HomeMy WebLinkAboutC-2776 - Grant Howald and Eastbluff Parks Restroom Replacement---------------------------- - - - - -- ----- - - - - -- - - -�
Release of Stop Notice s
2 ConrW etion !.ender d` DA1Iy wftA whom Stop Nolia war JUedJ
J 2LU
AddYev CIA
1� &13pbk -, CIA
You are hereby notified that the undersigned elahrunt relearn that certain Stop Notice dated
in the amount Of $ L
Against g it S CAr� `�T ICJ cal c>�
m owner or public body and
u prime contractor in connection with the work of Improvement known u
in the City of
, County of
State of California.
Data
Name of ftaitnant - -
(F►in NOW
vhtfk.uen for Potmonihip or
soh Oretsreld0
STATE OF CALIFORNIA r
COUNTY OF ? a5.
(Mim"f d Repweaeararroe)
beiha flip dWy morn depows mm sm Vat_r .he It
(Owner, Arrmer or Agent)
a
(Fbrn Nente(
retard as eWm r& in the fer"Wra cWm; tbat--be -bu
mad mid delm and knows the eootents thereof, end that the
Lae therein stated are true.
x
(^ rmoe e!Alhrar/
Sebratbed end wan to before me tttu
00701 a9...�
fSlrmenae of Nohyy /wtey
Notary
Stamp
(OJpldrl tipMeMYi
vatflatlee ear cbrpaatke
STATE OF CALIFORNIA
COUNTY OF T Sa
fort mamt or Rsprnemm ft 1
bagia dtdy Iran dtyow aed arm thd:!�ZIw lm
lil.���t���& 1 - '-- — --
ofen ik (�N L7 aNS' nI >PI vi t.!'�t s ]IJL
(sw r cop"" Nnnel
V16 ompo tion Ant e:eivted the foregoink otrim: thet...he
nr tIW 4U On Of rW, t UO
f let um
fscts thereto
X �
....�.,-
' (SYDrrrrr o/ t/
aaewne.a aeoaMOra ta eaot. err tea .h — • -- —
day of
NOW
Sump
Id
�9
�o
�� amc�iag
QU D 0 [3'1 0 a 0 0 L"N '�j
L-- E2
Release of Stop Notice
zndgal�z';
;;air ctr�x
,W: Cz Ty
onst+ueti Lender (or pony with whom
T�L A�
G� �z C2 3
«IN
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated
--a Z
`� , in the amount Of S
m owner or public body and
as prime contractor in connection with the work of improvement known u • 0+57- bL-JF PL
in the City of
, County of
6,e cx_
State of California,
Dote
Nano of Cbimaet - -
N�nerJ
Vacuum"" for Ponta if ft or
8e ►e ownwMp
STATE OF CALIFORNIA
COUN Y OF 35,
(flafrronr or Repreuatarlve)
Delay teat MAY sworn depeeas.ne says Nntrtr Is
(owner. W.-fnor or Agent)
of
(F&M N~/
earned as claimant in the forgoft cWm; that —Ire -its
cad said claim and knows the contents thereof. =4 that the
beta therein stated we true.
X
fSowhoe ofAlrefir)
albsatbed see wale to before Ins tb4
esy a ,19.....E
(Sknanne Of Blowy rublty
Notary
lesnrp
-
(olRdrf t7toveayi
Ysrmandon far cerpormu .
BTAn OF CALMRM
COUNTY OP
3�
(abramtr w Re�rrxauMrq�,
bft nett duly naa efiywa. arrd t yi out ,,ilea la
of — f �tY* /Vo� Yprl N NS �
maker thb r
ter read ask
fads therein
X
J
Sterpribed ae0iagea ere Damn tse lib
day Ge d9'
M CI
aa� ^_
c�UOL)!'� -,L
6 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
October 12, 1992
KVS Construction Co., Inc.
990 Cherry Avenue, Suite 202
Long Beach, CA 90813
(714) 6443005
Subject: Surety: American Motorists Insurance Company
Bond No.: 3SM 771 678 00
Contract No.: C -2776
Project: Grant Howald and Eastbluff Parks Restroom
Replacement
The City Council of Newport Beach on August 24, 1992 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the orange County Recorder on September
28, 1992, Reference No. 92- 651969.
Sincerely,
Gi �2G :3Z�CC-
Wanda E. Raggio ,�&e
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk �y
City ofwpNe4 rt Beach
3300 Ne
Newport Beach, CA Boulevard
92- 551999
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFOP.NIA
2:00
P.M. SEP 2 8 1992
°� Q•c6�Recorder
0s
"Exempt from recording fees ursuant
to Government Code Section 2103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
KVS Construction Co., Inc., 990 Cherry Avenue, Suite 202, Long Beach, CA 908as
Contractor, entered into a Contract on June 24, 1991
Said Contract set forth certain improvements, as follows:
Grant Howald and Eastbluff Parks Restroom Replacement (C- 2776) - located in
w the City of Newport Beach, County of Orange, at 800 Goldenrod Avenue
NI
Work on said Contract was completed on May 22, 1992 ,
and was found to be acceptable on August 24, 1992
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is American Motorists Insurance
Co., 7470 N. Figueroa, Los Angeles, CA 90041
Pubilc worRs Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on _
Newport Beach,
California.
��
• -
at
T
RECEIVED
ul 12 1932
CITY CLERK
CITY Of
NEWPORT BEACH
i
+1 �
r '
BV THE CITY C6t:d-
CITY OF NEWPORT BEACH
August 24, 1992
AUG 2 41992 CITY COUNCIL AGENDA
ITEM NO. 13
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF RESTROOM REPLACEMENT AT GRANT HOWALD AND
EASTBLUFF PARKS (C- 2776).
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of
Completion.
3. Authorize the City Clerk to release the bonds 35
days after the Notice of Completion has been
recorded in accordance with applicable portions of
the Civil Code.
DISCUSSION:
The contract for the replacement of the restrooms at
Grant Howald and Eastbluff Parks has been completed to the
satisfaction of the Public Works Department.
The bid price was $288,000.00
Amount of unit price items constructed 288,000.00
Amount of change orders 31,803.40
Total contract cost $319,803.40
Seven Change Orders were issued. The first, in the
amount of $2,331.00, provided for additional removal of concrete
paving and gutter at Eastbluff Park. The second, in the amount
of $5,665.00, provided for removal of extra thickness concrete
and asphalt at the existing Grant Howald Park restroom and
importing of fill to raise the floor elevation as requested by
the Building Department. The third, in the amount of $1,334.00,
provided for removal and replacement of wet, unstable ground
under the footings at Grant Howald Park. The fourth, in the
amount of $4,961.00, provided for a change in grade of a walk,
potholing to locate the existing power conduit, providing
temporary power for the existing irrigation controller, and
waterproofing of the front planter wall, all at Eastbluff Park.
The fifth, in the amount of $3,148.00, provided for removal of
extra thick pavement in the sewer lateral trench, a new water
connection for the tennis courts, and relocation of the sewer
lateral connection because of a conflict with another lateral all
at Grant Howald Park. The sixth, in the amount of $12,337.00,
provided for imported sand backfill of the piping in the chases,
the use of #1 resawn lumber vice #2, and the installation of
piping to permit the future use of reclaimed water, and
Subject: Acceptance of Restroom Replacement at Grant Howald and
Eastbluff Parks (C -2776)
August 24, 1992
Page 2
miscellaneous structural detail changes, all at both Parks. The
seventh, in the amount of $2,027.00, provided for removal and
recompaction of the soil at the bottom of the footings as
requested by the Building Department, a change of the floor
drains from cast iron to brass and an additional structural
connection at the toilet partitions.
Funds for the project were budgeted in the Parks
Beaches and Recreation Fund, Account No. 7035 - 4120004.
The contractor is KVS Construction Company, Inc. of
Long Beach.
The contract date of completion was February 17, 1992.
The contractor was delayed in completing the work due to slow
delivery of the plumbing fixtures, sole source items. The
opening of the restrooms was further delayed pending an agreement
on site improvements between the Building and Parks, Beaches &
Recreation Departments. The construction contract work was
completed by May 22, 1992.
C '
t
Benjamin B. Nolan
Public Works Director
PD: so
To: l _4 f i
(Na
-3? a
(Address If speed to a
/i ov
TAKE NOTICE THAT -
whose address is _
STOP NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDStfy ,g91
(Public or Private Work)
(Per California Civil Code Section 3103) ct,YitiFEpce
P7Y4L�ij� b' "r r Project: � � �j`.'t r
at owner. public body or conSlruch l�ndholot I (Name)
i /oe -t-J AcY� I Leis
dank savings and to n assn, use address of branc4dld ng funyy (Address) y
)City . state and SIR I .- _ (City state and ,Of
7%�p/kA5 P,l� %172W.S I �I'LZ /l3Z%7�Y 19L
fName of the person or firm claiming the Stop notice licensed contractors must use the na der wh¢n contractors license Is Issued)
has performed labor and furnished materials for a work of improvement described as follows: j 161 L('T 6zW r wT-/40V �
61' A � �� C / i ty IL
(Name and location of the protect where work or materials were furmshedl ,,..��,�, }}
The labor and materials furnished by claimant are of the following general kind. Tai ('0- GCy* QHT- Alo`v
(Kind of labor . services. sediment . ar materials lurmshed ar agree to be furnished by claurastr! t,�M, 99 p,, ,
The labor and materials were furnished to or for the following party: K i ( 'v /' V (T-1 C) )"J
( Name at the party who ordered the work or materials)
Total value of the whole amount of labor and materials agreed to be furnished is :.. ...............................
The value of the labor and materials furnished to date is: ...................... ____ .................... ____ ....... $ w
Claimant has been aid the sum of: $
p
and there is due, owing and unpaid the sum of: ...................................................... ............................... $
You are required to set asi{tp�sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law.
You are also notified that clair"t d4gas an equitable lien against any construction funds for this project which are in your hands.
T i5 !4 o FIRM NAME:
F i T, J [a ['.YV �, me of stop notice claimant)
C
B
{ e T._ By:
F3 •'- s; {, D;? 5 /!,. u_ `\_ (Owner or agent of SfoD noti laimant must sign nere and verily below)
VERIFICATION
I, the undersigned, say: I am the
('Pres,dem of", -A partner of . - 0wner of 'Agent of'. eta)
the claimant named in the foregoing Stop Notice, I have read said Stop Notice and know the contents thereof, the same is true of my own
knowledge.
I declare under penalty of perjury under the laws of the State California that the f regoing true nd correct
�7(
r
Executed on �� 19 ?O, at rt7�/ ! '�il�� California.
(Date this document was signed) (NO, of city vter hers tan dl
contents of stop notice are
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
(Per California Civil Code Section 3159, 3161, or 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with
Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed
preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or 3162.
Signed:
(Claimant most enclose sell addressed stamped eavelopel
See reverse side for additional information.
WOLCOTTS FORM 894 —STOP NOTICE —Rev. 4.91 (price class 3) Before you use this lorm, read it. fill Ia an blanks, and make whatever changes are appropriate and necessary to your particular
't.1991 WOLCOTTS. INC. transad0. Censuh a lawyer if you doubt the forms fitness for your purpose and use. Wolcofls makes no representation or
warranty. express or implied, with respect to the merchantability or fitness of this form for an intended use or purpose.
)q-,
ADDITIONAL INFORMATION
(1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime
contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code 453179 -3214.
(2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner.
Civil Code §§3156-3175.
(3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site.
Rules on preliminary notice for public and private work vary, so consult an attorney it you are uncertain that you have complied with the notice
requirements.
(4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on
private jobs —a bond is not required on public jabs or on a stop notice served on an owner for private jobs.
..r
"fie ?
STOP NOTICE
us e >
NE •, ,.., L ° "AL NOTICE TO WITHHOLD CONSTRUCTION FUNDS
(Public or Private Work)
❑ 0 (`j r (Per California Civil Code Section 3103)
To:
zip)
TAKE NOTICE THAT
C° - a77
xF,No� iii
Project:
Monte)
6z,yo
/rinel p ,3 filerg /olif (Adore a
_ (City. state and Zip)
7-/77 WS SInL L//f(,%%Li
1Name of me person or firm claiming the stop notice. Qcensed contractors must use Inv namj under winch conV�arytprs�license IS ¢<vedn /1
whose address is �� 3/ V ell 60 lill
cizill
(Addrzss or person or him naiminy smp nouce�l--�, ,� ""
has performed labor and furnished materials for a work of improvement described as follows: / V I co— Lvrw Q/�/u �jt
(Name and location of IN protect where work or materials were lurmshed) ,.�,, 7
The labor and materials furnished by claimant are of the following general kind: �TDI Lift G� vim% &PAI r5
(Kind or labor. services, equipment, or materials brushed or agree /9/ to be by claimant)) �,1 ' T " 1
The labor and materials were furnished to or for the following party: ;Eli S (h 1vST �J yr / OYv
(Name of the parry who ordered the work or malenaisl
Total value of the whole amount of labor and materials agreed to be furnished is: ............ — .................. $
The value of the labor and materials furnished to date is: ....................................................................... $ l a w
Claimant has been paid the sum of: .................................................................................... __ ............... $
3 65D
and there is due, owing and unpaid the sum of: ............................................................. ....................... $
aYa .
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided bylaw.
You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands.
FIRM NAME:
me of slop nINrce claimant)
I n 6y:
-7 / /�� (owner ar agent of stop nob Mumma must sign here and verity below)
11Tr / /J/ `1 VERIFICATION
I, the undersigned, say: I am the
('President of". 'A padner ol',' owner or. 'Agent of etc.)
the claimant named in the foregoing Stop Notice; I have read said Stop Notice and know the c ntents thereof; the same is true of my own
knowledge.
I declare under penalty of perjury under the laws of the State California that the f egoing true nd correct
Executed on :�_ �y , 191 L, at � California.
(Gate this docmenl was signed) ( eel }iry envillivingiceAdifen
contents of slop
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
(Per California Civil Code Section 3159, 3161, or 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with
Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed
preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or 3162.
Signed:
(Claimant most enclose seN- addressed stamped envelope)
See reverse side for additional information.
WOLCOTTS FORM 891 —STOP NOTICE —Rev. 1 -91 (price class 3) Before you use this form, read it fill in all blanks, and make whatever changes are appropriate and necessary to your particular
%,1991 WOLCOTTS. INC. transaction. Consult a lawyer if you doubt the form's fitness for your purpose and use. Michas makes no representation or
warranty. express or implied, with respect to ON merchantability or Noess of INS term for an Intended use or purpose.
) "✓ .
i
# i
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
CNN / A '4't'Li2G -P_'
TO: FINANCE DIRECTOR 3 91
FROM: CITY CLERK
DATE: August 13, 1991
SUBJECT: Contract No. C -2776
Description of Contract Grant Howald and Eastbluff Parks
Restroom Replacement
Effective date of Contract June 24, 1991
Authorized by Minute Action, approved on June 24, 1991
Contract with KVS Construction Company, Inc.
Address 990 Cherry Avenue, Suite 202
Long Beach, CA 90813
Amount of Contract $288,000.00
"
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
1
i
CITI'*ERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Bottlevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768
until 11:00 a.m. on the 30th day of M_ y , 1991,
at whit time suc bids ZWbe openedd and read for
id
i r t i e of trro ject
C -2776
Contract No.
$351,675
gineer's Estimate
�9LI R 1Q►
Rpproved by the City Council
thisLZL--day of Aori1 1991
C1
Wanda E. Reggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CH 92659 -1768.
For further information, call Kenneth Perry at 644 -3311.
Project Manager
.A
,��[.�� Y G .. :.
if A19i��6,M.."U�s „w haixl+�t ,� S �$ �• ���'�:fe�
Z
'!ffi�8: " "Gt�u
'_
1' • May 10, 1991
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
GRANT HOWALD AND EASTBLUFF PARKS RESTROOM REPLACEMENT
CONTRACT NO. 2776
Bidders shall propose to complete Contract No. 2776 in accordance with the
PROPOSAL as modified by this Addendum:
EASTBLUFF PARK RESTROOM
1. The southeasterly wall of the restroom building shall be waterproofed on
the outside, to a height of 30 inches above the finish floor elevation
inside the building.
HOWALD PARK RESTROOM
2. Work to be done at Grant Howald Park under this contract consists of
demolishing three existing buildings; construction of one new building
containing restrooms and storage rooms; and construction of new
underground electrical service, sewer lateral and water line.
References in the Specifications and on the Plans to construction of a
new parking lot, new bleachers, or landscaping shall not apply to this
contract.
3. The site plan, Sheet A -3, has been revised to:
a. Construct 4" thick p.c.c, sidewalk surrounding the building; to
show the limits of existing asphalt concrete pavement to be
removed, and replaced with 3 inches of asphalt concrete pavement
over 4 inches of imported aggregate base; a join strip of asphalt
concrete to connect the edge of the new sidewalk around the
building with existing asphalt concrete pavement.
b. Existing wooden and masonry retaining walls and existing bleachers,
fences and backstop that were shown on the original plans to be
removed will remain and be protected in place.
c. The elevation of the restroom building has been raised 8 inches
(0.67 feet) above elevations shown on the original set of plans.
Attached to this Addendum is a revised copy of Sheets A -3 and A -4 of the
Plans, dated may 10, 1991, which show revisions to the site plan.
Please sign and date this ADDENDUM, and attach it to Your PROPOSAL. No bid
will be considered u ess this ADDENDUM is attached.
Kenheth L. Perry Q
Project Engineer
I certify that I have read and understand Addendum No. 1 for Contract 2776,
and that I understand that the revised Sheets A -3 and A -4 of the Drawings,
dated may 10, 1991, are a part of the contract documents.
BIDDER KVS Construction, Inc. �9
DATE SIGNATURE�i,,,� /
Karamat Saadai
PR 1.1
PUBLIC WORKS DEPARTMENT
PROPOSAL
GRANT HOWALD AND EASTBLUFF PARRS
RESTROOM REPLACEMENT
CONTRACT NO. 2776
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete Contract No. 2776 in accordance with the
Plans and Special Provisions, and that he will take in full payment
therefore the following unit price for the completed item of work,
to wit:
ry
" ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
GENERAL
1. Lump Sum Mobilization, for the lump
sum price of:
Ten Thousand Dollars
and
and 00 /100 Cents $ in-non
AT GRANT HOWALD PARK
2. Lump Sum Clear and grub; demolish existing
restroom & concession bldgs; for
the lump sum price of:
Eight Thousand Dollars
and
00 /100 Cents $ gxoo
0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Construct new restroom at
Grant Howald Park, for the
lump sum price of:
One Hundred Twenty Eight Dollars
-TFousan and
00 /100 Cents
4. Lump Sum Construct new sewer lateral for
restroom at Grant Howald Park,
for the lump sum price of:
Three Thousand Dollars
and
00 /100 Cents
5. Lump Sum Site electrical at Grant Howald
Park, including connecting main
switchboard to power pole 2333808E,
conduits to planting areas, and
reconnecting ball field lighting,
for the lump sum price of:
Two Thousand Dollars
and
00 /100 Cents
AT EASTBLUFF PARR
6. Lump Sum Demolish existing
at Eastbluff Park;
site, for the lump
Six Thousand
00 /100
restroom
clear & grub
sum price of:
_Dollars
and
Cents
111
X16
$ 2,000
$ 6,000
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
7. Lump Sum Construct new restroom at
Eastbluff Park, including walks,
walls, steps, sewer lateral, and
electrical line outside the
building, for the lump sum
price of:
One Hundred ThirtvThousandDollars
and
00 /100 Cents $ 130,000
8. Lump Sum Construct new 2" water line from.,
existing meter to restroom at
Eastbluff Park, for the lump
sum price of:
One Thousand Dollars
and
00 /100 Cents $ 1,000
(TOTAL PRICE BID FOR ITEMS 1 THROUGH 8 INCLUSIVE):
Two Hundred Eighty Eight Thousand Dollars
and
00 /100 Cents $ 288,000.00
(WRITTEN IN WORDS) (FIGURES)
KVS Construction Company, Inc. 607990 12/30/92
Bidder California Contractor's
License No. & Expiration
Date
5/30/91
Authorized Signature /Title Date
Karamat Saadai
990 Cherry Avenue, Suite 202 213 ) 434 -7780
Bidder's Address Telephone No.
Long Beach, CA 90813
INSTRUCTIONS TO BIDDERS
0
Page 2
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the BIDDER'S BOND. The title of
the project and the words "Sealed Bid" shall be clearly marked on the outside of
the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal
agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy
between wording and figures, bid wording shall prevail over bid figures. In the
event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
In accordance with the California Labor Code (Sections 1770 et seq.) , the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
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.
607990 B KVS Construction Inc.
Contr's Lic. No. & Classification Bidder
5/30/91
Date
Authorized Signature /Title
Karamat Saadai
Page 3
DESIGNATION Of SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work Subcontractor Address
1.
Concrete
Western Concrete Hiintinntnn Rparh
2.
Doors
McDuff Daniel Santa Ana
3.
Roofing
Best Roofing TorranrP
4.
Carpentry
B.C. Enterprise Orange
5.
Hardware
_
Montgomery _ Irwindale_
(.
Masonary
H.K. Construction Santa Ana
7,
Plumbing
P.E..Co. Dimond Rar
8.
Wire Mesh
Kina Wire inq Annplac
9. Sheet Metal Bischoff Lona Beach.__
10. Electrical P. E. Co. Diamond Bar
11.
12.
Bidder
� 41
Authorized Signature /Title
Karamat Saadai
BIDDER'S BOND
Bond 113SM 762 617 00
KNOW ALL MEN BY THESE PRESENTS,
That we KVS Construction Co., nc.
• o., ._._..�._._._..._..._+ as bidder,
and American Motorists Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
.10% not to exceed Thirty Five Thousand and no /100 Dollars ($35,000.00 ),
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for'the construction of
Grant Howald and Eastbluff Parks Restroom Replacment, C -2776 '
Title of Project Contract o.
in the City of Newport Beach, is accepted by the City Council of said City', and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 28th day
of May 19 91 ,
KVS Construction Co., Inc.
(Attach acknowledgement of Bidder
Attorney -in -Fact
�jri+.- •-- -�c�°` alit --' �'�'�f, %�c - -(`
Notary ublic Authorized Signature /Tit
Commission Expires:
ance
z
v
Da Z. Ijdc 1 , Attorney In Fact
Title //
I
N
naunnaL
W r ,K
Companies
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES S.S L '
on MAY 28 1991 before me a Notary Public, within and for the said County and State,
personally appeared David Z. Noddle , known to me (or proved to me on the basis of
satisfactory evidence) to be the person whose name is subscribed to the within instrument as
the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to
me thve he subscribed the nan e g INSURANCE COMPANY- thereto as Surety,.
and his own name as ATTORNEY N OFFICIAL SEAL
KE ANA 0- Will )AMS
r- LOS
N PUBLIC
_ - --cam. 4- J -:;-c ,. � 7c•;7:-
David Z. Noddle and William E. Pitts of Los An elms
California (EACH)
its true and lawful agent(s) and attorney(s)- in-fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1992, unless sooner revoked for and on
its behalf as surety, and as its act and deed:
Any and all bonds and undertakings provided the amount
of no one bond or undertakin exceeds ONE MILLION
DOLLARS ($1,000,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
Payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the saws obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance 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 in Long Grove, Illinois.
THIS APPOINTMENT SMALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1992.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company. on February 23, 1988 of Long Grove, Illinois, e
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
-VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys-in-fact, and to authorize thew to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company my appoint agents for acceptance of process.^
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a nesting duly called and
held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their.appointess
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Compony, and
certifications by the Secretary, my be affixed by facsimile on -any power,of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and my such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 15 day of August , 1990 .
Attested and Certified:
F.C. McCullough, Secr etary
AMERICAN MOTORISTS INSURANCE COMPANY
AMERICAN MOTORISTS
INSURANCE COMPANY
Home Office: Long Grove, IL
60049
msus� a
WuRnce
POWER OF ATTORNEY
Know All Men By These
Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the laws of
the State of
Illinois, and having its principal office in Long Grove, Illinois,
does hereby appoint
_
David Z. Noddle and William E. Pitts of Los An elms
California (EACH)
its true and lawful agent(s) and attorney(s)- in-fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1992, unless sooner revoked for and on
its behalf as surety, and as its act and deed:
Any and all bonds and undertakings provided the amount
of no one bond or undertakin exceeds ONE MILLION
DOLLARS ($1,000,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
Payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the saws obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance 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 in Long Grove, Illinois.
THIS APPOINTMENT SMALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1992.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company. on February 23, 1988 of Long Grove, Illinois, e
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
-VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys-in-fact, and to authorize thew to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company my appoint agents for acceptance of process.^
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a nesting duly called and
held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their.appointess
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Compony, and
certifications by the Secretary, my be affixed by facsimile on -any power,of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and my such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 15 day of August , 1990 .
Attested and Certified:
F.C. McCullough, Secr etary
(OVER)
by J.S.Kemper, III,Sonior Vice President
AMERICAN MOTORISTS INSURANCE COMPANY
(OVER)
by J.S.Kemper, III,Sonior Vice President
0 0
NONCOLLUSION AFFIDAVIT
State of California
ss.
County of
Page 5
KA,eAMgt Sfjgp�q/ , being first duly sworn, deposes and says that he or
she is i�RES /Il6Nt of KVS �sffc, �- t'�G the party
making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Ws a,,,Jsr�L)cTio-'J
Bidder
Authorized Signature /Title
Subscribed and sworn to before me this _q— day of A7 19f
My commission expires:
Notar Public
P OFFICIAIL SE ',L
spa'` LOS t;h6t1ES CA9diY
14Y Comm, exp4as JUN 2 , 1592
• Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1991 Mr. Paul Vazin(KVST) Paul (9181 544 -'576
1991
J.N.S.
John
(714) 559 -4761
1990
S.B.S. Associates
Behrouz
(213) 623 -8023
1989
K V Marte
Darioush
(213) 438 -9100
1988
KVSS Partnership
(Kramat)
(714) 668 -9016
1987
Pole Development
Hossein
(714) 668 -9016
KVS Construction Company, Inc.
Bidder
Authorized Signature /Title
Karamat Saadai
• • Page 7
N O.T I C E
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days, (not including Saturday, Sunday and Federal
holidays) after the date of mailing Notice of Award to the successful bidder:
PAYMENT BOND (Pages 8 & 9)
FAITHFUL PERFORMANCE BOND (Pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (Pages 12, 13, 14)
CONTRACT (Pages 15 & 16)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with
bonding, insuring and legal agents prior to submission of bid.
Payment and faithful performance bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, and (2) listed
as an acceptable surety in the latest revision of the Federal Register
Circular 570.
Insurance companies affording coverage shall be (1) currently authorized
by the Insurance Commissioner to:transact business of insurance in the State.
of California,, and (2) assigned Policyholders' Rating A '(or higher) and
Financial Size Category Class VIII (or larger) in accordance with the latest
edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as .specified in the .Standard Specifications for Public Works.
Construction, except as modified by the Special Provisions.
The following Workers' Compensation Insurance .Certification shall. be
executed and delivered to the Engineer along with a Certificate Of Insurance
for workers' compensation.prior to City's execution of the Contract:
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or'
to undertake self - insurance.in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of
the work of this contract."
T
Date Name of on C ractor (rincipal)
C -2776
Contract Number
Title of Project
Karamat Saadai
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
Page 8
Bond #3SM 771 678 00
Premium included with
PAYMENT BOND performance bond
KNOW ALL MEN BY THESE PRESENTS, That executed in four parts
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Junp 24. 1gg1
has awarded to KVS Cnnstruction CnmPanV, Tnr.
hereinafter designated as the "Principal ", a contract for Grant Howald and
Eastbluff Parks Restroom Reolacement Proiect C -2776
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the.performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We KVS Construction Company, Inc.
as Principal, and American Motorists Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Two Hundred Eighty Eight Thousand and 001100 Dollars ($288.000.00 )>
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 19th day of July 19 91
KVS Construction Com n (Seal)
Name of Contractor. rincipal
Authorized Signature and Title
Karamat Saadai
Authorized Signature and Title
American Motorists Insurance Company (Seal)
j Name of Surety
3v- MI
a1gna a ana i 1L-0T Ruinorizea urgent
Dav' Z. Nodd , Attorney In Fact
'-O-N. Figu roa, Los Angeles, CA 90041
Address of Agent
213 - 257 -8291
Telephone No. of Agent
r --,
nariona
Pic
comrames
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES S.S =
oa JUL-19-1991 before me a Notary Public, within and for the said County and State,
personally appeared David Z. Noddle , known to me (or proved to me on the basis of
satisfactory evidence) to be the person whose name is subscribed to the within instrument as
the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to
me that he subscribed the name of the AMERICAN MOTORISTS INSURANCE COMPANY thereto as Surety,.
and hg`s own name as ATTORNEY
CT -
r NOTARY PUBLIC
6
Page 10
BOND PREMIUM ASED ON
FINAL CONTRACT PRICE Bond #3SM 771 678 00
FAITHFUL PERFORMANCE BOND Premium $5,670.00
executed in four parts
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 24, 1991
has awarded to KVS Construction Company, Inc.
hereinafter designated as the "Principal ", a contract for Grant Howald and
Eastbluff Park Restroom Replacement Project C -2776
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, KVS Construction Company, Inc.
as Principal, and American Motorists Insurance Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
• Hundred Eighty Eight ,• .n, and 11 11 1• 111 11
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Faithful Performance Bond (Continued)
0 Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 19th day of July 19 91
KVS Construction Company, Inc. (Seal)
Name of Contractor (Principal)
uthorized Signature and Title
Karamat Saadai
Authorized Signature and Title
rAmerican Motorists Insurance Company (Seal)
Name of Surety
7470 N. FieueroalLlos Auleeles. C07 90041
.,i,oddle, Attorney In Fact
i__/7470 N. Figueroa, Los Angeles, CA 90041
Address of Agent
' 213 - 257 -8291
Telephone No. of Agent
-%
nations
pit
companies
�.���
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES S.S %- J
On- JUL 19 1991 - , before me a Notary Public, within and for the said County and State,
personally appeared' David Z. Noddle , known to me (or proved to me on the basis of
satisfactory evidence) to be the person whose name is subscribed to the within instrument as
the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to
me That he subscribed the name of the AMERICAN MOTORISTS INSURANCE COMPANY thereto as Surety,1
and his own name as ATTORNEY
/.
NOT �d�jt�
Y OBLIC
r
Page 12
CERTIFICATE OF INSURANCE
R
COMPANIES AFFORDING COVERAGE
T K. ALLRED AGENCY
F20276
COMPANY
CARREY ROAD
LETTER A TRUCK INSURANCE EXCHANGE
NUT, CA 91789
- -- --- ------ - - - - --
-----------
COMPANY B
LETTER
PH 714 595 6238
INSURED
KVS CONSTRUCTION CO., INC.
990 CHERRY AVE. SUITE 202
c
LONG BEACH, CA 90813
(COMPANY
LETTER
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE 'BEFN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REOUIREMENT, 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
Go
LT
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS W THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
$
(OCCURANCE BASIS ONLY)
COMMERCIAL
PRODUCTS /COMPLETED
$
COMPREHENSIVE
OPERATIONS AGGREGATE
❑ OWNPROTECTIVE CONTRACTORS
PERSONAL INJURY
S
❑ CONTRACTUAL FOR SPECIFIC
CONTRACT
❑ PRODUCTS /COMPL OPER
I
EACH
S
❑ XCU HAZARDS
❑ BROAD FORM PROP. DAMAGE
❑ SEVERABILITY OF INTEREST
FIRE DAMAGE
I S
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
I S
REMOVED
I (ANY ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBINED
$1,000,
COMPREHENSIVE
SINGLE LIMIT
BODILY INJURY
.$
A
ED
125238370
4/13/91
10/13/9
(PER PERSON
BODILYINJURY
$
HIRED
(PER ACCIDENT)
❑NON-OWNED
PROPERTY
f
DAMAGE
EXCESS .UABILITY
-
EACH
AGGREGATE
❑ UMBRELLA FORM
OCCURRENCE
OTHER THAN UMBRELLA FORM
$
S
STATUTORY
Submit Certificate
WORKERS' COMPENSATION
S
EACH ACCIDENT
AND
I
S
DISEASE - POLICY LIMIT
--
EMPLOYERS' LIABILITY
S
DISEASE - EACH EMPLOYEE
I
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
-
DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLES/RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:' .
Grant Howald and Eastbluff Parks Restroom Replacement C -2776
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER
I CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE.THE EXPIRATION DATE TOTE
P.O. BOX 1768
COVERAGE SHALL PROVI DE JO GAYS MIN. 0.0VANCE
O
3300 NEWPORT BLVD.
N VPO BEACH REGISTERED MAIL.
NEWPORT BEACH, CA. 92658 -8915
MCOMPATFFORDIN
JULY 25TH, 1991
ENTATNE (°-SUE DATE
NAME AND ADDRESS OF ACENCY
COMPANIES AFFORDING COVERAGES
ACCRED INSURANCE AGENCY
���
COMPANY
LETTER
TYPE OF INSURANCF
1(: NUMBER
POLICY
EXP:HATION DATE
20276 CARREY ROAD
EACH
COMPAN Y
A FARMERS INSURANCE EX.
WALNUT, CA 91789
LETTER
OCCURRENCE
PH 714 595 6238
GENERAL LIABILITY
EFRNY
B
NAME AND ADDRESS OF INSURED
COMPANY
/�
■
KVS CONSTRUCTION CO. INC.
$
Er ER
V
990 CHERRY AVE.
COMPANY
D
SUITE 202
LEnER
PROPERTY DAMAGE
LONG BEACH, CA 90813
$
COMPANY
E
LETTER
This Is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. 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.
: DESCRIPTION OF OPERATIONS /LGCATIONSNEHICLES
RE: GRANT HOWALD AND EAST BLUFF PARKS RESTROMM REPLACEMENT CONTRACT C -2776
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail 1) days written notice to the below named certificate holder. but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
CERTIFICATE HOLDER ALSO TO BE NAMED AS ADDITIONAL INSURED
NAME AND ADDRESS OF CERTIFICATE HOLDER
CITY OF NEWPORT BEACH
PO BOX 1768
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92658 -8915
I ADORED 25 (1-79)
DATE ISSUED. JULY 25TH, 1
CURT K. ALLOW""
Limits of Liability in Thousan s
COMPANY
LETTER
TYPE OF INSURANCF
1(: NUMBER
POLICY
EXP:HATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
_
BODILY INJURY
$
$
❑ COMPRFHENS:E FORM
❑ PREMISES — OPERATIONS
PROPERTY DAMAGE
$
$
❑ EXPLOSION AND COLLAPSE
HAZARD
❑
UNDERGROUND HAZARD
❑ PRODUCTSiCOMPLETED
OPERATIONS HAZARD
❑
BODILY INJURY AND
CONTRACTUAL INSURANCE
PROPERTY DAMAGE
$
$
❑ BROAD FORM PROPERTY
COMBINED
DAMAGE
❑
INDEPENDENT CONTRACTORS
PERSONAL INJURY
$
❑ PERSONAL INJURY
AUTOMOBILE LIABILITY
BODILY INJURY
$
(EACHPERSON)
❑T, COMPREHENSIVE FORM
BODILY INJURY
$
A
DOWNED
12523
(EACH ACCIDENT)
83 70
10 -13 -91
PROPERTY DAMAGE
$
❑ HIRED
(NEXT RENE
❑NON
DATE)
BODIL Y INJURY AND
0
OWNED
PROPERTY DAMAGE
$1,
+ +
COMBINED
EXCESS LIABILITY
BODILY INJURY AND
❑ UMBRELLA FORM
PROPERTY DAMAGE
$
$
❑ OTHER THAN UMBRELLA
COMBINED
FORM
WORKERS' COMPENSATION
STATUTORY
and
EMPLOYERS' LIABILITY
$
IEMtI ACCIDENT)
OTHER
: DESCRIPTION OF OPERATIONS /LGCATIONSNEHICLES
RE: GRANT HOWALD AND EAST BLUFF PARKS RESTROMM REPLACEMENT CONTRACT C -2776
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail 1) days written notice to the below named certificate holder. but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
CERTIFICATE HOLDER ALSO TO BE NAMED AS ADDITIONAL INSURED
NAME AND ADDRESS OF CERTIFICATE HOLDER
CITY OF NEWPORT BEACH
PO BOX 1768
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92658 -8915
I ADORED 25 (1-79)
DATE ISSUED. JULY 25TH, 1
CURT K. ALLOW""
\.
,.. _
`.
.�
.•_.
-,.j,
m
- _: <„
:. -
�
1
J
/
',
.�
0 Paae 12
CERTIFICATE OF INSURANCE
PRODUCER
COMPANIES AFFORDING COVERAGE
Singer Insurance Services, Inc.
COMPANY PACIFIC FIRE & MARINE
9025 Wilshire Blvd., Ste. 210
A
LETTER INSURANCE COMPANY
Beverly Hills, Ca 90211
COMPANY B
LETTER
INSURED
COMPANY C
LETTER
COVERAGES
THIS IS TO CERTIFY TWIT POLICIES- OF ;INSUi11WCE UST'ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
LT
TYPE OF INSURANCE
POLICY NUMBED
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
1O32gH
O 4 /29/
1
GENERAL AGGREGATE
$ 1 000
(OCCURANCE BASIS ONLY)
/29/92
COMMERCIAL
1OO
COMPREHENSIVE
OPERATIONS
NSAGGREGATE
$
T7C1 OWNERS & CONTRACTORS
1009000
000
LL�J PROTECTIVE
PERSONAL INJURY
$ 1 OO
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTS/ MPL OPER.
EACH OCCURANCE
$ 1 OOO
,
® BROAD FORM PROP. DAMAGE
100,000
SEVERABIUTY OF INTEREST
FIRE DAMAGE
ONE FIRE)
$ N /`v
CLAUSE
PERSONAL INJURY WITH
(ANY
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
S
I N/O
REMOVED
El MARINE
(ANY ONE PERSON)
AUTOMOBILE LIABILITY
COMBINED
$
E] COMPREHENSIVE
NOT
SINGLE LIMB
_
BODILY INJURY
$
❑OWNED
COVERED
(PER PERSON)
BODILY INJURY
$
ED HIRED
(PER ACCIDENT)
�NON -OWNED
-
PROPERTY
DAMAGE
$
EXCESS LIABILITY
NOT
EACH
AGGREGATE
UMBRELLA FORM
COVERED
OCCURRENCE
OTHER THAN UMBRELLA FORM
S
$
NOT
STATUTORY
Subml t Cert7 flcate)
S
EACH ACCIDENT
WORKERS' COMPENSATION
COVERED
S
DISEASE- POLICY LIMIT
AND
EMPLOYERS' LIABILITY
$
--
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
COVERED
STATUTORY
WORKERS' COMPENSATION
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT~
BEACH 13Y OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
Grant Howald and Eastbluff Parks Restroom Replacement C -2776
- PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NOTICE T THE CITY OF NEWPORT BEACH BY REGISTERED MAIL.
NEWPORT BEACH, CA. 92658 -8915
ATTENT'� 6
AUTHORIZED REPRESS ATNE M.SUE DATE
•
C
r1
LJ
Page 13
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage.." .
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit:
( ) Multiple limits
Bodily Injury Liability Y per person
Bodily Injury Liability E per accident
Property Damage LiabilityE_
( ) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability E 1, 000000
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
�,. accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the.City, of
Newport Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Grant HOwald and Eastbluff ParlgBEstr -Replacement
C -2776 (Project Title and Contract No.
This endorsement is effective 7/25/91 at 12:01 A.M. and forms a part of
Policy No. 125235370 of FARMERS INSURANCE EXCHANGE
(Company or ng overage
Insured KVS CONSTRUCTION CO., INC. Endorsemen o..
Producer CURT K. ALLRED By
A or n _____
ut epre taIive
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days, advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: Grant Howald and Eastbluff Parks Re trOQ RQ,nlacement C -2776
Project Title and Contract No.)
This endorsement is effective 07/1 9/_9 1 at 12:01 A.M. and forms a part of
Policy No. .103278 of Pacific Fire & Marine Ins nce _Company
C om parry Ar�ng Ooverage
insured KVS Construction Co. Inc Endorsement No. One
Producer Kish-ore Lala _ By /qKE �_ _ _
Authorized RRepresen�e ` `—'
LJ
Page 14
CITY OF NEWPORT BEACH
•
GENERAL LIABILITY INSURANCE ENDORSEMENT
It
is agreed that:
1.
With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
insureds in connection with the contract designated below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2.
The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom
'
claim is made or suit is brought, except with respect to the limits of liability of the
company affording coverage.
3.
The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract designated below, between the named insured and the
City of Newport Beach.
4.
With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted.
5.
The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1. of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
C-7 Commercial ( ) Comprehensive
•
General Liability $ 1,000,000 each occurrence
E 1,0000000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
occurrence in excess of the limits of liability stated in the policy as applicable to
General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days, advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
7. Designated Contract: Grant Howald and Eastbluff Parks Re trOQ RQ,nlacement C -2776
Project Title and Contract No.)
This endorsement is effective 07/1 9/_9 1 at 12:01 A.M. and forms a part of
Policy No. .103278 of Pacific Fire & Marine Ins nce _Company
C om parry Ar�ng Ooverage
insured KVS Construction Co. Inc Endorsement No. One
Producer Kish-ore Lala _ By /qKE �_ _ _
Authorized RRepresen�e ` `—'
LJ
A0,4010. CERTIFICATftF INSURANCE ISSUE Y)
07/23/91
PRODUCER
SINGER INSURANCE SERVICES, INS.
9025 WILSHIRE BLVD. STE. 210
BEVERLY HILLS, CA. 90211
CODE
INSURED
SUB -CODE
KVS CONSTRUCTION CO., INC.
990 CHERRY AVE.
LONG BEACH, CA. 90813
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
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A PACIFIC FIRE AND MARINE INSURANCE COMPANY
COMPANY 8
LETTER
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
'COVERAGES
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSAND$
LTR DATE IMM /DDIYY) DATE IMM /DDIYY)
DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS
THE BELOW CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED
WITH RESPECT TO THE ABOVE NAMED INSURED.
iTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF NEWPORT BEACH MAIL _3.D— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
P.O. BOX 1768 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
3300 NEWPORT BLVD. LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
NEWPORT BEACH, CA. 92658 -8915 AUTHORIZED REPRESENTATIVE 1
GENERAL LIABILITY
GENERAL AGGREGATE $ 1 0000
COMMERCIAL GENERAL LIABILITY
X9 )(M- COMP /OPS AGGREGATE $ 100
A
CLAIMS MADE XX OCCUR.
103278
04/29/91 04/29/92 PERSONAL XX9(✓X9)WXNJURY $ 100
XX OWNER'S&CONTRACTOR'S PROT.
$100,000
EACH OCCURRENCE $ 1,000
XX M Fa C
FIRE DAMAGE (Any one fire) $ N/C
XX BFPD, CONTRACTUAL
$100,000
MEDICAL EXPENSE (Any one person) $ N/C
AUTOMOBILE LIABILITY
COMBINED
SINGLE S
ANY AUTO
LIMIT
ALL OWNED AUTOS
NOT COVERED
BODILY
INJURY S
A
SCHEDULED AUTOS
(Per person)
HIRED AUTOS
BODILY
NJURY $
NON-OWNED AUTOS
(per accident)
GARAGE LIABILITY
PROPERTY
$
DAMAGE
EXCESS LIABILITY
EACH AGGREGATE
NOT COVERED
OCCURRENCE
A
$
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
STATUTORY
A
NOT COVERED
3 (EACH ACCIDENT)
AND
$ (DISEASE— POLICY LIMIT)
EMPLOYERS' LIABILITY
8 (DISEASE —EACH EMPLOY
OTHER
CONTENTS - $10,000
A
PROPERTY ACV
VALUABLE PAPERS $1,000
FIRE /ECE /VMM
103278
04/29/91 04/29/92 ACCT. RECV. $1,000
DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS
THE BELOW CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED
WITH RESPECT TO THE ABOVE NAMED INSURED.
iTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF NEWPORT BEACH MAIL _3.D— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
P.O. BOX 1768 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
3300 NEWPORT BLVD. LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
NEWPORT BEACH, CA. 92658 -8915 AUTHORIZED REPRESENTATIVE 1
STATE P.O. BOX 807, SAN FRANCISCO, CA 94101 -0807
COMPetNSATION a
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE at
JULY I to 19" POLICY NUMBER.
CERTIFICATE EXPIRES:
r
CITY OF NEWPORT SEACH 0103
BLILDING & SAFETY DEPT
3300 NEWPORT t3LVO .
NEWPORT BEACH CA 92660
L
This is to certify that we have issued a valid Workers' Compe%ation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
X
PRESIDENT
r
L
EMPLOYER
K.V.S. CONSTRUCTICK CO. INC.
990 CHERRY AVE STE 202
LCNG BEACH CA 9CS13
SCIF 10262 (REV. 10 -86)
BUILDING DEP
ARrMENT
JUL 25 1991
CITY Of NEWPORT
CAI PI -n4NIA BEACH
(00+11D
OLD 262A
ER*PAN MOTORISTS 6 CE COMPANY ®ow �ong G, IL 0049 �aT
POWER OF ATTORNEY
Know All Men By Theme Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of
Illinois, and having its principal office In Long Grove, Illinois, does hereby appoint
David Z. Noddle and William E. Pitts of Los An else
California (EACH)
Its true and lawful sgentts) and attormyts)- infect, to make, execute, seal, and deliver during the period
beginning with the data of issuance of this power and ending December 31, 1992, unless sooner revoked for and on
Its behalf as surety, and as its act and deed:
Any and all bonds and undertakings pprovided the amount
of no one bond or undertakin pMeds ONE MILLION
DOLLARS ($1,000,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all Intents and purposes, as if the some had been duly
executed and acknowledged by its regularly elected officers at Its principal office In Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1992.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
-VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shell have the power and authority to appoint agents and
attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizance %, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process.^
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shell continue to be
valid and binding upon the Company.^
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this lb day of August , 1990 .
Attested and Certif-ledt
F.C.Mccullough, Secretary
(OVER)
by J.S.Kampti ,III,Senior Vice President
AMERICAN MOTORISTS INSURANCE COMPANY
:j •�E
(OVER)
by J.S.Kampti ,III,Senior Vice President
STATE OF ILLINOIS SS
COUNTY OF LAKE
I, Grace E. Condon, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known
to me to be the sus persons whose names are respectively as Senior Vice President and Secretary of the American
Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument,
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
waled with the corporate seal and delivered the said instrument as the from and voluntary act of sold corporation
and as their own from and voluntary act for the uses and purposes therein set forth.
My commission expires: 5-14-94
1 "OFFICIAL SEAL'
1 Grace E. Condon /
1 Notary Public, State of Illinois 1
4 My Commission Espiros 5114194 Is
WWWWWWWWWWWV
CERTIFICATION
I, N. J. Zarsda, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney dated August 15, 1990 on behalf of the person(s) as listed on the reverse side is a
true and correct copy and that the same has been in full force and effect time the date thereof and is in full
ford and effect on the date of this certificate) and I do further certify that the sold J. S. Kemper, III and F. C.
McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date
of the execution of the attached Power of Attorney the duly elected Senior V%ce President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the American
Motorists Insurance Company on this JUL 19 1991 day of , 19
N.J,Iarada, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FM 036 -5 5-90 IN PRINTED IN U.S.A.
Power of Attorney - Term
Grace E. Condon, Notary Public
I, N. J. Zarsda, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney dated August 15, 1990 on behalf of the person(s) as listed on the reverse side is a
true and correct copy and that the same has been in full force and effect time the date thereof and is in full
ford and effect on the date of this certificate) and I do further certify that the sold J. S. Kemper, III and F. C.
McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date
of the execution of the attached Power of Attorney the duly elected Senior V%ce President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the American
Motorists Insurance Company on this JUL 19 1991 day of , 19
N.J,Iarada, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FM 036 -5 5-90 IN PRINTED IN U.S.A.
Power of Attorney - Term
Page 15
CONTRACT
THIS AGREEMENT, entered into this a_ day of ,111np , 19 41 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City, a—" nd.
KVS Construction Comaany. Inc. hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Grant Howald and Eastbluff Parks Restroom
F,
C -2776
Contract No.
(b) Contractor has been.determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans.and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:.
1. Contractor shall furnish all materials and perform.all of the work
for the construction of the following described public work:
Grant Howald and Eastbluff Parks Res r m Rpplacpment -Z
Title of Project to traE o.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner,.and.in
accordance with all of the contract documents.
2. As full compensation for the performance.and completion of this
work as prescribed above, City shall pay to Contractor the sum of Two Hundred
Eighty Eight Thousand and 00 /100 (f 9au nnn nn 1.
This compensation includes (1) any loss or damage arising from the natare of.the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any.loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of.City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
• Page 16
(f) Plans and Special Provisions for
Grant Nnwald and Facthluff Parkc Rectrnom Ranlaramant „x_9776
Title of Project —T Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
May
City Attorn y
KVS Construction Company. Inc.
Name of Contractor (Principal)
Authorized Signature and Title
Karamat Saadai
zed Signature and Tit
CITY
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
GRANT HOWALD AND EASTBLUFF PARRS
RESTROOM REPLACEMENT
CONTRACT NO. 2776
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1
ii.
CONTRACTOR'S LICENSE . . . . . . . . . . . . . . . . 2
III.
AWARD AND EXECUTION OF THE CONTRACT. . . . . . . . . 2
IV.
TIME OF COMPLETION AND SCHEDULE OF WORK. . . . . . . 2
V.
LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 2
VI.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . 3
IX.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . 3
X.
SPECIFICATIONS . . . . . . . . . . . . . . . . . . . 3
XI.
ASBESTOS . . . . . . . . . . . . . . . . . . . . . . 4
SP 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
GRANT HOWALD AND EASTBLUFF PARKS
RESTROOM REPLACEMENT
CONTRACT NO. 2776
I. SCOPE OF WORK
This project provides for the following work:
1. At Grant Howald Park
a. Replacing the existing restroom.
b. Constructing new permanent bleachers.
C. Undergrounding the electrical supply system.
d. Installing new water line.
2. At Eastbluff Park
a. Replacing the existing restroom.
b. Constructing new water line.
All work necessary for the completion of this
contract shall be done in accordance with these
Special Provisions; the Plans; the City's Standard
Special Provisions and Standard Drawings for Public
Works Construction, (1988 Edition); and "Standard
Specifications for Public Works Construction ",
(1988 Edition), including Supplements.
Copies of the Standard Special Provisions and
Standard Drawings may be purchased at the Public
Works Department for Five Dollars ($5.00) per set.
Copies of "Standard Specifications for Public Works
Construction" may be purchased from Building News,
Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 202 -7775.
SP 2 of 4
II. CONTRACTOR'S LICENSE
At the time of the award of the contract the Contractor
must hold a valid General Building Contractor license,
Class B, issued by the State of California.
III. AWARD AND EXECUTION OF THE CONTRACT
A. Requirements and conditions concerning award and
execution of this contract are found in Section 2 -1
of the Standard Special Provisions.
B. The lowest responsive bid for Contract No. 2776
will be determined by the total price bid for the
contract.
IV. TIME OF COMPLETION AND SCHEDULE OF WORK
A. All work under this contract shall be completed
within one hundred eighty (180) consecutive
calendar days after award of the contract by the
City Council.
B. It shall be the Contractor's responsibility to
ensure the availability of all materials prior to
the start of work. Unavailability of materials
will not be sufficient reason to grant an extension
of time.
V. LIQUIDATED DAMAGES
A. Liquidated damages shall be charged at the rate of
$100.00 for each consecutive calendar day that all
work in Eastbluff Park is not completed in excess
of the time specified above.
B. Liquidated damages shall be charged at the rate of
$100.00 for each consecutive calendar day that all
work in Grant Howald Park is not completed in
excess of the time specified above.
C. Liquidated damages shall be calculated separately
for work in each park. The liquidated damages for
each park shall be added together.
VI.
VII.
VIII.
IX.
SP 3 of 4
PAYMENT
The unit price or lump sum price bid for items of work
shown in the Proposal shall be considered full
compensation for all labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefor. Payment
for incidental items of work not separately provided for
in the proposal shall be included in the prices bid for
other items of work.
Partial payment for mobilization be made in accordance
with Section 10264 of the Public Contracts Code of the
State of California.
Substitution of securities
accordance with Section
Specifications is permitted
Sections 4590 and 14402 -5.
CONSTRUCTION SURVEY STAKING
Field staking for control
provided by the Contractor.
WATER
The Contractor
sites. If a
available is
rent a water
$500.00 water
return of the
be returned, 1
PERMITS
for any payment withheld in
9 -3.2 of the Standard
pursuant to Government Code
of construction shall be
may use City water available at the
larger water supply that is presently
needed, the Contractor shall arrange to
meter from the Utilities Department. A
meter deposit must be tendered. Upon
meter in good condition, the deposit will
ess a quantity charge for water used.
The Contractor must obtain all permits normally
required by public agencies.having jurisdiction
over the work.
Building permit fees, plan check fees, and fees for other
permits normally charged by the Building
Department will be waived.
SP 4 of 4
X. SPECIFICATIONS
Architectural specifications for the restroom
buildings are printed on the plans.
XI. ASBESTOS
An asbestos survey has been obtained, and the sites of
the work and the buildings to be demolished have been
found to be free of asbestos hazard. A copy of the
survey is on file in the office of the Public Works
Department.
•
TO:
FROM:
SUBJECT:
•
C:
• 0
June 24, 1991
CITY COUNCIL AGENDA
ITEM NO. F -3(C)
City Council t niI4.vrL.0
Public Works Department
REPLACE RESTROOMS AT GRANT HOWALD AND EASTBLUFF PARKS
(Contract No. 2776)
RECOMMENDATIONS:
1. Award Contract No. 2776 to KVS Construction Co., Inc,
of Long Beach, California, in the amount of
$288,000.00.
2. Approve the use of funds from the Grant Howald Park
appropriation to complete the restroom at Eastbluff
Park.
3. Authorize the Mayor and City Clerk to execute the
contract.
DISCUSSION:
At 11:00 A.M. on May 30, 1991, the City Clerk opened
and read 17 bids for the subject contract:
Bidder
1. KVS Construction, Inc., Long Beach
2. Santa Fe Builders, Ranch Cucamonga
3. Jevon Construction, Los Angeles
4. Pole Construction, Irvine
5. DTEC Construction, Gardena
6. Varkel Construction, Laguna Beach
7. Irvine Engineering, Irvine
8. Brugman Management, Downey
9. Young Building Corp., Laguna Beach
Total Bid
$ 288,000.00
300,000.00
303,226.00
323,000.00
325,200.00
328,000.00
334,844.44
349,554.00
360,653.00
•
0
Subject: Grant Howald and Eastbluff Parks Restroom Replacement
(C -2776)
June 24, 1991
Page 2
10. Clayton Engineering, Laguna Hills 369,700.00
The 1990 -90 budget contains two appropriations from the
Parks & Recreation Fund; one for Grant Howald Park Improvements
and the other for a restroom at Eastbluff Park, as follows:
Encumbered
Appropriation or expended Available
Grant Howald Park $ 275,875.00 $ 44,316.33 $ 231,558.67
Eastbluff Park 137,425.00 1.050.00 136.375.00
Total $ 413,300.00 $ 45,366.33 S 367.933.67
The project provides for a new restroom at each park,
with new water and sewer connections for each restroom;
• underground electrical service at Grant Howald Park, and minor
site improvements around the restrooms.
11. Multi Construction, Orange
373,288.00
12. Wakeham - Baker, Fountain Valley
389,389.00
13. Taylor- Shafer, Stanton
394,000.00
14. Soar Corp., La Habra
406,000.00
15. Neff Contracting, Corona
406,686.00
16. R.A. Francis, Los Angeles
419,445.00
17. Glencraft Construction, Orange
483,913.00
The low bid of $288,000 is 18.11%
under the Engineer's
•
Estimate of $351,675.00. KVS Construction
Beach, California is properly licensed and
Co., Inc., of Long
bonded. Their
references indicate experience has been in
the field of
constructing multi - family residential developments
and grocery
markets owned by the KV Mart Corporation, a
chain of eight
grocery stores known as Top -Value Stores.
Construction of
restrooms is within their capabilities.
The 1990 -90 budget contains two appropriations from the
Parks & Recreation Fund; one for Grant Howald Park Improvements
and the other for a restroom at Eastbluff Park, as follows:
Encumbered
Appropriation or expended Available
Grant Howald Park $ 275,875.00 $ 44,316.33 $ 231,558.67
Eastbluff Park 137,425.00 1.050.00 136.375.00
Total $ 413,300.00 $ 45,366.33 S 367.933.67
The project provides for a new restroom at each park,
with new water and sewer connections for each restroom;
• underground electrical service at Grant Howald Park, and minor
site improvements around the restrooms.
•
0
E
0 0
Subject: Grant Howald and Eastbluff Parks Restroom Replacement
(C -2776)
June 24, 1991
Page 3
The estimated cost of the revised project is $ 316,000 as
follows:
Site Cost
Grant Howald Park Restroom $ 146,000
Eastbluff Park Restroom 142.000
Subtotal $ 288,000
10% contingencies 28.800
Total $ 316,800
The balance of the appropriation for the Eastbluff Park
restoom ($136,375) is less than the estimated total cost of
$156,200. The estimated cost of the Grant Howald restroom is
$160,600. The funding for Grant Howald Park exceeds the
estimated cost of the restroom by approximately $71,000. The
staff recommends that up to $20,000 of the appropriation for
Grant Howald Improvements be used to construct the Eastbluff Park
restroom. The balance of $51,000 is to be used to construct some
of the park improvement items that were contemplated in the
appropriation but deleted from the contract after the bids
received on January 10, 1991, exceeded the amount of available
funding.
The plans were prepared by Ron Yeo FAIA Architect,
Corona Del Mar. The estimated date of completion is January 17,
1992.
The location of the restrooms are shown on the attached
sketches. A full set of drawings will be on display in the
Council's Conference Room.
a a
Benjamin B. Nolan
Public Works Director
KLP:so
Attachments
IPI
Ronald A. Whitley
P. B. and R. Director
•
0
0
PARK lieLl T, WA—
CAST BLU r F P A�RK
T, L'
7tmr:
jj- A[-L JZF— riJiFEM
PO .vl -
SP
NEW IZESTEOOM
•
I4-1y
Ir.
'ti Z%. qN
"il tj
I I ?it
it
>
(71
--1
1.
�5 17
7K
it
'A—PFPZ ,- J/,,j a'? FIELD VE-1 Fy
A
It
kk
HIM
�-I -7. �
j�
\-
nix
yAn
Z-
it
in it
JZ
K
0
Ttt
o.
Z
7K
it
A
It
kk
HIM
�-I -7. �
j�
\-
nix
yAn
Z-
it
in it
JZ
K
0
Ttt
7K
it
to
kk
HIM
�-I -7. �
ii
\-
Z-
it
in it
JZ
K
0
Ttt
7K
it
to
kk
HIM
�-I -7. �
ii
\-
JZ
K
Ttt
to
II
�-I -7. �
ii
\-
Ttt
o.
AYIbaltaBd to PU iffsh AMnizomNflts Of d Wads indwiiftp
p/�ub,l�fa.m1knis by Dome d Uu $uQpoew C�oDK of Manpra
�....� % CO:�. NIBItbQ A M4. Seplar ibo 2L 1961. =4
A- 24891.1iM 11. 1983
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesaid, I am over the
age of eighteen years, and not a party to or
interested in the below entitled matter. I am a
principal clerk of the ORANGE COAST DAILY
PILOT, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that
attached Notice is a true and complete copy as
was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain
Valley, Irvine. the South Coast communities and
Laguna Beach issues of said newspaper to wit
the issue(s) of:
April 25, 30, 1991
1 declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on April 30 199 1
at Costa Mesa. Califomi //aL�/
Signature
J
NOTICB
IMMINO BIDS
Settled bids may be re-
eived at the office of the
'fry Clark, 33W Newport
loulevard, P.O. Box 1768,
Beach, lewport CA 92659-
788 until 11:99 AM on the
0th day of May, 1991, at
,hich time bids will be
opened and read for -
Title of Project: Grant
loweld and Eastbluff
'arks Restroom Replaces
tent
Contract NO. '6T/18.
Engineer's Estimate:
351,675
Approved by the City
'ounc11 mis 22nd day of
vil, 1991.
Wanda E. Reggio,
Sty Clark
Prospective bidders may
obtain one set of bid docu
nerds at no cost at the of -'
ce of the Public Works
lepartment, 3300 Newport
loulevard, P.O, Box 1768,
lewport Beach, CA 92659-
For further information,
all Kenneth Perry, Project
Tanager at 6443311,
Published Orange. Coast
laity Pilot April 25, 30,
PROOF OF PUBUCATION
•
•
•
0
TO: City Council
APR 2 2 1991
FROM: Public Works Department
April 22, 1991
CITY COUNCIL AGENDA
ITEM NO. F -11
SUBJECT: REPLACE RESTROOMS AT GRANT HOWALD AND EASTBLUFF PARKS
(CONTRACT NO. 2776)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for .bids to
be opened at -11•nn A -M_ on rrta� „3p,_198L.
DISCUSSION:
The 1990 -91 budget contains two appropriations from the
Parks & Recreation Fund; one for Grant Howald Park Improvements
and the other for a restroom at Eastbluff Park, as follows:
Appropriation Encumbered Available
Grant Howald Park $ 241,901.00 $ 10,342.33 $ 231,558.67
Eastbluff Park 137,425.00 1.050.00 136,375.00
Total $ 379,326.00 $ 11,392.33 $ 367,933.67
On January 10, 1991, 14 bids were received for the
project. The low bid exceeded the available funding by 18 %;
therefore, all bids were rejected, and the staff was directed to
decrease the scope of work so that the project can be built with
the available funding.
The original project provided for a new restroom at
Eastbluff Park; plus a new restroom, new permanent bleachers,
backstops, fences, underground electrical service, drainage
system, irrigation system, reconstructed parking lot, hardscape
landscaping, planting, and regrading and replanting the playing
field at Grant Howald Park.
The revised plans consist of a new restroom at each
park, with new water and sewer connections for each restroom;
underground electrical service at Grant Howald Park, and minor
site improvements around the restrooms. Bleachers, playing field
reconstruction, rebuilding parking lots, an irrigation system, a
drainage system, hardscape landscaping and all planting have been
eliminated from Grant Howald Park.
Subject: Replace Restrooms at Grant Howald and Eastbluff Parks
(C -2776)
April 22, 1991
• Page 2
The estimated cost of the revised project is as
follows:
Grant Howald Park Restroom $ 175,800.00
Eastbluff Park Restroom 175,875.00
Subtotal construction 351,675.00
Contingencies and incidental costs (4.6 %) 16,258.67
Total estimated construction cost $ 3671 933.67
The plans were prepared by Ron Yeo FAIA Architect,
Corona Del Mar. The estimated date of completion is January 17,
1992.
The location of the restrooms are shown on the attached
• sketch. A full set of drawings will be on display in the
Council's Conference Room.
Benjamin B. Nolan
Public Works Director
KLP:so
Attachment
p
CASTBLUrr
A
>saNAEtP' NEW
F, 'Le, - Kell-*
-r"F-
71 Ac
NEW
NJra
91— 1
ESTROOM L
. rqk.&-1 T
,
I
A<
r
m
L HF-
i
•
r-]
L
4-1
7
2� z
Tm
r.
—7
i
III
Ci
AV
OLDS w
t
F
of
I
Ir
o.
\A1161
I IN
GN
IN
7� 7v
r
ii
to
I$
5
Ir
o.
I IN
7� 7v
r
ii
to
I$
5
N
I /
•
TO: City Council
FROM: Public Works Department
SUBJECT: IMPROVE GRANT HOWALD PAF
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
JAN 2 ' 194
EASTBLUFF PARK (CONTRACT NO. 2776)
RECOMMENDATIONS:
January 28, 1991
'Y COUNCIL AGENDA
M NO. F -13
M AT
1. Reject all bids received on January 10, 1991, for
construction of Contract No. 2776 because all exceed the
amount of available funding.
2. Direct the staff to revise the plans, decreasing the
scope of work so that the project may be built within the
available funding; and bring back the revised plans to
the Council for approval.
DISCUSSION:
On January 10, 1991, the City Clerk opened and read 14 bids
for
Contract No. 2776:
Bidder
Base Bid
Alternate Bid
1.
Santa Fe Builders
$ 449,974.60
$ 428,964.60
Rancho Cucamonga
2.
Mathis Construction, Inc.
545,161.90
498,161.90
Rancho Cucamonga
3.
Hondo Company, Inc.
551,158.04
527,195.04
Santa Ana
4.
Varkel Construction, Inc.
570,296.80
542,292.80
Laguna Beach
5.
Steen Construction Co.
574,533.00
552,533.00
Santa Ana
6.
Valley Crest Landscape,
604,000.00
582,000.00
Inc., Santa Ana
•
7.
Glencraft Construction
606,054.63
578,054.63
Co., Inc., Orange
8.
Wakeham- Baker, Inc.,
626,594.70
'601,594.70
Fountain Valley
9.
Bopark Enterprises, Inc.
643,779.80
618,779.80
Rancho Cucamonga
•
•
Subject: Improve Grant Howald Park and Replace Restroom at Eastbluff
Park (C -2776)
January 28, 1991
Page 2
10. Marina Contractors, Inc. 719,316.90 691,361.90
Irvine
11. Ryco Construction, Inc. 733,337.00 700,137.00
Gardena
12. Far -East Development, Inc. 587,343.00* 545,343.00
Garden Grove
13. Hines Construction Company 493,649.00* 449,649.00
Irvine
14. DTEC Construction, Inc. 539,000.00* 510,000.00
Irvine
* These bids are incomplete and non - responsive to the call for bids.
Available funds:
$ 364,152.83
The project provides for constructing a new restroom at Grant
Howald Park; regrading and replanting the playing field; constructing
new permanent bleachers, backstop, fencing, parking lots, irrigation and
drainage systems; and replacing the restroom at Eastbluff Park. The
alternate bid eliminates bleachers at Grant Howald Park. The locations
of the facilities are shown on the attached sketches.
The low bidder is relatively new as a general building
contractor; however, he was previously a masonry subcontractor, having
done the masonry work on the City's Channel Park restroom project. He
is properly licensed and bonded. A check of his references indicates
that he is qualified.
Plans for the restrooms were prepared by Ron Yeo, FAIA
Architect, of Corona Del Mar. The estimated date of completion of the
restrooms is July 15, 1991.
Plans for the park improvements were prepared by Fennell &
Associates of Costa Mesa. The estimated date of completion of the other
park improvements is April 15, 1991.
The 1990 -91 budget contains a balance of $364,152.83 in two
appropriations from the Parks and Recreation Fund for improving Grant
Howald Park and for replacing restrooms at Eastbluff Parks. In order to
award the contract, additional funds in the amount of $108,000 would be
needed for the base bid, or $86,000 for the alternate bid which
eliminates bleachers. (These figures include 5% for testing and
contingencies.)
•
•
•
• 0
Subject: Improve Grant Howald Park and Replace Restroom at Eastbluff
Park (C -2776)
January 28, 1991
Page 3
Because of budgetary constraints, additional appropriations
are not recommended at this time. It is recommended that the two
restrooms be replaced as designed, but that construction of a portion of
the recreational and parking improvements be deferred.
vI /vv� ^G�+nyr 2r y
Benjamin B. Nolan
Public Works Director
KLP:so
Attachment
*�Y i
Ronald A. Whitley
P.B. & R. Director
0
0
•
i CAST BLU r F
13'A- LFIaL..D
I
rp1wDE y�NAEy 7 N&V
vTR,P''N6 -NeTM THAT rHE
fXI�IjJ6 twNDIGFW'ED
F J= S+TO- rHF -Fr-g7 ',tti
MaPI16, ALL REQUI�H
pC V.7 WIDTH G-i-s —
OF/'FGEy`i � G•
NcW
a'
Fa�??Ox . LoU T ON a-
SBFtiV V METEP.
� fxl�iN6 MAT�RIA �� 5
EXI iT cam,
FAR K; N5
As�E.A
GMU WP�I - -'
Nra 4�-,
Gp41,�GToN
FF��IGE......_T
EXI iT cam,
FAR K; N5
As�E.A
L_J
•
�. i. tqr 111
0i
3�
L
u��Y, 1 �.c y, in fit➢
>,
<� zyc
1
n� pn`
U 4 ltv`-
r>
^' o • 1
r
tt! L
f �
m
v "L
_n
r �
�NJ C
1➢ � IT
isv
by
�a
3r�
DL
�m4
J
,I'
S
1
7
�R
L
C
•
m�4 D
N
AEI
S
OLD
N CLOD E _
Oil,
T Rv
x
tE � t �� -It 7 0
�� 1
r\ GN �- Z I I F
m X
P lu r
u.
m � �
I`i1.65� D 1.91
77 EP-.n 51A Fv
•
TO:
FROM:
SUBJECT:
•
City Council
a
Public Works Department
November 13, 1990
CITY COUNCIL AGENDA
ITEM NO. F -17
i
IMPROVE GRANT HOWALD PARK AND REPLACE RESTROOM AT
EASTBLUFF PARK (C -2776)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to a' ^° mss° -�
DISCUSSION: /C
The 1990 -91 budget contains appropriations from the Parks and
Recreation Fund for improving Grant Howald Park and replacing restrooms
at Grant Howald and Eastbluff Parks as follows:
Grant Howald Park Eastbluff Park
Appropriation: $ 262,000.00 $ 150,000.00
Expended or encumbered: 35.272.17 12.575.00
Unencumbered: $ 226,727.83 $ 137,425.00
Total available: $ 364,152.83
This project provides for regrading and replanting the
baseball field, constructing new permanent bleachers, backstop, fencing,
parking lots and restroom at Grant Howald Park; and replacing the
restroom at Eastbluff Park. The locations are shown on the attached
sketches. A full set of plans is on display in the City Council
Conference Room.
Plans for the park improvements were prepared by Fennell &
Associates of Costa Mesa. The plans for the restrooms were prepared by
Ron Yeo, FAIA Architect, of Corona Del Mar. The estimated date of
completion of the restrooms is July 15, 1991.
The estimated date
improvements is April 15, 1991.
Benjamin B. Nolan
Public Works Director
KLP:so
Attachment
of completion of the other park
Ronald A. Whitley
P.B. & R. Director
I
•
0
i
g
s
li
3A
!�k
s e .5 P !
f 3 9, gi-x I t! cS
3 !i 1:s3 g !3
� ,
:6 ?3exgxi
: silxi!'c3
a ins
.O -.7
04.
aur-
I
o
I
b�
!�k
s e .5 P !
f 3 9, gi-x I t! cS
3 !i 1:s3 g !3
i=
t6i
_¢
y Za $
2 a
0 €
W
i
E �
-III I
_:1-
� ,
:6 ?3exgxi
: silxi!'c3
a ins
.O -.7
I
I
i=
t6i
_¢
y Za $
2 a
0 €
W
i
E �
-III I
_:1-
OOHN3010O
O
Ir
an
.O -.7
OOHN3010O
O
Ir
an
t
y
I
1
IMP -00II,
�I
e
0
Q O
J �
3
o
d
U
<1
mill
9
im
W
.i-F
-,81
n
_e
0
.J
11
t
•
0
S
0
L
r
s 3
ill
4
to
l• u�
v �za
"WAR
u
m
i� t Ili
a8
U
Z
Q
l
lit
=i
i
{a
d
�
V
y S
d
Z
Q
l
lit
=i
I
I,O -ILI •o -III „O -,}•�
QF pW � I. _ w� I� •' 't
v
4 - r ,o•19 a-,b 9.17 �
I
C, qlj
.J
Q za
w m Z
f � 1
To
ii s®
3 1
Q
x
o < 1.t 9
LL
_V r�
t
,o•, r t
I
ty$ J
r
a
z
a
tlffi—zlo�l
0
C
r o
_A - +
0
Ji I 1 _1
�q Ipm
V OI pa• ,� •8-ly
1
Q
-irl
�I
1
i
L
pi
N
J
IL
�q Ipm
V OI pa• ,� •8-ly
1
Q
-irl
�I
1
i