Loading...
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