Cents Per Lump Sum Lump Sum Electrical equipment @ Nine4er7 moceca^o� Dollars and �RI ° Cents Per Lump Sum 10. Lump Sum Electrical conduit and conductors @ 7.41 A.4eR/1 !4i &_a ^6Wy Dollars and zD'rB Cents Per Lump Sum $ 2 0"000,00 $ /Z000,00 $ % 000.00 $ 13,000.00 0 0 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE $106,500,00 Total Price (Figures) TOTAL PRICE IN WRITTEN WORDS One ffun dte d 9,X / /70a 9a,,,W9, 6l e &Pdr4dDollars and 0� yG Oct. 11, 2001 Date (626) 332 -6877 FAX: (626) 858 -8658 Bidder's Telephone and Fax Numbers 635698 - B, C9, C33, C35, C39 Bidder's License Nto(s). and Classi ic'i:-i!r <) Cents Abeam Construction, Inc. BI r I A/ I President idder's Autho ed Signature and Title 267 E. Badillo St., Covina, CA Bidder's Address 1 1 1 1 1 1 2 2 2 2 E 2 3 3 3 3 4 4 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING CONTRACT NO. 3337 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS 7 -8 PROJECT SITE MAINTENANCE 1 1 1 1 1 1 2 2 2 2 E 2 3 3 3 3 4 4 4 4 7 -8.5 Temporary Light, Power and Water 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.4 Public Safety 7- 10.4.1 Safety Orders 7 -10.5 "No Parking" Signs 7 -15 CONTRACTOR LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General TECHNICAL SPECIFICATION 4 4 4 4 4 5 5 5 5 5 6 SP 1 OF 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA LIBRARY ELECTRICAL MODIFICATIONS & AIR CONDITIIONING CONTRACT NO. 3337 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. B- 5167 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) the Standard Specifications for Public Works Construction (1997 edition), including supplements, and (5) the 1998 California Building Code. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clenentine Street, Anaheim, California, 92802, telephone (714) 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of demolition; replacing electrical service cabinets, conduit and panels; installing new heating, ventilation and air conditioning systems; constructing new cabinets; and painting certain areas in the Balboa Public Library. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this Section with: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 SP2OF5 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection: 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. The schedule may be bar chart or CPM style. No work shall begin until all contract documents have been approved by the City, a pre- construction conference has been held with the Engineer, and a schedule of work has been approved by the Engineer. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the contract documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain SP3OF5 his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include furnishing acceptable contract documents, demolition, removals, construction, installations, adjustments, cleanup, etc." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under this contract within 60 consecutive working days from the date of award. Award is anticipated for October 23, 2001. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st (New Years Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th (Independence Day), the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), December 24th (Christmas Eve), December 25th (Christmas Day), and December 31st (New Years Eve). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal construction hours are 7:00 a.m. to 4:30 p.m. Monday through Thursday and 7:00 a.m. to 3:30 on Fridays. Normal library hours are 12am — 9pm Mondays and Wednesdays and 9am — 6pm on all other days except Sundays, when the library is closed. To facilitate demolition and certain other noisy construction activity, the Librarian has agreed to not open the library until noon for two consecutive weeks maximum, at the Contractor's discretion. To take advantage of this late opening period or for permission to work during other hours when the library is closed, the Contractor shall coordinate with and obtain the approval of the Librarian at least 2 weeks in advance of the days or times needed for library closure. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs of $50.00 per hour when such time periods are approved. Ll 0 SP4OF5 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the sixty (60) consecutive working days specified for completion of the work, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read "Execution of the Contract shall constitute agreement by the City and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the time that the park is closed to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Replace this section with: "The project is "permit- ready" (PC 2081 - 2000). The Contractor shall obtain the construction permit from the City of Newport Beach's Building Department. Building Department plan check and construction inspection fees will be waived." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) hours in advance of the 9 0 SP50F5 need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING - TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "B" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The lump sum prices bid for this contract shall include full compensation for furnishing the labor, materials, tools, equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work." The Contractor shall comply with the following TECHNICAL SPECIFICATION which augments, but is not referenced to, sections of the Standard Specifications for Public Works Construction F:Wsers \PBW\Shared \Contracts \FY 01 -02 \Balboa Library Electrical Modifications & Air Conditioning C- 3337\SPECIAL PROVISIONS C- 3337.doc TABLE OF CONTENTS TECHNICAL SPECIFICATION DIVISION 2 - SITEWORK Section 02060 Demolition DIVISION 3 - CONCRETE Section 03300 Cast -in -Place Concrete DIVISION 6- WOODWORK Section 06400 Architectural woodwork DIVISION 9 - FINISHES Section 09250 Gypsum Board Section 09900 Painting DIVISION 15 - MECHANICAL DIVISION 15 - PLUMBING DIVISION 16 - ELECTRICAL 0 Refer to Mechanical Drawings for Specifications Refer to Plumbing Drawings for Specifications Refer to Electrical Drawings for Specifications • • SECTION 02060 -DEMOLITION PART 1 -GENERA L 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General Conditions and Division -1 Specifications sections, apply to work in this section. A. Extent of demolition work is shown on drawings. B. Drawing show intent of demolition that is necessary to construct new improvements. Contractor shall inspect the project site to ensure that complete demolition necessary is included in the bid. 1.03 SCHEDULE: Submit proposed methods and operation of demolition to the City for review prior to start of work. INclude in schedule coordination of shut - off, capping and continuation of any utility services as required. 1.04 JOB CONDITIONS: A. Use of explosives will not be permitted. B. Conduct demolition operations and removal of debris to ensure minimum interference with; LIBRARY, FIRE STATION, roads, streets, walks and other adjacent occupied or used facilities. C. Ensure safe passage for persons around area of demolition. Conduct operations to prevent injury to adjacent Buildings, structures, other facilities and persons D. Provide shoring, bracing or support to prevent movement, settlement or collapse of adjacent facilities to remain. E. Promptly repair any damages caused to adjacent facilities by demolition operations at no cost to the owner. F. Maintain existing utilities indicated to remain, keep in service and protect against damage during demolition operations. 1. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. PART 2 - PRODUCTS: Not Applicable 3.01 DEMOLITION A. Clean adjacent structures and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to condition existing prior to start of work. DEMOLITION 02060 Page 1 of 2 a 0 3.02 DISPOSAL OF DEMOLISHED MATERIALS: A. Remove from site debris, rubbish and other materials resulting from demolition operations, by approved hauling routes and in approved manner. 1. Burning of removed materials from demolition operation will not be permitted. END OF SECTION DEMOLITION 02060 Page 2 of 2 SECTION 03300 - CAST -IN -PLACE CONCRETE 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General Conditions and Division -1 Specifications sections, apply to work in this section. 1.02 DESCRIPTION: Provide all work constructed of cast -in -place concrete as indicated, specified and required. A. Work in this section: Principal items include: 1. Furnishing, placing, and curing of cast -in -place concrete. 2. Placing of embedded anchor bolts and inserts. 3. Reinforcing steel. 1.03 QUALITY ASSURANCE: A. Concrete Manufacturer. Furnish all concrete from licensed commercial ready -mix concrete plants conforming to ASTM C94. B. Allowable Tolerances: Construct concrete conforming to tolerances specified in ACI 301, "Specifications for Structural Concrete for Buildings ", as applicable, unless exceeded by requirements of regulatory agencies or otherwise indicated or specified. 1.04 CONCRETE MIX DESIGNS: Testing laboratory selected by contractor shall design concrete mixes for all concrete =concrete compressive strength exceeding 2,000 psi. Contractor shall bear all costs for concrete mix designs. PART 2 - PRODUCTS 2.01 MATERIALS: A. Furnish materials that meet the test requirements of paragraph "Source Quality Control" hereinbefore, as applicable, and following requirements: Portland Cement: ASTM C150, Type V low alkali. Do not change brand without prior approval. 2. feldspar, ASTM C33, from approved pits, Free from organic matter and or opaline, and siliceous magnesium substances; clean, hard, fine - grained sound crushed rock or washed gravel not over 5% by weight of flat, thick elongated, friable or laminated pieces (pieces having the major dimensions over 5 times average dimension) or over 2% by weight of shale or cherty material. 3. Lightweight Aggregates: ASTM C330, Ridgelite, Rocklite, or another coated expanded clay or shale product; coarse aggregate, dry loose weight minimum 38 pounds per cubic foot and maximum 9/16" size; fine aggregate, dry loose weight of 62 to 66 pounds per cubic foot, uniformly graded from #8 to #0 sizes; all aggregates vacuum or thermally fully saturated for pumped concrete. CAST -IN -PLACE CONCRETE 03300 Page 1 OF 2 4. Water. From portable domestic source. 2.02 CONCRETE MIXING: A. Furnish ready -mix concrete from an approved commercial off -site plant. Conform to ASTM C94, except materials, testing, and mix designs as specified herein. Use transit mixer trucks equipped with automatic devices for recording number of revolutions of drum. PART 3 - EXECUTION 3.01 PREPARATION FOR CONCRETE PLACING: A. Remove free water from forms before concrete is deposited. Remove hardened concrete, debris and all foreign materials from forms and from surfaces of mixing and conveying equipment. We in : Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce suction and maintain concrete workability. 2. Earth Su grade: Lightly dampen subgrade 24 hours before placing concrete but do not muddy. Re -roll where necessary for smoothness and remove loose material. 3.02 CURING FORMED CONCRETE: Use water curing method, curing material, or a clear liquid membrane - forming curing compound except as otherwise specified. Do not use any type of finishing or curing materials or methods that interfere with the correct application or bonding of subsequent materials; verify exact requirements with all applicable trades. Keep forms containing concrete in a wet condition until removed. Keep concrete continuously moist for at least 76 days after placement. Keep concrete moist with a fine fog water spray until protected by curing media. 3.03 SLAB FINISHING: A. Exterior Slabs: To have medium broom finish. 3.04 FIELD QUALITY CONTROL: A. Supervision: Perform work of this section under the supervision of a capable concrete superintendent. CAST -IN -PLACE CONCRETE 03300 PAGE 2 OF 2 SECTION 06400 - ARCHITECTURAL WOODWORK PART 1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General Conditions and Division -1 Specifications sections, apply to work in this section. 1.02 DESCRIPTION OF WORK: A. Mill fabricated architectural woodwork, and casework, refer to drawings, schedule and specifications for location and extent Electric Panel Cabinets 1.03 QUALITY ASSURANCE: A. Perform architectural woodwork in accordance with recommendations of Woodwork Institute of California (WIC) "Manual of Millwork", custom grade. 1.04 SUBMITTAL: A. Shop Drawings Indicate size, fabrication and wood species, component profiles, fastening, joining details, finishes, and accessories. B. Samples: Wood species, finishes, fastenings and hardware. Wood samples shall be minimum of 12" x 12" or sufficient to see grain pattern. C. Submittal to be submitted and approved by architect prior to fabrication. 1.05 DELIVERY, STORAGE AND HANDLING: A. Do not deliver architectural woodwork until site conditions are adequate to receive work; protect item from damage in transit. PART 2 - PRODUCTS ��L •Z•I!Il:Zi7�11L•�ill:Il�i��`Y __ � � : \:i��i A. All exposed wood surfaces shall be of same species with matching grain pattern, color and appearance. B. Plywood shall be'A' -'C' Grade selected for uniformity of grain and color. 2.02 HARDWARE AND ACCESSORIES A. Provide all hardware, fittings and accessories necessary for complete installation •_ ,, NOX4161MIN • A. Comply with details shown for profile and construction of Architectural Woodwork; and where not otherwise shown, comply with applicable quality standards. ARCHITECTURAL WOODWORK 06400 Page 1 of 2 2B.FINISHES: Shall be uniform and match approved sample (s). Finishes shall be shop applied where possible and delivered to the site in undamaged condition. Refer to drawings for finish locations. PART 3 - EXECUTION 3.01 Fabrication architectural woodwork in accordance with specified quality standards. 3.02 Install the work plumb, level, true and straight with no distortions. Shim as required using concealed shims. 3.03 Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. 3.04 Protection: Installer of finish carpentry work shall advise contractor of final protection and maintained conditions necessary to ensure that work will be without damage or deterioration at time of acceptance. END OF SECTION ARCHITECTURAL WOODWORK 06400 Page 2 of 2 41 0 PART 1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General Conditions and Division -1 Specifications sections, apply to work in this section. FKRJWW; - HeRIMAT7505 Gypsum Board construction shall include patch and repair of existing surfaces as indicated on drawings, in LIBRARY AND FIRE STATION. A. Light gauge metal framing. B. Gypsum drywall. C. Accessories and fastenings. D. Drywall finishing (joint tape- and - compound treatment). 1.03 QUALITY ASSURANCE: A. Gypsum Board Standard: GA -216 by Gypsum Association. B. Metal Framing Standard: ASTM C 754. C. Manufacturer: Obtain gypsum board products from a single manufacturer, or from manufacturers recommended by the prime manufacturer of gypsum boards. PART 2 - PRODUCTS 2.01 GYPSUM BOARD PRODUCTS: A. Exposed gypsum Board: (Also known as gypsum wallboard). Regular type with tapered long edges. Thicknesses: As indicated, as where not otherwise indicated, comply with thickness requirements of GA -216 for each application and support spacing. Comply with requirements for indicated fire resistance rating indicated. Thickness: 5/8" 2. Sheet Size: Maximum length available which will minimize end joints. 2.02 METAL FRAMING: A. Steel stud, steel runners, metal furring, galvanized hangers shall be as manufactured by U.S. Gypsum Co., or approved equal. B. Fasteners, trim, comer beads as required by U.S. manufacturer by application indicated, except as otherwise indicated. GYPSUM BOARD 09250 Page 1 of 2 i 2.03 JOINT TREATMENT MATERIALS: A. General: Provide auxiliary materials for gypsum drywall work of the type and grade recommended by the manufacturer of the gypsum board. B. Gypsum Board Fasteners: Comply with GA -216. 2.05 TEXTURE FINISH MATERIALS: A. Primer: Of type recommended by manufacturer of texture finish. B. Finish: Existing wall patching and infill match texture of adjacent wall surfaces. C. Skim Coat: Apply 1/8" thick skim coat finish over tubular fascia. PART 3 - EXECUTION 3.01 GYPSUM BOARD INSTALLATION REQUIREMENTS: A. Gypsum board systems shall be installed and adequately anchored in accordance with Uniform building Codes and Material Manufacturer's recommendations. 3.02 PATCHING AND REPAIRING: A. Contractor shall patch and/or repair all openings, holes or damaged wall surfaces. This includes area left when equipment, fixtures or construction has been removed or demolished whether specifically indicated on drawings or not. GYPSUM BOARD 09250 Page 2 of 2 0 SECTION 09900 - PAINTING PART1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General Conditions and Division -1 Specifications sections, apply to work in this section, in LIBRARY AND FIRE STATION. 1.02 DESCRIPTION OF WORK: A. Extent of painting work shall be as required by drawings and schedules, and as herein specified. B. The work includes painting and finishing of interior and exposed items and surfaces throughout project, both new and existing, except as otherwise indicated. 1. Exposed conduit. 2. Walls and Ceilings where patching has been done. 3. Cabinets. 1.03 SUBMITTALS: A. Samples: Submit samples for Architects review of color and texture only. Provide a listing of material and application for each coat of finish sample. PART 2 - PRODUCTS 2.01 COLOR AND FINISHES: A. Paint colors, surface treatments and finishes are to match existing adjacent surfaces unless indicated otherwise on drawings. 2.02 INTERIOR PAINT SYSTEMS (IPS): Provide the following paint systems for various substrate as indicated in the drawings and specified herein. IPS -1 Gypsum Drywall (DW). Eggshell: 1st Coat: Latex Primer 2nd Coat 3rd Coat: Eggshell Alkyd Enamel IPS -2 Gypsum Drywall (DW). Gloss: 1st Coat: Latex Primer 2nd Coat 3rd Coat: Gloss Alkyd Enamel PAINTING 09900 Page 1 of 2 0 IPS -3 Wood, Eggshell: 1 st Coat: Interior Enamel Undercoater 2nd Coat 3rd Coat: Eggshell Alkyd Enamel VA... .. 1 st Coat: Interior Enamel Undercoater 2nd Coat 3rd Coat: Interior Gloss Alkyd Enamel 9 All 2 coat painted finish coats over primer with total dry film thickness not less than 2.5 mils. 3.01 INSPECTION: A. Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator. 3.02 SURFACE PREPARATION: A. General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified for each particular substrate condition. 3.03 APPLICATION: A. General: Apply finishes in accordance to manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. Apply additional coats with undercoats, stains or other conditions show through final coat of paint, until paint film is of uniform appearance. Give special attention to ensure surfaces including edges, comers, crevices, welds, and exposed fasteners receive a dry film thickened equivalent to that of flat surfaces. 2. Sand lightly between each succeeding enamel coat. 3. Omit first coat (primer) on metal surfaces which have been shop -primed and touch -up painted, unless otherwise indicated. A. Clean-Up: During progress of work, remove from site discarded paint materials, rubbish, cans and rags at end of each work day. PAINTING 09900 Page 2 of 3 I B. Protection: Protect work from other trades, whether to be painted or not, against damage by painting and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect. 1. Provide "Wet Paint" signs as required to protect newly - painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. 2. At the completion of other work of other trades, touch -up and restore all damaged or defaced painted surfaces. PAINTING 09900 Page 3 of 3 Company Profile • Company Profile • Page I of 2 a Iis w1mepn4 €Isi n Aran" AMERICAN CONTRACTORS INDEMNITY COMPANY 9841 AIRPORT BLVD SUITE 1414 LOS ANGELES, CA 90045 800 - 486 -6695 Agent for Service of Process FRANK M. LANAK, 9841 AIRPORT BLVD. 9TH FLOOR LOS ANGELES, CA 90045 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 10216 NAIC Group #: 0000 California Company ID #: 3634 -3 Date authorized in California: May 23, 1994 License Status: UNLIMITED- NORMAL Company Type: State of Domicile: Property & Casualty CALIFORNIA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. SURETY Company Complaint Information Company Performnce.Data Composite Complaint Studies http: / /www4. insurance. ca. gov /wu/idb_co_prof_utl. get _ co_prof ?p_EID =70264 10/27/2001 Company Profile • . Page 2 of 2 X� Want More? Help Me Find a Cotnpany_Representative in_My_&e4 Financial Rating Organizations Last Revised - September 28, 200106:18 PM Copyright © California Department of Insurance Disclaimer http: / /www4. insurance .ca.gov /wu /idb_co_prof_utt.get_co_ prof ?p_EID=70264 10/27/200 t October 23, 2001 CITY COUNCIL AGENDA ITEM NO. TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING — AWARD OF CONTRACT NO. 3337 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3337 to Abeam Construction, Inc., for the Total Bid Price of $106,500, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $10,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment transferring $16,500 from Account No. 4010 -9000 to Account No. 7011- C4120613. DISCUSSION: At 11:00 A.M on October 12, 2001, the City Clerk opened and read the following bids for this project: BIDDER Low Abeam Construction, Inc. 2 WCM & Associates, Inc. 3 Datum Group Inc. 4 Syram International Inc. 5 Watermark Development, Inc. 6 West Star Construction 7 Klassic Engineering & Const., Inc. 8 Graycon, Inc. 9 Refrigerated Air Mechanical Systems 10 State Wide Const. Mgmnt., Inc. TOTAL BID AMOUNT $106,500.00 $111,900.00 $113,800.00 $114,649.35 $119,900.00 $120,000.00 $132,500.00 $138,170.00 $138,550.00 $178,199.00 The low total bid amount is 6.5 percent above the Engineer's Estimate of $100,000. The low bidder, Abeam Construction, Inc,, possesses a General Building Contractor "B" license, but has not performed previous contract work for the City. A check with their references and the Contractors State License Board indicates that Abeam has satisfactorily completed building contracts for other southern California agencies and businesses. SUBJECT: BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING -AWARD OF CONTRACT NO.3337 October 23, 2001 Page: 3 $16,500 for the extra monies needed to fully fund the project and provide for the cost of unforeseen work. The Community Services Director has approved the use of Office Equipment funds for this project due to its importance. Any unused contingency funds will be returned to the Community Services Office Equipment account at the close of this project. Barring delays in obtaining equipment or inclement weather, all work should be completed by January 2002. Liquidated damages are $500 per calendar day. Respectfully submitted, PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director M Lloyd Dalton, P.E. Design Engineer Attachment: Bid Summary 0 TO: Mayor and Members of the City Council FROM: Public Works Department C_333'7 October 23, 2001 CITY COUNCIL AGENDA ITEmi�N0: 16 81. i ! i U b i:, SUBJECT: BALBOA LIBRARY ELECTRICAL MODIFICATIONS AND AIR CONDITIONING — AWARD OF CONTRACT NO. 3337 6 A • all) RECOMMENDATIONS: Approve the plans and specifications. 2. Award Contract No. 3337 to Abeam Construction, Inc., for the Total Bid Price of $106,500, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $10,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment transferring $16,500 from Account No. 4010 -9000 to Account No. 7011- C4120613. DISCUSSION: At 11:00 A.M on October 12, 2001, the City Clerk opened and read the following bids for this project: BIDDER Low Abeam Construction, Inc. 2 WCM & Associates, Inc. 3 Datum Group Inc. 4 Syram International Inc. 5 Watermark Development, Inc. 6 West Star Construction 7 Klassic Engineering & Const., Inc. 8 Graycon,Inc. 9 Refrigerated Air Mechanical Systems 10 State Wide Const. Mgmnt., Inc. TOTAL BID AMOUNT $106,500.00 $111,900.00 $113,800.00 $114,649.35 $119,900.00 $120,000.00 $132,500.00 $138,170.00 $138,550.00 $178,199.00 The low total bid amount is 6.5 percent above the Engineer's Estimate of $100,000. The low bidder, Abeam Construction, Inc., possesses a General Building Contractor "B" license, but has not performed previous contract work for the City. A check with their references and the Contractors State License Board indicates that Abeam has satisfactorily completed building contracts for other southern California agencies and businesses. SUBJECT: BALBOA LIBRARY ELECOAL MODIFICATIONS AND AIR CONDITIONING - AD OF CONTRACT NO.3337 October 23, 2001 Page: 2 PROJECT DESCRIPTION: Existing electrical circuits and heating units in the Balboa Library need to be updated. New computer equipment installations within the library will generate heat, thereby increasing the need for air conditioning at times. Construction is needed to bring the electrical circuits and heating units up to current code. When completed,the work will permit the installation and operation of state -of- the -art electronic equipment and air conditioning in the library for use by the public as well as Staff. On September 26, 2000, Public Works Staff entered into a Professional Services Agreement with Paul J. Ruffing, AIA, to prepare plans and specifications for the project. The plans and specifications are now complete and ready for the City's contractor to secure the building permit. The project includes: • Removing overhead electrical service and bringing underground service into the existing electrical panel for Fire Station No. 3 • Installing a new 400 -amp library panel • Installing new electrical feeds through the fire station to two existing subpanels and three new subpanels within the library • Replacing most ducts and registers within the library • Installing five new heating, ventilation and air conditioning units to serve the library • Removing unneeded electrical apparatus • Enclosing new conduits and electrical panels within the library • Patching and painting walls and ceilings where unneeded apparatus has been removed Most of the work will be done while the library is open for business. However, Library Staff will need to modify hours of operation for several weeks and close the library while the most noisy and bothersome demolition and construction work is being performed. FUNDING: Sufficient funds are available for this project in the following accounts: Account Description Balboa Library Electrical Modifications and Air Conditioning Office Equipment Account Number Amount 7011- C4120613 $100,000 4010 -9000 $ 16,500 Total $116,500 The bid prices for this job are reasonable, although market prices have increased since this project was originally budgeted. Community Services Staff reviewed the Capital section of their Maintenance and Operations budget and have authorized the use of SUBJECT: BALBOA LIBRARY ELECA MODIFICATIONS AND AIR CONDITIONING -AW *OF CONTRACT NO.3337 October 23, 2001 Page: 3 $16,500 for the extra monies needed to fully fund the project and provide for the cost of unforeseen work. The Community Services Director has approved the use of Office Equipment funds for this project due to its importance. Any unused contingency funds will be returned to the Community Services Office Equipment account at the close of this project. Barring delays in obtaining equipment or inclement weather, all work should be completed by January 2002. Liquidated damages are $500 per calendar day. Respectfully submitted, PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: 0 W- Lloy alton, P.E. Des gn Engineer Attachment: Bid Summary a W m O a W Z LL O M U z 6N IL W 0 Y 3 U J ca f .. Q O Q f T 2 V v V � W Y1 O y 010 = V ry U V " Z`ll aO I- U O O 0 m m Q 9 C N C O �r A Y Ir 9 O f Y d W 02 0 O N O 0 O O U tlF J w Q Z W Q N < b w ZG pU w a L v a f O LL Y C f E O m s" �i a i n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 0 o c o 000000 0 0 0O 0 0 pp O 0 ti 0 O V1 o 01 O n m N 0 0 0 0 0 0 O c 0 cq V Q M rl O rvnae o ry o ti U' lo6 E Q 0 0 0 0 0 0 0 0 0 0 M U O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 113 T ri N I M O+ of M 0 0 0 0 0 M N 0 0 Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 00 V O O o n O P C 1n C on o m O g O mGM O O p O O v � 0 W V1 N N N 0 M e 0 O O F 0 G 0 G 0 O 0 o 0 0 0 0 M 0 0 0 0 0 c 0 O d f O 0 .. 0 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 " Q N l!1 m t0 N N N O r u o Iml M " Q 0 0 0 0 0 0 0 0 0 0 N V O O O u C 0 0 0 O 0 G 0 0 0 0 0 0 0 0 0 0 0 U O n W P vi of N n N M O m M 0 Oi 0 N y Z o 0 0 0 0 N M 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V I- O O O O O O O O O 0 O Vl N O O m 0 0 0 O O 00 H O O O O O O r: a s ri � Z N N 0 0 0 N " 0 0 0 O Q O p m N N b N 6 N .+ � 0 0 0 0 0 0 0 0 0 0 V 0 0 0 0 0 0 0 0 0 0 Er0000000 . 0 0 0 0 0 0 0 OOO c0 0 0 08' 3 a7in 0 0 0 0 0 0 0 0 0 0 p o 1v n P lD Lrm Vi o !� V O1 M J a Z 1n n O o 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �0000oo000g of 00000000 0 o Z vOi 1011 0 0 an E VI N N N ti N IA N N NZ OO Uwl '1000 Pory C 0 o O 00 Q m m m N m m N rn O m v vQ o o° c 0 0 0 0 w 7 �000000000 m ° oo rn 0 0 0 0 0 0 1°n N Nn,1 0 1n Z a o �n 0 O 0 1n 0 o 0 0 0 o 0 P 0 o 0 o � Oy{Oj� J J J J J J J J J J P J J J 11N�� J ��°//11i J Q " t�f!o Z Q " p Z D L a O c ti � V � a W � u v m v° Nv o c a .D w U � V1 o V_ E v yV E v E ° n a V D E c ary �_ a a E t v a f O LL Y C f E O m s" �i a i n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o �000c000000 0 Z�o�oo�0000 0 .0 rvnae o ry o LQ lo6 Q M U 0 0 0 0 0 0 0 0 0 Z to O IA O O N O O O 0 O �O O h vi n T O 06116 m 0 0 0 0 0 0 0 0 0 0 F 0 G 0 G 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 c 0 O C O� Z O 0 .. 0 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O p N l!1 m t0 N N N O 2 Iml M O Q N V u 0 0 0 0 0 0 0 0 0 0 N 0 0 0 c 0 0 0 c 0 0 c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 0 y Z o 0 0 0 0 0 0 0 0 0 M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H O O O O O O 0 0 0 0 O Z N N 0 0 0 0 0 0 0 0 O 0 O p m N N b N 6 N .+ � E 0 0 0 0 0 0 0 0 0 0 0000000000 0 0 0 0 0 0 0 0 0 0 Z 1n n O o 0 0 0 D M M b -+ N N'6 b m .y ry of 00000000 0 moo00o000 o an Oi 0 0 0 0 0 0 0 C G M '1000 Pory C 0 o °+ 00 m m m N m m N rn vQ c ., E �000000000 m o 0 0 0 0 0 0 0 0 m0oo00000 0 1n Z a o �n 0 O 0 1n 0 o 0 0 0 o 0 P 0 o 0 o � Oy{Oj� T t•'f t•1 ry N rn m P J J J 11N�� J ��°//11i J t�f!o Q " Z L O ti a u v° Nv W � E v E v E ° n a D E c ary �_ a a E t f V V 0 a >> x 2 O n V w N w v a f O LL Y C f E O m s" �i a i n 2 U Q W 0 CL 3 W Z LL 00 r M U 1 Z W i H a W 0 3 U H J m a g .. �u o � �f N ~ V d 0 0 � o W Y V w O = V ry V V ~ Z W QO 1_ U 0 0 m Y m 9 C N C O F O O f V u W O u O N O G rl O W J F f W Z w Z In Q Gw� �G oz° U w • 7 v IO a f K 0 a z f f H 0 m m' G c V N H s v i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z G 1m n of T W p Np O I� N p Z f� O 1!1 r 10 O V01 M °1 N q M v a' N OP M N P M N O 3 v in 0 111 0 O 0 h 0 1� 0 N 0 V 0 Ny 0 O 0 I� 0 N Zn O 1M11 1M11 N O y 10 O Vl M M P P� i N M O N P 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 N N C °vlioo Q O N P Vi T .-i N N O VI ca va v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W� K 0 0 v1 N OJ 16 P� Z 1011 to ti O H O O P tG O O N P tll 01 ti N 1� N N M � P N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p �ooc000vi o ld °+ o VOl O O Li P O O CN O 4N11 O 10 O P I� P vi N ry N P .y N ti ti M O. O Q ti °o �000000uio�a Z 1n o O V1 P o P 1� o 7 16 O P P V1 1� N p M J J J J J J J J J rG F 7 Z ° �0 O r a � � o � w 0 c q c v y E E.� _ N - .o u C W ' O � 3 3 ` � a E b = ¢ ¢ E & d� 0 O V U G 2 2 n w w 7 v IO a f K 0 a z f f H 0 m m' G c V N H s v i fty of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues front unappropriated fund balance EXPLANATION: NO. BA- 017 AMOUNT: 51s,5oo.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer budget appropriations for the Balboa Library Electrical Modifications and Air Conditioning, C -3337. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITUREAPPROPRIAT/ONS (3603) Description Division Number 4010 Community Services - Support Services Account Number 9000 Office Equipment $16,500.00 Division Number 7011 Facilities Account Number C4120613 Balboa Library Electrical Modifications $16,500.00 Division Number Account Number Division Number Account Number Division Number Account Number ' Automatic System Entry. Signed: Financial proval: Administrative Se ices Director Date Signed: _Z'9141� Administrative Approv .City Manager at Signed: City Council Approval: City Clerk Date pity of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations qX Transfer Budget Appropriations SOURCE: from existing budget appropriations rq from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 017 - AMOUNT: $ts,5oo.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance 1 2 3 This budget amendment is requested to provide for the following:- "`�_m' -� To transfer budget appropriations for the Balboa Library Electrical Modifications and Air Conditioning, C -3337. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 4010 Community Services - Support Services Account Number 9000 Office Equipment $16,500.00 Division Number 7011 Facilities Account Number C4120613 Balboa Library Electrical Modifications $16,500.00 Division Number Account Number Division Number Account Number Division Number Account Number • Automet/c System Entry. Signed: /Q— /�iU f Financial prove]: Administrative Se 'Director Date Signed: J� Ad mini //s /trjjative Approv�yyCityM�anager at // Signed: QVL�LY�� "0 / • 1V.y /r/ al. /40/ City Council Approval: City Clerk Date 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Watermark Development, Inc. 1838 North Valencia Avenue Placentia, CA 92870 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 State Wide Constuction Management, Inc. 26012 Marguerite Parkway, H -130 Mission Viejo, CA 92692 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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, f'7 (/8 n rte, --�-Y) . llva-r- &o LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Klassic, Inc. 681 S. Tustin Avenue, Suite 204 Orange, CA 92866 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Datum Group, Inc. 1558 Victory Boulevard Glendale, CA 91201 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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, CMCIAAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Refrigerated Air Mechanical Systems 2050 S. Loara Street Anaheim, CA 92802 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Graycon Inc. 232 8t' Avenue City of Industry, CA 92802 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 West Star Construction 3911 -1 E. La Palma Avenue Anaheim, CA 92807 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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, do0 1 /. LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 Syram International Inc. 4355 W. 138th Street, #B Hawthorne. CA 90250 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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 a 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 5, 2001 WCM & Associates, Inc. 1904 E. Riverview Drive, Suite 103 San Bernardino, CA 92408 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Library Electrical Modifications and Air Conditioning Project (Contract No. 3337) 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