Loading...
HomeMy WebLinkAboutC-3217 - 1997-98 Alterations and Refurbishing of Police FacilitySTOP NOTICE TO: CITY OF NEWPORT BEACH 3300 Newport Beach Blvd. Newport Beach, CA 92658 RE: NEWPORT BEACH POLICE STATION 870 Santa Barbara Drive Newport Beach, CA 92660 Claimant, BUCHANAN COMPANY, has furnished labor, services, equipment and/or materials of the following kind: Furnish and install metal lockers as directed. To or for ASI General Contractors for the work of improvement described above. The amount in value of the whole agreed to be done or famished by claimant is $36,280.00 . The amount in value of ll><at already done or fumished is $36,280.(K) .Claimant has been paid $25,652.00, and there remains due and unpaid the sum of $10,628.00 plus interest at the contract rate or the legal rate, whichever is hrigher, from the date of the performance of the services. You are required to set aside sufficient funds to satisfy this claim with interest. Dated: 07/26/99 :;�W J.R. BUCHANAN, PRES-. I have read the foregoing STOP NOTICE and know the contents thereof; d c same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration was executed this 26" day of July , 1999 at Covina , California. R. BUCHANAN, PRES. Date Copies Sent To: ❑ Mayor Council Member ❑ Manager' �A or ey yr July 12, 1999 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 ASI General Contractors 3890 Walnut Avenue Chino, CA 91710 Subject: 1997 -98 Alterations & Refurbishing of Police Facility (C -3217) To Whom It May Concern: On May 24, 1999, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on June 7, 1999, Reference No. 19990418839. The Surety for the contract is Ranger Insurance Company, and the bond numbers are CB025694 and RIC0515010. Enclosed are the bidders bond, the labor & materials payment bond and the faithful performance bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach • 0 PAGE CI1 . OF NEWPUR l BEACH POLICE DEPARTMENT CONTRACT NO 3213 SIDDf =_R'S BOND Bond No, RIC0515010 Wo, the undersigned Principal and Surety, our successors and. assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of lvrt -Tuee d and 00/1000 - - dollars ($33,000.0 to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 1997 - 98 Alterations and Refurbishing, Police Facility Contract No. 3213 in the City of Newport Beach, Is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 9th day of Jomano Acoustic Standards, Inc. dt Acoustic Standards, dba ASI Gener Contractors Name of Contractor (Principal) Ranger Insurance Company Name of Surety 10777 Westheimer Road Houston, TX 77042 Address of Surety 713 - 961 -5888 Telephone T.__ .-no Steven A. SWart+AttQ1ney -;n -Fart Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPOSE 01KNOWLEDGMENT N.. 5007 (r /!I! lltlllllllf /JJlI lIIIII ✓!I././ ✓!lI!!II./yll lllll!!J_!Il!!!l /! T. State of California Co ty of orange �y n ci before me, N- swartz, Notary Public D E NAME, TITLE OF OFFICER E.G., 'JANE DOE, NOTARY PUBLIC' p sonally appeared Steven A. Swartz NAME(S) OF SIGNER(S) © personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted- .Qxecuted the instrument. N. SWARTZ n ' COMM. # 1167840 A 2 =�® Notary Public Caliromia (n Q ORANGE COUNTY MY Commission Exp. 1/30/02 I( WINAVON OPTIONAL seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER rITLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EMITY(IES) Ranger Insurance Company DESCRIPTION OF ATTACHED DOCUMENT Al� 7 TITLE 6R TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 r 0 STATE OF CALIFORNIA } COUNTY OF QRX� � ) On x-10 9I1 Before me, 4 !}7lAf i AJ,4:- Wo 14, No 7n -e4 8a6 ,c personally appeared U14)OtAIT M- SnAIr'S- me, (or proved to me on the basis of satisfactory evidence) to be the person(e -r whose nameW is/are- subscribed to the within instrument and acknowledged to me that he /shefthey executed the same in his /ker7the -ir authorized capacity(ies -), and that by his /ke-r t eir signature(s- -,on the instrument and the persons -'T"or the entity upon behalf of which the person( acted, executed the instrument. WITNESS my hand and official seal. KATHARME WOLFE Signature CyavJ,a l) . ►�^0300in1° Zow M/ Cornrn. Wm Jon 15.20M .�idrl� k'S Band Title of Document S T= 1.;-A) A- S Date of Document Number of Pages Signer(s) other than named above � OPTIONAL S -c=TON a CAPACITY CLAIMED BY SIGNER .b.= —M focc = n=� ca Y Naavy a iil In Ine cam oeicw, acing ;a nay prove i,rauaom m oerscm m.79 cn me cccaam rr INDIVIDUAL j, CCRPCRA, a �J 'GENERAL pus. ~'sr r GuARCAN/CCNSE,VA C;R I i CTr =R: SIGNER IS RE ?RESENMNC' . +we OF nasarws on Wr M= Glanger Insurance Company RIC 0515010 Houston, Texas LIMITED POWER OF ATTORNEY LIMITED TO BID BONDS ONLY Estimated BID AMT: $330, 000.00 BOND AMT: $33,000.00 BOND No.: RIC0515010 Know all men by these Presents, that RANGER INSURANCE COMPANY has made, constituted and appointed. and by these presents does make, constitute and appoint Steven A. Swartz Its true and lawful Attorney -In -Fact. for it and in its name, place and stead to execute on behalf of the said Company, as surety, bid bonds. and other documents of a similar character issued In the course of its business, and to bind the Company thereby. provided that no bid bond executed under their authority shall exceed in the amount the sum of Five Hundred Thousand and 001100 Dollars ($500,000) This Power of Attorney is Restricted to Use with Bid Bonds Only. This Power of Attorney is granted and is signed and sealed by the authority of the following Resolution adopted by the Board of Directors of RANGER INSURANCE COMPANY on the 19th day of December, 1995, Resolved: That V. Pre. Watsa. Chairman of the Board and Chief Executive Officer. Peter M. Wollner, Presi deco and Chief Operating Officer. and Senior Vice Presidents Ronald H. Bay, Michael P. Fay. John L. Kenny. kil C. Plem Philp J. Ouvin. or any of them, shelf have the power to appoint Attorneys- IrvFa ^J. as the ousiness of the Company may require or to authorize any persons to execute on behalf of the Company any bonds, underfakings.'ecognizances, stipulations. policies, contracts. agreements. deeds and release and assignment of judgments. decrees. .ongages and instruments in the nature of mortgages and also all other instruments and documents which the business of the Company may require and to affix the seal of the Company thereto. Resolved Further That the Company seal and the Signature of any of the aforesaid officers may be alli xed by facsimile to any power of atom ey certificate of either given for the execution of any bond. undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so Saetl being nereby scooted by the Company as the original signature of such officer and the original seal of the Company, to be valid antl binding upon the Company with the same force and effect as ihougn manually affix ad In Witness Whereof, RANGER INSURANCE COMPANY has caused its official seal to be hereunlo affixed. and these presents to be signed by one of its Vice Presidents and attested by its Secretary this 19th day of December, 1995. RANGER INSURANCE COMPANY 0`' SV R A ,N CF Attest: By: OR4,*- o ca SEAL Secretary Senior Vice President - -`6 -•_ r .. ...- ° ."'` The State of Texas County of Harris On this Sid day of January, 1996 before me personally came Barbara Blasingame and John Kenny. to me known, who being by me duly sworn, did depose and say that they are the Secretary and Senior Vice President of RANGER INSURANCE COMPANY, the Company described in and which executed the above instrument; that they know the seal of the said Company; that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said corporation and that they signed their names thereto by like order. CATHERINE W. COOPER Notary Public � � � �r� ^��� MYCWtiff imsVil"e1,4&W Certificate I, the undersigned, the Senior Vice President of RANGER INSURANCE COMPANY, a Delaware corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed in the City of Houston, in the State of Texas. Dated the 9th day of June '1998 6/23/98 Expires:.. - .... (RICLPOA 01 least (Affix Seal Here) 0 0 PAGE 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05615diraiiiie WWI BOND NO.CB025694 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to ASI General Contractors hereinafter designated as the "Principal," a contract for 1997 -98 Alterations and Refurbishing of Police Facility, Contract No. 3213 in the City of Newport Beach, in strlct conformity with the plans, drawings, specifications and other Contract Documents In the office of the Public Works Department of the ON of Newport Beach, all of which are Incorporated herein by this reference. WHEREAS, Principal has executed or Is about to execute Contract No. 3213 and the term thereof require the furnishing of a bond, providing that if Principal or any of Principal' subcontractors, shall fall to pay for any materials, provisions, or other supplies sod in, upon, for, or about the performance of the work agreed to be done, or for any ork or labor done thereon of any kind, the Surety on this bond will pay the same tole extent hereinafter set forth: N W, THEREFORE, We the undersigned Principal, and *duly authorized to transact I usiness under the taws of the State of California, as Surety, (referred to herein as 'Sure -) are held firmly bound unto the City of Newport Beach, In the sum one hundred ninety se ran thousand five hundred five and no/100 dollars ($197,505.00), lawful money of the Ur ted States of America, said sum being equal to 100% of the estimated amount payable I y 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, success , or assigns, jointly and severally, firmly by these present. *National American Insurance Company,---- - T 4E CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the PrIncipal'i subcontractors, fail to pay for any materials, provisions, or other supplies, Implemai its or machinery used in, upon, for, or about the performance of the work contracte 3 to be done, or for any other work or labor thereon of any kind, or for amounts due undo r the Unemployment Insurance Code with respect to such work or labor, or for any a unts required to be deducted, withheld and paid over to the Employment Develop -mint Department from the wages of employees of the Principal and suboontr ctors pursuant to "Section 13020 of the Unemployment Insurance Code with respect t such work and labor, then the Surety will pay for the same, in an amount not sxoeedin the sum spedfied in this Bond, and also. In rase suit is brought to enforce the obllgatio s of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the p visions of Section 3250 of the Civil Code of the State of California. 0 0 PACE to TI is Bond shall Inure to the benefit of any and all persons, companies, and corporate ns entitled to file claims under Section 3181 of the California Civil Code so as to give a r1l ht of action to them or their assigns in any suit brought upon this Bond, as required y and in accordance with the provisions of Sections 3247 at. seq. of the Civil Code oft is State of California. d Surety, for value received, hereby stipulates and agrees that no change, extensior of time, alterations or additions to the terms of the Contract or to the work to be performeJ thereunder or the specifications accompanying the some shall In any wise affect its obilgaflons on this Bond, and It does hereby waive notice of any such Mange, extenslor of time, alterations or additions to the terms of the Contract or to the work or to the spiect Ications. is named the event that any principal above named executed this Bond as an Individual, It that the death of any such principal shall not exonerate the Surety from its s under this Bond. WITNESS WHEREOF, this Instrument has been duly executed by the above ncipal and Surety, on the 12th _ da Jcmano Acoustic Standards, Inc. dba ASI General Contractors Contractor (Principal) Name of National American Insurance Company Surety Name of 12707 D. Freeway, Ste. 210 Houstor. TX 77060 Address f Surety 281-87'-9393 Steven A. Swartz, Attorney -in -Fact Print Name and Title NOTARI ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTAC ED CALIFORNIA ALL -PURP(OR ACKNOWLEDGMENT 0 State of County of On(!�C74F�/o?, IPO -' before me, Data I Name and Title of Officer (e.g., 'Jane Doe. NotartGi' ") personally appeared I-Oersonally known to me — IM�Y111MI�O�Ir �MC�nw�6 o�dwA�l whose name($ is /are subscribed to the within instrument and acknowledged to me that he /sheAhey executed the same in his /heNHheir authorized capacity(ies), and that by his /herf 4& signature(a) on the instrument the person(ot), or the entity upon behalf of which the person(W acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: ld —1;z2-1� Number of Pages: 1-21 Signer(s) Other Than Named Above: �Yqx._e- Capacity(ies) Claimed by SignerW Signer's Name: Individual Corporate Off i r Title(s): Bdz P. Partner — Limited ❑ General Attorney -in -Fact Trustee C Guardian or Conservator Other: Top of thumb here Signer Is Representing: Signer's Name: Cl Individual Corporate Officer Title(s): C IJ Partner — ❑ Limited , General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1995 National Notary Association • 8236 Remmet Ave.. P.O. Box 71 84 • Canoga Park. CA 913094184 Prod. No. 5907 Reorder: Ceti Toll-Free 1- 800-8]6 -682] CALIFORNIA ALL - PURPOSE I.:NOWLEDGMENT 0 State of California Cou�f Orange �y _...__... _ ............. On � D before me, N. Swartz,_ Notary Public Nen,c -,nJ LtIC OI Oihnsle.q. JSnc NVb, Hntlry P,19¢1 personally appeared _- __Steven A. Swartz 19 personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within Instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person.(s), or the entity upon behalf of which the person(s) acted, executed the instauTl*ftt -1 N. SWARTZ WITNE4dj COMM. # 1 167840 D Navy PYOIIC 1 167 u oMNGE COuN7Y My Cemmluwn a.p. 1130/02 Sigro¢,re of OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached 09" ument Title or Type of Document: Document Date: _ __ _ _.. / „ ..,,. -_ Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: –Steven -A--Swartz - _ __ Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): _ __ - -__ ❑ Partner — ❑ Limited I 1 General � l Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: National American Insurance Canpany 1313- 1133 9/97 !J Individual I I Corporate Officer I Partner — ! ! Limited I I General 1 Attorney -in -Fact I Trustee ` Msk�m I ! Guardian or Conservator Top of thumb here I 1 Other: Signer Is Representing: NATIONAL AMERICAN 1 'FRANCE COMPANY w FIR OF .ATTORNEN" OMAHA, NEWSKA i Jortano Acoustic Standards, Inc. dba PRINCIPAL ASI General Contractors EFFECTIVE OATEOCtOber 12, 1998 3890 Walnut Avenue Chino CA 91710 ,STREET ADQRESSI iCITYI (Sf4TE1 OpcOOE, CONTRACTAMOUNT $197,505.00 AMOUNT OF BOND $1971505'00 POWER NO. CB 025694 KNOW ALL MEN BY THESE PRESENTS: That the National American Insurance Company, a corporation duly organized under the laws of the State of Nebraska, having its principal office in the city of Chandler, Oklahoma. pursuant to the following resolution. adopted by the Board of Directors of the said Companv on the 8th day of July, 1987, to wit: "Resolved, that auy officer of the Company .shall have aufhoriiv to make, execute and deliver a Power of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of any officer r nd the Seal of the Companv may he affixed to anv such Power of Aitornev or any certificate relating thereto by facsimile, and anv such Power of Attorney or certificate bearing such facsimile .signature or facsimile seat shall be valid and binding upon the Companv and any' such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Companv in the future with respect to anv bond or undertaking to which it is attached." National American Insurance Companv do =s hereby make, constitute and appoint STEVEN A. SWARTZ.NICKI SWARTZ_OR PATRTCTA MINDER _ State of CALIFORNIA_ — its true and lawful attorney(s) -in -fact, with full power and authority herebv conferred in its name, place and stead, to sign, execute. acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. And to bind National American Insurance Companv thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the NatiDnaf American Insurance Companv, and all the acts of said Attorneys) pursuant to the authority herein given, are hereby ratified and confirmed. IN WITNESS WHEREOF, the National American Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. NATIONAL AMERICAN INSURANCE COMPANY P4rP `oP.onarm9 om �/ /L C%"�iT ��'YYYVVV /// n iCFAI ; W. Brent LaCerc, Chairman 6 Chic( F.xeruli.e Officer o J a a STATE OF OKLAHOMA ) SS: COUNTY OF LINCOLN ) On this 8th day of July, A.D. 1987, before me personally came W. Brent LaCere, to me known, who being by me duly sworn, did depose and say; that he resides in the County of Lincoln, Stale of Oklahoma; that he is the Chairman and Chief Executive Officer of the National American Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said cor- poration; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. STATE OF OKLAHOMA) COUNTY OF LINCOLN J SS: 1, the undersigned, Assistant Secretary of the Nt1fi6nal American Insurance Company, a Nebraska Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF'ATTOR . EY remains in full force. Signed and Sealed at the City of Chandler. Dated the 12th day of October .19 98 P P �yax +/f 5 91^ // I m ^ wtnir,m F.. Mendenhen, Assistain Secrelan a E.. 3 6 a ?OTAF,,F9 vuhr oe Notary Public o•" My Commission Expims August 31. 1999 STATE OF OKLAHOMA) COUNTY OF LINCOLN J SS: 1, the undersigned, Assistant Secretary of the Nt1fi6nal American Insurance Company, a Nebraska Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF'ATTOR . EY remains in full force. Signed and Sealed at the City of Chandler. Dated the 12th day of October .19 98 P P �yax +/f 5 91^ // I m ^ wtnir,m F.. Mendenhen, Assistain Secrelan a E.. 3 6 • • PAGE 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BOND NO. CB025694 •- �� :era Th4premium chafes on this Bond is 3 4,938.00 being at th rate of $ 25.0 - - - - - - -- oer thousand of the Contract price. W EREAS, the City Council of the City of Newport Beach, Stale of California, by motion ad pted, awarded to ASI General Contractors, hereinafter designated as the " Princpal" a contract for 1997 -98 Alterations and Refurbishing of Police Facility, Contract No. 3213, In the City of Newport Beach, in strict conformity with the plans, drawings, specificatIc ns, and other Contract Documents maintained in the Public Works Department of the City 1 Newport Beach, all of which are Incorporated herein by this reference, WF EREAS, Principal has executed or Is about to execute Contract No. 3213 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; State of of Newpi nof100 c being eq Newport we bind and save well and provided specified, defend, a as therel ., W, THEREFORE, we, the Principal, and National American Insurance duly authorized to transact business under the laws of the dlfomia as Surety (hereinafter "Surety "), are held and firmly bound unto the City t Beach, in the sum of one hundred ninety seven thousand five hundred five and liars (5197,505.00), lawful money of the United States of America, said sum sl to 100% of the estimated amount of the Contract, to be paid to the City of leach, its successors, and assigns; for which payment well and truly to be made, irseives, our heirs, executors and administrators, successors, or assigns, jointly illy, firmly by these present. E CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the heirs, executors, administrators, successors, or assigns, fail to abide by, and truly keep and perform any or all the work, covenants, conditions, and s In the Contract Documents and any alteration thereof made as therein in Its part, to be kept and performed at the time and In the manner therein and In all respects according to its true intent and meaning, or falls to indemnify, save harmless the City of Newport Beach, Its officers, employees and agents, stipulated, then. Surety Will faithfully perform the same, in an amount not the sum specified in this Bond; otherwise this obligation shall become null and 0 0 PAGE 18 As part of the obligation secured hereby, and in addition to the face amount specified I this Performance Bond, there shall be Included costs and reasonable expenses and fees, including reasonable attomeys fees, Incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Sut ety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall In any way affect its obligations on this Bond, and It does hereby waive notice of any such change, extension of time, alts tions or additions of the Contractor to the work or to the specifications. Thi Faithful Performance Bond shell be extended and maintained by the Principal In full forct and effect for six (8) months following the date of formal acceptance of the Project by Ihe City. In Ina event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN NITNESS WHEREOF, this instrument has been duly executed by the Principal and Surft above named, on the 12thday of October 1998, n � - Acoustic Standards, Inc. dba feral Contractors 1 American Insurance Company Name of 12707 N.1 Freeway, Ste. 210 Houston,l TX 77060 Address or Surety 281 -817 -9393 Agent Steven A. Swartz, Attorney -in -Fact Print Name and Title NOTARTI ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE CALIFORNIA ALL -PURP09L ACKNOWLEDGMENT ,Cr .cy'.c'r:c.C.cC,C_X xc crc<'� i State of ( /d 'o-le4AhoZ.- ._1 County of �I v � On �iX l�P� before me, i� Cale r l n Name and T,lle of Office, (a.g.. 'Jane OOe, Nykiry Peolic') personally appeared Te ersonally known to me ■p IAWI�>t� CetwrrM1111M111 ►tows *bo -0111 ►MCaCrew w�M�it0.�1 Name(s) of Signer(s) / to be the person(k) whose name(!• is /ere subscribed to the within instrument and acknowledged to me that he /s#e44ey.executed the same in his /hiefil it authorized capacity(iea), and that by his /haWthieir signature(e1 on the instrument the person(g), or the entity upon behalf of which the person(dk) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required bylaw it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attach Title or Type of Document: Document Date: 1n — /� —j�� Number of Pages: e2 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(po Signer's Name: Individual Corporate Off,i�c} r Title(s): /12QuJ�de, Partner — ❑ Limited --General Attorney -in -Fact Trustee J Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: Individual Corporate Officer Title(s): Partner — 71 Limited � General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1995 National Notary Association • 8236 Rommel Ave.. P.O. Box 71 114 • Canoga Park. CA 91909 -71110 Pnod. No. 5907 Reorder: Call Toll -Free 1 M.876 61ID TO: Newport B�� Police Department - PUBLIC (name anury) • ENTITY (subdivision, if applicable) 870 Santa Barbara Drive (street or P.O. box) Newport Beach, CA 92660 -6303 (city) (state) (zip) GENTLEMEN: Newport Beach Police Department (insert location and general description of public work) Furnish and Install Briefing Room Seating This public work is being performed pursuant to ORIGINAL CONTRACT# entered into between you and ASI General Contractors the original or reputed original contractor for such improvement. Pursuant to Section 3185 of the California Civil Code, enclosed is the sum of TWO DOLLARS ($2.00), in the form of a check or money order, to cover the cost of notification of completion or cessation. Please send said notice of completion or cessation to the undersigned. SINCERELY, Sierra School Equipment Company (signature of claimant or agent) V ica- Prasirlant (title) P.Q. Box 80667 (street or P.O. box) Bakersfield, CA 93380 -0667 (city, state, zlp) DATED: January 20, 1999 Telephone: ( 805) 399 -2993 Contractor's License lf 422359 DECLARATION OF SERVICE I, Patrick G. McDermott declare that I served the above Request for Notice of Completion/ Acceptance or Cessation by first class registeredlcertified mail, postage prepaid, on the public entity at the above address, on Jan. 20 19 99 . I declare, under penalty of perjury, that the foregoing is true and correct. Executed on January 20, 1999 Signature of person making se Bakersf ield ATTACH RECEIPT OF CERTIFIED OR REGISTERED MAIL WHEN RETURNED California whib-NmlZ &" COPY, Q"-Re Cavr YFR, Inc. - FORM FF CALIP0I0A PRELIMINARY 20 -DAY IfTICE (For use on Private Works and Public Works See Civil Code § 3097, 3098 and 3111) PERSON PURNISNWO LABOR, SERVICES EQUIPMENT OF MATERIAL DESCRIPTION OF IABOR, SLRVICPS, DQUIpmeur OR MATERIAL SUPPLIED, OR 10 BC SUPPLIED Sierra School Equipment Company (NAME) Furnish and Install Briefing Room P.O. Box 80667 (ADDRESS) Seating Bakersfield, CA 93380 -667 THE ABOVE WAS PURNISIIDD TO: (C11Y) (STATIB (ZIP) Newport Beach Police Department TO: OWNER, REPVI'LTl OWNER, OR PUBLIC AOPIJCY (NAME) Ne, ^,,pert Peach Police Department_ 870 Santa Barbara Drive (ADDRESS) (NAME Same 870 Santa Barbara Drive (ADDRESS OF toe srrP.) (ADDRESS) Newport Beach, CA 92660 -6303 Newport Beach, CA 92660 (CITY) (STATE) (ZIP) (CRY) (STATIB (ZIP) An estimate of the total price of the labor, survices, equipment or Cenmuetion Las No. _. (if known) materials furnished or to be finished is: TO: PRIME CONTRACTOR OR REPUTED OR ORIOINAL CONTRACTOR ASI General Contractors (NAMM 3890 Walnut Avenue (ADDRESS) Chino, CA 91710 -3840 (CRY) (STATE) (ZIP) TO: CONSTRUCTION LENDER OR REPUTED CONSTRUCTION LENDUR None (HAMM (CRY) Dattd: Telephone: 805/399-2993 (STATE) (ZI19 Vice - President S 11,996.00 (Dollar amount must be furnished to construction lender - optional as to Owner m Contractor) Trust Funds to which SopplemenGl Fringe Dencfita are Payable. N/A (name) (address) (none) (address) (name) NO'11CF TO PROPIMTY OWNER (address) If bills are not paid in full for the labor, services, equipment, or mamials fumtsltal or to be fornblhed, s mechanies lien ksnDng to the Joss, duw`h meat foreclosure promedings, of all a pert of yma property being and Improved may be placed against die property even though you hate paid your contractor in f411 You may wish to protect yourself against this mmucquerhce by (1) requiring your mntratoor to furnish a signed release by the person or Arm giving Pon this notice before making payment to your eontracYur or (2) any other method or device which b appropriate under dee cimrmstances. Pn00F OF SETS V ICE ArVID AV IT_ (SECTION 9097.1, CALIFORNIA CIVIL CODE) L Patrick G. McDermott ,acct.rawat laervcdcvpics of di. .hnve PRELib111:ARY 14011Ce rohack appropriate box), (a) ( 1 By Personally delivering copies to (name and use of person served) at (Address) on (date), at (time). (b) V) By Vital Class Cenificd or Rgistered Mail service, postage prrpaid, Wdreucd to each of the polies at dm address showa above an 1 deehre under peralq or perjury dut the finegomg Is We and correct. Signed at 3akersf field ,ca6rornis, on January 20 19 99 (ATTACH RECEIPTS OF CERTIFIED OR REGISTERED MAIL WHEN RF.TIIRNED) SIONATURB OF PLR$f)N MAKING SERVICE SERVICE OF 20 -DAY PRELIMINARY NOTICE Service of the Preliminary Notice is most Important. Failure to serve the notice properly will most likely result In ■ determination that the Preliminary Notice was served Improperly and keep you from recording a valid Mechanic's lien. Preliminary Notices arc generally served In one of two ways. 'tire first [shy personal service and the second is by Plrst Class Certified or Registered Mail with a return receipt. Whether you chose the first method or the second method, a Proof of Service Affidavit must be filled out by all persons and /or entities who serve the Preliminary Notice. I he Proof of Service Affidavit Is found on the bottom of the Preliminary Notice. Personal service of a Preliminary Notice is the actual handing of the Preliminary Notice to the following three persons or entities: 1) owner, reputed owner, or public agency; 2) the prime contractor or reputed or original contractor; and 9) the construction lender or reputed construction lender. Service by mail must he done by certified or registered mail with a return receipt. The law provides that you must mail in this manner. The law does not provide that the mulling must be accepted by the recipient. Therefore. If the certified or registered mail envelope is refused, you should lake the return envelope and put it in your Job file and keep It there sealed. if you chose to serve by mailing, you must serve all three of the persons and /or entitles referred to above and then attach the receipts of the certified or registered mail to your copy of the Preliminary Notice when returned. The time period in which you should serve your 20 -Day Preliminary Notice is within twenty (20) days of when you first provide labor or supply materials to the Job she. raaMSVRUMIMC Uo,. 19911 0 (s) CITY OF NEWPORT BEACH NEWPORT BEACH, CA 92663 0 CASH RECEIPT RECEIPT NUMBER: 02000184559 RECEIVED BY: PERRY2 PAYOR: SIERRA SCHOOL EQUIP TODAY'S DATE: 02/02/99 REGISTER DATE: 02/02/99 TIME: 14 :40:42 02105812 CITY CLERK -SALE $2.00 --------------- - TOTAL DUE: $2.00 CASH PAID CHECK PAID CHECK NO TENDERED CHANGE $.00 $2,00 26041 $2.00 $.00 • 0 ,q RECORDING REQj1BSE[rBS'111�ND WHEN RECORDED RETURN TO: City Clerk .99 !Illy 11 A 9 :42 City of Newport Beach 3300 Newport Pfl vard.. Newport Recorded in the County of Orange, California Gary L. Granville, Clerk /Recorder IIIIIIIIIIIIIIIIIlIIIIIIIIIIIIIIIIIII11111111111111111111 Jill 1111 No Fee 19990418839 10:24am 06/07/99 005 7023460 07 26 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and ASI General Contractors of Chino, California, as Contractor, entered into a Contract on June 22, 1998. Said Contract set forth certain improvements, as follows: 1997 -98 Alterations and Refurbishing of Police Facility, C -3217 Work on said Contract was completed on April 12, 1999, and was found to be acceptable on May 24, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Ranger Insurance Company. BY L� Public Works 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 _ �� C� �7 , � % / / , at Newport Beach, California. BY( ".� /))./liirl(��it',Z to City Clerk I` 0 MAY 2 4 APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department & Police Department May 24, 1999 CITY COUNCIL AGENDA ITEM NO. ] o SUBJECT: 1997 -98 ALTERATIONS AND REFURBISHING POLICE FACILITY, CONTRACT NO. 3217 - COMPLETION AND ACCEPTANCE 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: On June 22, 1998, the City Council authorized the award of the 1997 -98 Alterations and Refurbishing Police Facility, Contract No. 3217 to ASI General Contractors of Chino, California. The contract provided for the refurbishment of the briefing room and the men's/women's looker rooms at the police facility. The contract has now been completed to the satisfaction of the Public Works Department and the Police Department. A summary of the contract cost is as follows: Original bid amount: $197,505.00 Actual amount of bid items constructed: 197,505.00 Total amount of change orders: 42,192.42 Final contract cost: $239,697.42 The final overall construction cost including change orders was 21.4% over the original bid amount. The Interim City Manager approved construction costs overrun exceeding the 10% Council Policy threshold over the approved original contract award cost. A total of four (4) change orders were issued to complete the project. They were as follows: 1. A change order in the amount of $2,985.40 provided for the installation of quarry tiles in the locker rooms. 2. A change order in the amount of $2,296.00 provided for the substitution and installation of seating in the briefing room. SUBJECT: 1997 -98 Alterations an*.rbishing Police Facility, Contract No. 3217 -Colon And Acceptance May 24, 1999 Page 2 3. A change order in the amount of $22,532.57 provided for miscellaneous plumbing and electrical modification to meet ADA and current Building Code standards. 4. A change order in the amount of $14,378.45 provided for installation of emergency wiring lighting, addition of shelves & mirrors, fabricate & install locker end panels, shower curtains, paint & patch work stations and other items of work. Funds for the project were budgeted in the General Fund - Account No. 7011- C1820037 (Police Facility Maintenance Program). All work was completed on April 12, 1999, the scheduled completion date. Respectf y submitted, POLICE DEPARTMENT Bob McDonell. Chief By. 4�yl— Z &:i✓ Horst Hlawaty, P.E. ' Construction Engineer • \VAS 1\SYS \UseMWBW%Share COUNCIL\FY9 &99U y- 24Wolice Faalily C- 32174m 11 CALIFORNLWTWENTY DAY PRELII\WARY NOTICE II PREPAREDPOR 7YIECLr17MANTBY. - ASSET RESEARCH SERVICES, INC. P O Box 50057 Phoenix, Arizona 85076 602 - 9404290 Toll free 1- 800 - 783 -9636 Fax 602496 -5735 s� Jv'#ICM"IOANCE WITH SECTION 3097 AND 3098, CALIFORNIA CIVIL CODE • • • THIS IS NOT A LIEN. ••• THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR -99 FEB —5 A9 :02 NOTICE IS HEREBY GIVEN that: OWNER OR REPUTED OWNER OR PUBLIC AGENCY ACOUSTICAL MATERIAL SERVICES � 117 OFF i = ;'t l it. Y CLF 1620 S MAPLE AVENUE Cti .`i °l7 "Ill lCI�1MfHNEWPORT BEACH .. 360 NEWPORT BOULEVARD MONTEBELLO CA 90640 NEWPORT BEACH CA 92658 213 721 -9011 CERTIFIED MAIL # Z 917 719 856 Has or will Furnish labor, services, equipment, or materials, generally described as: CEILING TILE, DRYWALL, DOORS & RELATED PRODUCTS To be furnished or furnished for the building, structure or the work of improvement 870 SANTA BARBARA DRIVE NEWPORT BEACH, CA ORANGE COUNTY, CALIFORNIA NEWPORT BEACH P.D. PO #7658 Name of Person or Film who contracted for purchase of the labor, services, equipment, or materials is: ACOUSTIC STANDARDS INC 3890 WALNUT AVENUE CHINO CA 91710 -3048 909 517 -1133 An estimate of the total price of said labor, services, equipment or materials is: 82000.00 ••• NOTICE TO PROPERTY OWNER ••• IF BILLS ARE NOT PAID W FULL FOR THE LABOR, SERVICES, EQUIPMENT OR MATERIALS, FURNISHED OR TO BE FURNISHED, A MECHANIC'S LIEN LEADING TO THE LOSS, THROUGH COURT FORECLOSURE PROCEEDINGS, OF ALL OR PART OF YOUR PROPERTY BEING SO IMPROVED MAY BE PLACED AGAINST THE PROPERTY EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL. YOU MAY WISH TO PROTECT YOURSELF AGAINST THIS CONSEQUENCE BY: (1) REQUIRING YOUR CONTRACTOR TO FURNISH A SIGNED RELEASE BY THE PERSON OR FIRM GIVING YOU THIS NOTICE BEFORE MAKING PAYMENT TO YOUR CONTRACTOR OR (2) ANY OTHER METHOD OR DEVICE THAT IS APPROPRIATE UNDER THE CIRCUMSTANCES, DATED 02/02/1999 ASSET SErICE S, INC. as Limited Agent BY FOR: ACOUSTICAL MATERIAL SERVICES Doc #423220 CP8ND Rws #8 Batch #3041 \1 \15:08 \A 0-COPY LENDER OR REPUTED LENDER * * ** OWNER FINANCED * * * ** CERTIFIED MAIL # ORIGINAL OR REPUTED ORIGINAL CONTRACTOR A S I GENERAL CONTRACTORS 3890 WALNUT AVENUE CHINO CA 91710 -3048 909 517 -1133 CERTIFIED MAIL # Z 917 719 857 SUBCONTRACTOR with whom claimant has contracted ACOUSTIC STANDARDS INC 3890 WALNUT AVENUE CHINO CA 91710 -3048 909 517 -1133 ALSO NOTIFIED TENANT OR BONDING AGENT NATIONAL AMERICAN INSURANCE COMPANY 12707 N FREEWAY #210 HOUSTON TX 77060 Z 917 719 858 Date 5 q Copies Sent To: ❑ Mayor ❑ Council Member ❑ Manager Artttoo/rney 'NICE le IFITS A- TAUSTFONDSTOWHICHSUPPLEMENTA7�lINGEBENSFITS ABLB ACST- 000031 INV 244033 ASSET RESEARCH SERVICES, INC. IS ACIING ONLYAS LIMITED AGENTFORTHE CLAIMANT AND HAS ND AUTHORITY BEYONDTHE PREPARATION OP DOCUMENTS NECESSARYTO IMPOSE A CLAIM OF LIEN. THE ABOVE INFORMATION NEEDS VERIFICATION PRIOR TO FILING A LIEN 0 1995 ASSET RESEARCH SERVICES, INC. 0 0 899Z6 VO HOV38 JLUOdM3N OaVN3lf108 1llOdM3N 00££ HOV38 .LEIOdM3N d0 AIIO OZZ£Zti #(3NSd3 130IION AHVNIWll3ad AVa AlN3Ml VINa03I -IVO :J.NVl8OdWl LS00 -9L058 euomy xivaoyd LS00S xO8 00WO 3sOd ao0i0 uiew 998 6LL LL6 Z -OUP 'SODIAJOS 4Weasay IOSSV CITY OF NEWPORT BEACH NOTICE INVITING BIDS City Clerk Copy PAGE Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, CA 92658 -8915 until 4:00 p.m. on the 10th day of June. 1998, at which time such bids shall be opened and read for 1997 -98 Alterations and Refurbishing of Police Facility Contract No. 3�13321� Prospective bidders may obtain one set of bid documents at the Police Department, 870 Santa Barbara Drive, Newport Beach, CA 92660. For further information, call Lisa McBroom. FacilityManager at (949) 644 -3655. PAGE CITY OF NEWPORT BEACH POLICE DEPARTMENT 1997 — 98 ALTERATIONS AND REFURBISHING POLICE FACILITY CONTRACT NO. 3213 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS " BIDDER'S BOND ' DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 1 The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5.. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. • 0 PAGE 3 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. #461524 — B Contractor's License No. & Classification ASI GENERAL CONTRACTORS Bidder vL' uthorized bjgn Kerfltle June 10, 1998 Date 0 0 PAGE 5 CITY OF NEWPORT BEACH POLICE DEPARTMENT 1997 - 98 ALTERATIONS AND REFURBISHING, POLICE FACILITY CONTRACT NO. 3213 DESIGNATION OF SUBCONTRACTOR(a) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor 1835 Whittier Ave. 4F -11 Address J.B. Ford Costa Mesa, CA 92627 9929 Wilbert St. #D 1. Briefing Rm. Seating Specified Prod. Inc. San Diego, CA 92131 251 Calle Pintoresco 2. Cabinet San Juan Creek Cab. San Clemente, CA 92673 i=7 10. ASI General Contractors Bidder President Signatureliitl'e 1835 Whittier Ave. 4F -11 3. Plumbing J.B. Ford Costa Mesa, CA 92627 3501 E. La Palma Ave. 4• Partitions Penner Anaheim CA 92806 13146 Firestone Blvd. 5. Workstations McDowell -Craig Norwalk, CA 90650 Engineered Storage 15034 E. Proctor Ave. 6, Lockers Systems, Inc. City.of Industry, CA 91746 Commercial 1761 Reynolds Ave. 7. Floor Covering Interior Resources Irvine, CA 92614 1141 N. CCA 8. Electrical Exec. Lighting Co. 9 9 Anaheim, CA 92806 92 i=7 10. ASI General Contractors Bidder President Signatureliitl'e r PAGE 6 CITY OF NEWPORT BEACH POLICE DEPARTMENT 1997 - 98 ALTERATIONS AND REFURBISHING, POLICE FACILITY CONTRACT NO, 3213 TECHNICAL ABILITY AND EXPERIENCE REFERENCE The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number SEE ATTACHED ASI General Contractors Bidder • PARTIAL LIST OF CLIENTS ABLESTIK LABORATORIES, Rancho Dominguez, CA Work Industrial Addition - Constructed Lab & Misc. 1995 Contact Lee Muncie - Plant Manager (310)761 -4862 PENSKE TRUCK LEASING Work Construct 2 -Story Building Remodel Corp. Off.; truck leasing facilities 1996 Contact Joe Berretta - West Coast Construction Director (714)572 -6277 WEST MAIN ANIMAL HOSPITAL, Alhambra, CA Work New Construction /Addition - Turn -key 1995 Contact Dr. Frics - Owner (818)282 -2179 CENTRAL STATION SECURITY SYSTEMS, Anaheim, CA Work 2 -Story tenant improvement Contact Bob Johnson, President, CEO (714)956 -6330 MARTIN LORAL, Rancho Santa Margarita, CA Work Industrial/Tenant Improvements On -going Projects 1989 Contact Bob Ray, Senior Facilities Engineer (714)459 -4403 OTTO INSTRUMENTS, Ontario, CA Work Tilt -up Concrete Building 20,000SF 1994 Contact Rick Otto - Owner, CEO (714)986 -6624 . • ARCO PRODUCTS COMPANY -L.A. REFINERY Work Onsite employee gymnasium 1996 Contact Sandy J. Burt, Senior Buyer (310)816 -3475 McMULLEN ARGUS PUBLISHING INC. Work Tenant Improvement Multi- floors - currently working on moving corp. offices to new facility 1997 Contact Jerry Dexter, Dir. Of Special Projects (714)572 -2255 ext. 130 HAWTHORNE SCHOOL DISTRICT Work T -bar ceilings- seismic upgrades 1997 Contact Romero Management Gene Graves, (805)940 -0540 HAWTHORNE SCHOOL DISTRICT Work Gutted bldg. & completed renovation for relocation of District Offices 1998 Contact Reed Sympson (310)675 -5100 NEWPORT BEACH POLICE DEPT. Work Misc. Construction including remodeling of shooting range & dispatch center 1996 -97 Contact Lisa McBroom (714)644 -3655 0 0 PAGE 7 CITY OF NEWPORT BEACH POLICE DEPARTMENT 1997 - 98 ALTERATIONS AND REFURBISHING, POLICE FACILITY CONTRACT NO. 3213 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) Vincent N. JonerEbeing first duly sworn, deposes and says that he or she is President of ASI General Contractors , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the Statq of California and correct. / ASI GENERAL CONTRACTORS Bidder '-Authorized 'Sig Co��ry o� aeaNy< Subscribed and sworn to before me this to day of _ [SEAL] the foregoing is true n4 VAX604 WaE My Commission Expires:_ /- /S'c'rod eomrr**nI 1DW= raorayame— ca�tAf 0 0 w�- i • PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1997 -98 ALTERATIONS AND REFURBISHING OF POLICE FACILITY CONTRACT NO. 3213 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt of Notice of Award to the successful bidder: CONTRACT' LABOR AND MATERIALS PAYMENT BOND FAITHFUL PERFORMANCE BOND CERTIFICATE(S) OF INSURANCE GENERAL LIABILITY INSURANCE ENDORSEMENT AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. r 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1997 -98 ALTERATIONS AND REFURBISHING OF POLICE FACILITY CONTRACT NO. 3213 CONTRACT THIS AGREEMENT, entered into this day of June, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and ASI General Contractors, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: 1997 -98 ALTERATIONS AND REFURBISHING OF POLICE FACILITY Project Description 3213 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3213, Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents, 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: 0 • PAGE 10 All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred ninety seven thousand five hundred five and no /100 dollars ($197,505.00). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the Final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Horst Hlawaty (949) 644 -3311 6. LABOR CODE 3700 LIABILITY INSURANCE Contract, hereby certifies: CONTRACTOR ASI General Contractors 3890 Walnut Avenue Chino, CA 91710 Attention: Vincent Jones (909) 517 -1133 Contractor, by executing this "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self- insurance in accordance with the PAGE 11 provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 7. INSURANCE (a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. Minimum Limits of Insurance Coverage limits shall be no less than: 1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 0 0 PAGE 12 2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. PAGE 13 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this • 0 PAGE 14 Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APR,, VIED AS TO FORM: i CITY ATTORNEY CITY OF A Munich M Mayor CONTRACTOR Puthorized ignat re and Title A: r"tD CERTIFICA F UAB LITY INSU NCE DATE (MM OD YY, n 10/20/1998 PRODUCER (949) 582 -5220 FAX (949) 582 -3512 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P I B Insurance Agency Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26441 Crown Valley Pkwy, #100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mission Viejo, CA 92 690 -905 5 .. -., (; COMPANIES AFFORDING COVERAGE COMPANY RANGER INS. CO. /NELSON GORDON & JAMES Attn: Kathy lesser w <�_✓ "' —_Ext +'� ' A .2071 INSURED•" ASI General Contra for NGQ� Z COM g PANY SAFECO INSURANCE COMPANY OO COMPANY GREENWICH INS. /DEANS & HOMER 3890 Walnut Avenue C Chino, CA 91710 COMPANY RLI INSURANCE CO /NELSON GORDON & JAMES D 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 CLAMS. CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MMIDDIYY) DATE (MMICONY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPIOP AGG.$ 1,000,000 A - CLAIMSMADE X OCCUR GLO 677252 03/01/1998 03/01/1999 PERSONAL & ADV INJURY $ 1,000,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any onefire) $ 50,000 MED EXP (Any one pawn) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ X ANYAUTO 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS B SA 43138756 (Per IPerson) 03/01/1998 03/01/1999 . X HIRED AUTOS BODILY INJURY S X NON -OWNED AUTOS (Per axidenp X COMP & COLL . PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $.. AGGREGATE b EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 D .X UMBRELLA FORM OUL 0027361 03/01/1998 03/01/1999 AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILTY EL EACH ACCIDENT $ . THE PROPRIETOR/ INCL EL DISEASE - POLICY LIMIT $ PARTNERSIEXECUTIVE OFFICERSARE EXCL EL DISEASE - EA EMPLOYEE. $ OTHER CONTENTS $1,000 DED. $50,000 C 2196107 03/01/1998. 03/01/1999 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECWL ITEMS NGOING OPERATIONS OF THE NAMED INSURED. RE: CONTRACT #3213, CITY OF NEWPORT BEACH ERT HOLDER IS NAMED AN ADDITIONAL INSURED W /RESPECTS TO GL PER ACP -043 & AUTO PER IL8500 EXCEPT 10 DAYS NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM. ELLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL —30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF NEW PORT BEACH CITN: F NEW ROMERO SERLET BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATM OR LIABILITY 3300 NEWPORT BLVD. OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE NEWPORT BEACH, CA 92658 Larry Hines /KATHY AC 04 .POO, 4 0 CL 246 (11 -85) POLICY NUMBER: NAMED INSURED: GL0677252 Asi General Contractors EFFECTIVE DATE: 6/10/98 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS(FORNI B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. P.O. BOX 1768 NEWPORT BEACH,CA92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the declarations as applicable to this endorsement.) WHO IS INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. ADDITIONAL INSURED PROVISIONS IT IS AGREED THAT THE FOLLOWING PROVISION(S) AMEND THE COVERAGE PROVIDED TO THE ADDITIONAL INSURED(S) NAMED IN THIS ENDORSEMENT (S) NAMED IN THIS ENDORSEMENT AS FOLLOWS: (ONLY THOSE CHECKED APPLY) NOTICE OF CANCELLATION OR NON - RENEWAL IT IS AGREES THAT THE COMPANY WILL PROVIDE THE ADDITIONAL INSURED SHOWN BELOW WITH 30 DAYS NOTICE OF CANCELLATION OF THIS POLICY IN THE EVENT OF CANCELLATION DUE TO COMPANY ELECTION ONLY. ACP -043 (11/97) Copyright, Insurance Services Office, Inc., 1984 Ranger Insurance Company SAFEW THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL POLICY CHANGE CONIPLETE TILE FOLLOWING IF NOT ATTACHED TO POLICY WHEN POLICY IS ISSUED: POLICY NUMBER CHANGE EFFECTIVE. DAT- POLICY EXPIRATION DATE. POLICY CHANGE NO. ISSUE DATE SA 431387SB 1 3/1/98 1 3/1/99 1 10/20/98kj YOUR NAME AUMORIZED REPRESENPATI VEJDA7E ASI GENERAL CONTRACTORS Your policy is changed as ® no change in premium ❑ an additional pre of $ indicated below for: ❑ a premium to be adjusted at audit ❑ a return premium of......... THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCFIEDULE Name of Person or Organization (Additional Insured): CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 9265 Who is an insured, Section II - Liability Coverage, is amended to include as an "Insured" the persons or organization shown in the Schedule, but only with respect to liability arising out of a auto accident and occurring while operations are being performed for them by the "insured" and occurring while a COVERED AUTO is being driven by the "Insured" or one of the "insured" employees. COVERED AUTOS (Section I) is amended, but only as respects the persons or organization shown in the schedule, to symbol 2 ° OWNED AUTOS ONLY. Coverage provided by this endorsement applies only to the Liability Coverage. However, this endorsement does not extend coverage to the "insured" for any bodily injury to the "Insured" employees, nor for property damage to the "insured" property. All other terms and conditions of the policy remain unchanged YOUR AGENCY NAME SUN PACIFIC INSURANCE BRKR. INC. AGENTNO. 17 -0108 1 L 850012/87 *Reg W d ftd=ak of MFECO Capandm PRIMED 114 USA CERTIFICAT F'LIABI LITY INSU CE ' CAT E(Mm; °D VY) ".: - >. - , ..: .r:• . . �;.- . ;:,,:... ,: 06/10/1998 - . PRODUCER (949)582 -5220 FAX (949)582 -3512 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P I B Insurance Agency Inc. 9 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26441 Crown Valley Pkwy, #100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mission Viejo, CA 92690 -9055 COMPANIES AFFORDING COVERAGE COMPANY RANGER INS. CO. /NELSON GORDON & JAMES Attn: Kathy Jesser Ext: 207 A INSURED COMPANY SAFECO INSURANCE COMPANY ASI General Contractors -. B ��.' �i'�' COMPANY GREENWICH INS. /DEANS &HOMER 3890 Walnut Avenue O L �44 Chino, CA 91710 6� - �, l w Y�y � COMPANY RLI INSURANCE CO /NELSON CORDON &JAMES ( D +j THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE L OW,.. BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERMM O F ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE ED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MA HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE PoLICY NUMBER LTR POLICY EFFECTIVE'. POLICY EXPIRATION; LIMITS DATE(MWDD") DATE(MWDONY) > GENERAL LIABILITY GENERALAGGREGATE ! S 2 QQQ QQQ -- X COMMERGAL GENERAL LIABILITY i PRODUCTS- COMPl- AI 1_,000,000 I CLAIMS MADE ' X i OCCUR ; A GLO 677252 - - PERSONAL 8 ADV INJURY f 1,000,000 03/01/199803/01 /1999 OWNERS & CONTRACTOR'S PROT',_ . EACH OCCURRENCE pS 1,000,000 • : . ! i t FIRE DAMAGE (Any one fire) f 50,000 - MED EXPAny one person) ' f 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT . f X : ANY ADTO 1, Door 000 ALL OWNED AUTOS BODILY INJURY f SCHEDULED AUTOS 13 'SA 43138756 (Per person) ;03/01/1998'03/01 /1999: - - - - - :. X HIREDAUTOS BODILY INJURY f X: NON -0OMEDAUTOS (Per accident) X COMP & COLL .......... ........ _... _ .............. .. .. '' is .:.. .. ........ ........ .. .. PROPERTY DAMAGE GARAGE LIABILITY I AUTO ONLY -EA ACCIDENT : f `. ANY AUTO OTHER THAN AUTO ONLY: !...... EACH ACCIDENT; f ! .. ........... ..... .. ..........: i AGGREGATE,f EXCESS LIABILITY '', EACH OCCURRENCE is 1, QQQ QQQ D X UMBRELLA FORM !OUL 0027361 03/01/1998 ; 03/01/1999 fAGGREGATE s 0 0 000 1,,0 ._,00 ..0 OTHER THAN UMBRELLA FORM S _ WORKERS COMPENSATION AND — "TO ,Al ITS' ERH�rt •••..,. .• ( EMPLOYERS LIABILITY + ., ..... ... EL EACH ACCIDENT is THE PROPRIETOR/ '.. ._.. INCL ; ,.. . ..... ... ... j EL DISEASE SE - POLICY LIMIT f PARTNERSIE %ECIRIVE OFFICERS ARE: EXCIL EL DISEASE - EA EMPLOYEE, f OTHER CONTENTS SI,000 DED. $50,000 C ' 2196107 03/01/1998; 03/01/1999:, DESCRIPTION OF OPERATIONSILOCA ONSIVOIICLEWSPECIAL ITEMS E: CONTRACT #3213 ERT. HOLDER (OWNER) IS NAMED AN ADDITIONAL INSURED W /RESPECTS TO GL PER CC2010 11/85 ATTACHED. EXCEPT 10 DAYS NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM, ^:i'K. ,S1. �i ��t::ry l,t�r�`,ly �� a °)rvJ�:) r y.,�ti >R ,.. ,..�.�At ., ,v ,A:,:, .1 ..,'R: 31 q..�t «. n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P.O. BOX 1768 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE !/ �� NEWPORT BEACH, CA 92658 -8915 Larry Hines /KATHY ass (T�va1fi a F POLICY NUMBER: GLO 677252 COMMERCIAL GENERAL LIABILITY NAMED INSURED: ASI GENERAL CONTRACTORS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH (OWNER) CONTRACT #3213 3300 NEWPORT BLVD. P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION I N S U R A N C E FUND ,CERTIFICATE OF WORKERS' COMPENSATI,ON;,INSURANC,E This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon W days' advance written notice to the employer. XX We will also give you �6N days' advance notice should this policy be cancelled prior to its normal expiration. xX 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 pertam,;the Insurance afforded ,,by the policies described herein Is subject to all the terms; exclusions and'condiiioris of such policies. AUTHORIZED REPRESENTATIVE 'PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 81,000,000 PER OCCURRENCE. ENDORSEMENT 92065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 02/01/98 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. 0111 IT11 F VII nv4.0 ".", • 0 Page PR -1 CITY OF NEWPORT BEACH POLICE DEPARTMENT PROPOSAL 1997 - 98 ALTERATIONS AND REFURBISHING, POLICE FACILITY CONTRACT NO. 3213 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3213 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Removal of Existing Lockers, Nyg's Loq&er Roorr� 201 ree ousan @ Twpnt�r Fives Dollars and Cents Per Lump Sum 2. Lump Sum Construct New Locker Bases, MT01WIT0020nd @seven Hundred Dollars and Seventy Nine Cents Per Lump Sum 3. Lump Sum Remove and Replace Lay -In Ceiling Tiles, Men's Locker Room @ Four Thousand ' Dollars anP ven y ine Cents Per Lump Sum $ �3 r9i5 $ 12,779 $ 3,025 $ 12,779 $ 4,479 $ 4,479 0 0 Page PR -2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Clean and paint Suspended Grid System, Men's Locker Room @Four Hundred ThirtyD011ars and Seven Cents Per Lump Sum 5. Lump Sum Provide Paint and Paint All Walls, Col's and Door Frames, Me r Ig1ho? uR9oea @ Eighty Thrae Dollars and Cents Per Lump Sum $ 437 $ 437 883 883 6. Lump Sum Provide and Install 198 Lockers, Men's Locker Room @Twenty Five ThousandDollars ana Seventy Cents $ 25,970 $ 25,970 Per Lump Sum 7. Lump Sum Provide and Install Carpet, Men's Locker Room Seven Thousand @ Six Hund"d One Dollars and Cents Per Lump Sum 8. Lump Sum Provide and Install New Lighting Mn9�l�or,�er Room 3 ousan Nine BHnndred ThirtU Dollars and Cents Per Lump Sum 7,601 7,601 8,930 P 8,930 * Fixtures(egual to)providing fixture no longer manufactured 0 0 Page PR -3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. -Iu um Removal of Existing Lockers, Locker Room lars E� Lump Sum 10. Lump Sum Remove and Replace Ceramic Tile Walls and Floors, Men's Toigt and Sh�v rs even ousan ever @ Hundrad Forty Uollars and Cents Per Lump Sum 11. Lump Sum Remove and Replace Toilet and Shower Partitions, Me�7'S Toile sand Sho�nr rs & Accessories @ Hui Ye NineV °v�011arS and Cents Per Lump Sum 12. Lump Sum Remove and Replace Existing Shower Valves Men's Toilet and Showers @ One Thousand Dollars and Cents Per Lump Sum $ 7,740 $ 7,740 $ 8,195 $ 8,195 1,000 $ 1,000 13. Lump Sum Construct New Locker Bases, Women's Locker Room Five Thousand Two @Hundrad Ninatean Dollars and Cents $ 5,219 $ 5,219 Per Lump Sum 0 0 Page PR -4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. Lump Sum Removal of Existing Lockers, Wger��k�r2oomY Dollars ene and X33 Cents Per Lump Sum 15. Lump Sum Remove and Replace Lay -In Ceiling Tiles, WQLnen' hLocker Rdo ?m �Huner 1°bollars and Cent Per Lump Sum 16. Lump Sum Clean and Paint Suspended Grid System WQReSn pu og� %Room Thirteen Dollars and Cents Per Lump Sum 17. Lump Sum PrQfov�iide and Install 82 Lockers tlnevgUnc3'rke°esa�� Dollars an Cents Per Lump Sum 1,241 R 1,241 2,580 $ 2,580 213 213 $ 11,130 $ 11,130 Page PR -5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE IN 19 20. * 21 22 Lump Sum Provide Paint and Paint All Walls and Door Frames WoT Ve 6Qa7i�'I&om @ Eighteen Dollars and Cents Per Lump Sum Lump Sum Construct 7.5 Linear Feet of Non Bearing Stud Gyp Bd Part'n Wonep'%6RV �oom @ Forty Dollars and Cents Per Lump Sum Lump Sum Provide and Install New Lighting Women's Locker Room @�underedh�ifry T"8011afs and Cents Per Lump Sum Fixture (equal to)p�_ ding fixture Lump Sum Provide and Install Carpet W�nen'sRcker Rodom ree ousan Dollar: Qlir HnPAd ad and Fifty Five Cents Per Lump Sum Lump Sum Remove and Replace Ceramic Tile Walls and Floors WopbeLr�s TRWA%sPlye @ Hundred Sixty ollafs and Cents Per Lump Sum $ 518 $ 518 $ 640 $ $ 3,230 $ no longer manufactured 3,230 $ 3,455 $ 3,455 i, , :.• .• Page PR -6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. Lump Sum Remove and Replace Toilet and Shower Partitions WqTeFr@''S NoeUpAcc howers @FiS�e Hundred Dollars andEleven Cents $ 3,511 $ 3,511 Per Lump Sum 24. Lump Sum Remove and Replace Existing Shower Valves Wore � 'SSTp�'IetpdcShowers @ TwntV Fnvee Dollars and Cents $ 825 $ 825 Per Lump Sum 25. Lump Sum Remove and Replace Lay -In Ceiling Tiles, Briq,wng gTsand Five @ Hrmdred Sixty Dollars and Cents $ 2,565 $ 2,565 Per Lump Sum 26. Lump Sum Clean and Paint Suspended Grid System Bripsf& �niiared @ Twenty Five Dollars and Cents $ 225 $ 225 Per Lump Sum 27. Lump Sum Provide and Install New Lighting Bri%fyv T1 @%and El ht @ Hundred Forty HoIllars and Cents $ 6,840 $ 6,840 Per Lump Sum * Fixture (equal to)providing fixture no longer manufactured. Sw., F.77 Page PR -7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Paint All Walls and Door Frames, Briefing Room Four Hundred Dollars @ Eight Six and _ Cents Per Lump Sum 29. Lump Sum Provide and Install New Cabinets Briefing foom c� a� @ HundreuuHR9tyl uollarS and ree Cents Per Lump Sum 30. Lump Sum Provide and Install New Work Stations, BriEefin$ om 1Re �p Hun re oHir yN NV and -Cents Per Lump Sum 31. Lump Sum Provide and Install New Fixed Seating, {f Bri4TrA'%ousand F'v Hundred Saventvl5olars and Cents Per Lump Sum 32. Lump Sum Provide and Install New Dry Marker Board, Brignp e Hundred @ eighty six Dollars and Cents Per Lump Sum 33. Lump Sum Provide and Install New Waste Line, Garage @ oar �hosP9d Dollars and Cents Per Lump Sum $ 1,983 $ 1,983 $ 4,934 $ 4,934 9,570 $ 9,570 $ 386 $ 386 $ 4,500 $ 4,500 Total price for the work of the Men's Locker Room Items 1 Thru 9 Sixty Four Thousand One Dollars and Hundred Four 11 Total price for the work of the Men's Toilet and Showers Items 10 Thru 12 Sixteen Thousand Nine Hundred0ollars and 00 T arty Five Total price for the work of the Women's Locker Room Items 13 Thru 21 Twenty Eight Thousand Two Dollars and 00 Hundred wen y Liix Total price for the work of the Women's Toilet and Showers Items 22 Thru 24 Nine Thousand One Hundred Dollars and 00 Ninety Six Total price for the work of the Briefing Room Items 25 Thru 32 Twenty Six Thousand Nine Dollars and Hundred Eighty Nine Total price for the work of the Garage Items 33 Thru 33 Four Thousand Five Hundred Dollars and 11 11 Missing Items: 34.Rehand (2) Doors .... $1,000 36. 35. Install Carpet @ Briefing Rm...$6,220 TOTAL PRICE IN WRITTEN WORDS 37. One Hundred Ninety Seven Thousand Five Hundred Five Total Price_. Cents ($ 64,104 ;. 00 ) Cents ($ 16,935 00 ) Cents ($ 28,226. 00 Cents ($ 9,196. 00 Cents ($ 26,989. 00 ) Cents ($ 4,500 00 1 Remove & Relocate (2) Sinks .... $4,500 Profit & Overhead $ 35,835.00 & General Conditions Bidder's Name ASI GENERAL CONTRACTORS 3890 walnut Ave. Bidder's Address Chino, CA 91710 Bidder's Telephone Contractor's License No. & C Date (909)517 -1133 $197,505.00 • C3 ,Y) CITr COUNCIL AGENDA ITEM NO. 17 CITY OF NEWPORT BEACH POLICE DEPARTMENT June 22, 1998 r: _ e TO: Honorable Mayor, Members of the City Council and City Manager FROM: Bob McDonell, Chief of Police C 3�1q SUBJECT: Briefing & Locker Rooms Refurbishment— Bid Award RECOMMENDATIONS: 1. Approve the plans and specifications (available at the Police Department and in the Council Conference Room during your meeting on June 22 "d) 2. Award the bid to AS[ for the total price of $197,505 and authorize the City Manager to execute a contract subject to the City Attorney's approval as to form. a. Fund the additional $26,910 required and attributed to unanticipated improvements in the women's locker room from the FY '98 -99 Police Facility Maintenance Program account number C1820037. BACKGROUND: The Police Department originally planned a rehabilitation project which included the briefing room and men's locker room only, deferring similar work on the women's locker room for a later project, since the latter area had received some improvements subsequent to the original building construction. (The men's locker room has not received any attention in the 24 years that the Police Department has been located at this site.) The areas have been used extensively and are in need of the improvements as outlined in the bid specifications. Our original estimate for this project was $165,000, and was included in the current capital budget. After consulting with our Building Department during the specific project design phase, we were made aware that there are Americans with Disabilities Act (ADA) regulations requiring a project like this to include a plan to upgrade both the men's and women's facilities, so that the work done is not gender specific. In essence, once a restroom/locker room facility undergoes remodeling, it must come into compliance with current ADA regulations, thereby requiring us to include both the men's and women's facilities. Accordingly, the Briefing and Locker Alms Refurbishment • Page 2 scope of the project was modified to include the women's facility as a separate • bid component. On June 3, 1998 at 2:00 p.m., the Police Department hosted an advertised bidder's conference for interested contractors with architectural plans and specifications approved by the Public Works and Building Departments. At the close of the bidding process on June 10, 1998, the Police Department received the below bids for this project. BIDDER TOTAL BID PRICE 1. ASI $197,505.00 2. Goldenwest Building Co. $222,226.00 3. TLS Construction Inc. $256,652.00 The low bidder, AS[, is located in Chino, California. They have successfully completed two remodeling projects within our police department in the recent past in a satisfactory manner (the rehabilitation of the Police Range to meet current OSHA standards for air quality, and the relocation of our Communications Center to facilitate the 911 emergency dispatch upgrade). Funds to award the contract are budgeted in the Police Facility Maintenance Program, account number 7011 C1820037 ($170,595), and the remaining • amount ($26,910) is budgeted in the '98 -'99 Police Facility Maintenance Program, account number C1820037. ;;Id, Bob McDonell CHIEF OF POLICE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Eli TITL(E 0\, r-, 1t CONTRACT NO. '� a \ BID SUMMARY CONTRACTOR . . ...... ......... A S S- Qz) V-, -,K-r a-k-- o f S (�o�OEN WET hyI - c z - �LS V\ 43 a-. I kC— . '98 JUN 10 P 4 :02 LOCATION: City Clerk's Office OF FICE OF T, E 'ITY CLE ft CITYTJA1 E(0-10-9 P'f TaAq DATE AMOUNT �sG