Loading...
HomeMy WebLinkAboutC-7746-1 - Balboa Pier Pile Replacementi S r AMENDMENT NO. ONE TO 71 CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK BALBOA PIER PILE REPLACEMENT WITH Ci ASSOCIATED PACIFIC CONSTRUCTORS, INC. THIS AMENDMENT NO. ONE TO CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK ("Amendment No. One") is made and entered into as of this 21st day of January, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ASSOCIATED PACIFIC CONSTRUCTORS, INC., a California corporation ("Contractor"), whose address is 495 Embarcadero Morro Bay, California 93442, and is made with reference to the following: RECITALS A. On December 9, 2019, City and Contractor entered into a contract for the improvement of public work - balboa pier pile replacement ("Contract'). B. The parties desire to enter into this Amendment No. One to extend the term of the Contract to February 1, 2021. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Contract is amended in its entirety and replaced with the following: "The term of this Contract shall commence on the Effective Date, and shall terminate on February 1, 2021, unless terminated earlier as set forth herein." 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Contract shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: x_11 ? �11 .2 o pp CITY OF NEWPORT BEACH, a California municipal corporation Date: a.-13 aoao By: d'* -j By: �r'.Aaron C. Harp "wkl.`•20 Gr a ung City Attorney Ci y anager ATTEST: 9626, �� Date: 9 Leilani 1. BrownCity Clerk CONSULTANT: Associated Pacific Constructors, Inc., a California corporation Date: ^ Signed in Counterpart Paul E. Gillen Chief Executive Officer and Secretary [END OF SIGNATURES] Associated Pacific Constructors, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: � J % �T o2 U By: 4*- T,,r,.Aaron C. Harp Wwi-J."o City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace Leung City Manager CONSULTANT: Associated Pacific Constructors, Inc., a California corporation Z//Z/jr� Date: �, L/lJ By: By: V(.:'. �O�� Leilani I. Brown Paul E. Gillen City Clerk Chief Executive Officer and Secretary [END OF SIGNATURES] Associated Pacific Constructors, Inc. Page 2 I r- CITY OF NEWPORT BEACH v NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 25th day of November, 2019, at which time such bids shall be opened and read for BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 $110,000.00 Engineer's Estimate Approved by James M. Houlihan uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanVID=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Kathryne Cho, Project Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http //newportbeachca gov/government/open-transparent/online-services/bids-rFps- vendor-registration City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)...................................................................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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, 3 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. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 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. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to ►,t provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviee . 394886-A u. Contractor's License No. & Classification Authorized Signatur /Title Paul E. Gillen, President 1000001211 6/30/2020 November 21. 2019 DIR Registration Number & Expiration Date Date ASSOCIATED PACIFIC CONSTRUCTORS, INC. Bidder 5 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 BIDDER S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA PIER PILE REPLACEMENT, Contract No. 7746-1 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 19th day of Novemb9 /J2200jy19. Associated Pacific Constructors, Inc. pu Name of Contractor (Principal) Authorized Sigi atureffitl Western Surety Company 'Zk_r „ p.i-aa_g:�� = / Name of Surety Authorized Agent Signature 1000 Wilshire Blvd., Suite 1800, 18th Floor Los Angeles, CA 90017 Rebecca Haas -Bates, Attorney -in -Fact Address of Surety Print Name and Title (213)452-5961 Telephone (Notary acknowledgment of Principal & SuretV must be attached) **See Attached** ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee _ Power of Attorney _ CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 (seal) Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 11/19/2019 before me, A. MacFarlane, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof Signe✓N who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) Is/M subscribed to the within instrument and acknowledged to me that iae/she/thsy executed the same in f is/her/their authorized capacity, and that by his/her/their signature�4on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. A. MACFic ARLANE y Notaryange Count(orma y Orange County _4 / Commission R 2188592 Signature C C My Comm. Expires Mar 27, 2021 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section Is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Number of Pages: Two 2 Signers) Document Date: 11/19/2019 Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual WAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Comnanv Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: t•%4'✓<G✓�i,VSL✓' V(`.G`. \•SS-ai .�g4\�' _ \✓4\'✓4\✓GV Ohio' 4�'/<"✓✓G(✓<'✓4(✓ vG< 0 1 • • • • •v • • • 711 L • • •. 4 •1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrkin, Sergio D Bechara, Margaret Gilmore, Rebecca Haas -Bates, Individually of Wine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby a9 fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby giver, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse hereof, duly adopted, ac indicated, by the shareholders of the corporation. In Wimem Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2015. a.� WESTERN SURETY COMPANY aul TBruflat, Vice President State of South Dakota 1 County of Minnehaha f On this 9th day of June, 2015, before me personally came Paul T. BruBat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and decd of said corporation My commission expires �•+•+++++++••++++++++++••� tt S. ETCH February 12,2021 2r: xmummNltstACr!1- SOU11 TH OAROfA rr M++•+MM••••+Nww•w S. Eich, Notary Public CERTIFICATE 1, 4 Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have herermto subscribed my name and affixed the seal of the said corporation this 19th dayof November 2019 a"rx're WESTERN SURETY COMPANY `QE Av •Y Vl10 Fora F4280-7-2013 L Nelson, Assistant Scowary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } On 20 Notary Public, personally appeared _ who proved to me on the basis of sati , subscribed to the within instrument Od in his/her/their authorized capacity(les), the person(s), or the entity upon/behalf ss. before me, ictory evidence to be the acknowledged to me that and that by his/her/their of which the person(s) ac I certify under PENALTY OFJPERJURY under the laws of the paragraph is true and corr t. / WITNESS my hand an�'official seal. Signature j/ r19 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On ss. before me, soyf(s) whose name(s) is/are e/they executed the same latures(s) on the instrument , executed the instrument. of California that the foregoing (seal) Notary Public, personally appeared , who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 (seal) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } f� County of �, / zer/s On //le-11119 before me, Cf//usivpy�,y Y��evsec✓ t%�r�y Jv6�i�, Hare insert name en vano� e o cer I personally appeared ZL� ,C Gi��r✓ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. chRlsr� OPH�TRUW< y " p C6tcl a 2192009 a PI'aLIG GALIFORNl.4 i� / as NOTARY /J Q'L'u Erp0',SF( GGONTY - PFR 16 2021 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed far documents being sent to that state so long A/�p; -vO t� Q _� as the wording does not require the California notary to violate California notary �M law. (Title or desorption of attached document) • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. /f • The notary public must print his or her name as it appears within his or her Number of Pages Document Date A � / 7 commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. El Individual (S) he/she/fl ey,- is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer The • notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a (Title) sufficient area permits, otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact • Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version wwv✓.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 DESIGNATION OF SUBCONTRACTOR(S) -AFFADAVIT 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 subcontractors as listed in the Bidder's electronic bid 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. Bidders must also include DIR registration numbers for each subcontractor. ASSOCIATED PACIFIC CONSTRUCTORS, INC. 7 Y � Bidder Authorized Signatur /Title Paul E. Gillen, President 0' City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name ASSOCIATED PACIFIC CONSTRUCTORS, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all ocean pier pile construction projects you have worked on (or are currently working on) in the past 5 years in excess of $75,000, provide the following information: No. 1 Project Name/Number Grand Canal Dredging Project - Phase 2 Project Description Dredge/Transport/Disposal of material Approximate Construction Dates: From Agency Name City of Newport Beach Contact Person Kathryne Cho 01/2109 10/2019 Telephone (94� 644-3014 Original Contract Amount $1,383,070 Final Contract Amount $ 840,560 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction of scope of work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number Grand Canal Dredging Project - Phase 1 8171-1 Project Description Dredge / Transport / Disposal of material Approximate Construction Dates: From 11/01/16 To: 1/31/17 Agency Name City of Newport Beach Contact Person Peter Tauscher Telephone (949) 644-3316 Original Contract Amount $ 397,000 Final Contract Amount $ $ 379,545 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction of scope of work by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Central Avenue Public Dock - Contract 8197-1 Project Description Removal/Replace Piles. Dock and Gangway Approximate Construction Dates: From 7/01/17 Agency Name City of Newport Beach 9/30/17 Contact Person Peter Tauscher Telephone (949) 644-3316 Original Contract Amount $232,100 Final Contract Amount $ 247,850 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Avalon Harbor Fueling Facility Pier Replacement Project Description Remove/Replace Fuel Dock Approximate Construction Dates: From 12/2015 To: 6/2017 Agency Name City of Avalon Contact Person Bob Greenlaw Telephone (310j 570-3025 Original Contract Amount $2,572,500 Final Contract Amount $ 3,000,661 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number San Clemente Pier Repair # 16811 Project Description Remove/Replace & Repair Piles, Decking, Plumbing, Electrical Approximate Construction Dates: From 11/2017 To: 10/2018 Agency Name City of San Clemente Contact Person Amir Ilkhanipour Telephone (94q 361-6140 Original Contract Amount $1,052,100 Final Contract Amount $ 1,207,785 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 No. 6 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of th ontractor's current financial conditions. ASSOCIATED PACIFIC CONSTRUCTORS, INC. OIL Bidder Authorized Signature itle Paul E. Gillen, President 13 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 NON -COLLUSION AFFIDAVIT State of California ) )SS. County of San Luis Obisgo Paul E. Gillen being first duly sworn, deposes and says that he or she is President of Associated Pacific Constructors, Inc. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Califor is hat the Z:true and correct. Associated Pacific Constructors, Inc. Bidder w;W";"„ Authorized Sig'natLi-re/Titlbi Paul E. Gillen, President Mh aMArat Is McW, mtl WMr tr Mtlron, sftwy,a wwxyaMN�. Subscribed and sworn to (or affirmed) before me on this 215r day of /UB//EatBE/Z, 2019 by Ayz- je:, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,.'>F CHRISTOPHER PETRUSKY [SEAL] no.COMI(A 2192009 11A^ o NOTARY PUBLIC. CALIFORNIA VI SAN LUIS OBISPO COUNTY >. MY Comm. EAR. APR. 1� 20211 k 14 Notary Public My Commission Expires: City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 DESIGNATION OF SURETIES Bidder's name ASSOCIATED PACIFIC CONSTRUCTORS, INC. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Millennium Corporate Solutions 550 North Brand Lbvd., Suite 1100 CA 91 William Syrkin (818) 203-0408 Bonding Durham and Bates Agencies, Inc. 720 SW Washington Street, Suite 250 Portland, OR 97205-3554 Greg Ryerson (503)242-9405 Insurance 15 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name ASSOCIATED PACIFIC CONSTRUCTORS, INC. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts 5 8 10 15 9 6 53 Total dollar Amount of Contracts (in Thousands of $) 3,449 14,740 5,349 5,625 4,450 3,553 37,166 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent transfer to another job or 0 0 0 0 0 0 0 termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Legal Business Name of Bidder ASSOCIATED PACIFIC CONSTRUCTORS, INC Business Address: 495 EMBARCADERO MORRO BAY CA 93442 Business Tel. No.: (805) 772-7472 State Contractor's License No. and Classification: 394886-A Title GENERAL ENGINEERING CONTRACTOR The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature ofS bidder 41J, / Date 11/21/2019 1 Title Signature of bidder Date Title Paul E. Gillen Secretary Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of gx) On /l e149 before me, G�ii�<sr 'f/es� T.�dsrty (��✓�/C ...... se name ane aIle o/pie o cer personally appeared ��� E who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. _n" c'HalsTOPHR FEQUSKY - 1A Come,.#2192009 pp . e' NOTARY PUDUC CALIFORNIA ill Sup tw5 Gasvo CVUNn Notary Public Signature (Notary Public Seal) OF THE ATTACHED DOCUMENT �r J ,vTi.r,.r,e t< /w/rr S/.LltL �yi ✓ (Title or descnplion 01 dttached document) �— (Title ordescription of attached documen continued) %tuber of Pages t- Document Date 11 Z! 9 CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) �7 Carpor to Officer .I,s5O4 - 0✓T- Tltle ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NolaryClasses.com 800-873-9865 sfo INSTRUCTIONS FOR COMPLETING THIS FORM N ifneedcm complies with current California statutes regarding notary wording and, ijneeded, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/hhey— is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. •• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County ofyi�.s �o On..i/ 2i 19 before me, Csr�,.�sTmPHr`L �%h�rsrc t sir U ens nname an W�TI�o-Rcer / personally appeared & Z 6"" who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ryW cHelsTevhFa cE susk� 2192009 MARY It c. rrry Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This DESCRIPTION OF THE ATTACHED DOCUMENT form complies with current California statutes regarding notary wording and, !needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary (Ttle or desonphon O(atlached doCumenl) - d . law. State and County information must be the State and County where the document `7l-kzo.y! .,U y /�/rryPsSifG signer(s) personally appeared before the notary public for acknowledgment. (Title ordestxlplion of attache document continued) • Date of notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is completed. Number of Pages 2 Document Date l�Zfii The notary public must print his or her name as it appears within his or her commission followed by a comma and th CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) "Corp ate Officer G,t;G -7 Title ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.cem 800-873-9865 en Yom title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fors by crossing off incorrect forms (i.e. he/she/they,- is /ere ) or circling the correct fors. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name ASSOCIATED PACIFIC CONSTRUCTORS, INC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 41,✓C— 46 fW 1¢:t9 M. City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Associated Pacific Constructors, Inc. Business Address: 495 Embarcadero Morro Bay, CA 93442 Telephone and Fax Number: (805) 772-7472, (805) 772-5803 California State Contractor's License No. and Class: 394886-A (REQUIRED AT TIME OF AWARD) Original Date Issued: 11/30/1980 Expiration Date: 11/30/2020 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Paul E. Gillen The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone (805) 772-7472 Paul E. Gillen President 495 Embarcadero Morro Bay, CA 93442 (949) 258-4410 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; of Port Hueneme 250 N. Ventura Road Port Hueneme, CA (805) 986-6500 Briefly summarize the parties' claims and defenses; City of Port Hueneme alleged damages to piles for work completed and accepted in March 2006 Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor com liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / 20 Are any claims or actions unresolved or outstanding? Yes /l0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Paul E. Gillen (Print name of Owner or President of Cor ation/Com any) Associated Pacific Constructors, Inc. Bidder Authorized Slgnatur /Title A notary public or other officer completing this certificate verities only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. President Title 11/21/2019 Date On L/�/9 before me, C'/h�isro�rris 6'trausa✓ Notary Public, personally appeared P-/uti G. COY/GGL+✓ ,who 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/theirsignature(s) on the instrumentthe person(s), orthe entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. CHRISTOPHER PETRUSKY " Celalr�.# 2192009 A ro NOTARY PVOLICCApFOANIA (SEAL) N . S,, Lens OF!M CouNn Notary Public in and for said State % y mf '"'", EXP. r;a. ie, 2- �Zt 4 My Commission Expires: '!il6 G/ 21 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK BALBOA PIER PILE REPLACEMENT WITH ASSOCIATED PACIFIC CONSTRUCTORS, INC. THIS CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK ("Contract') is made and entered into as of this 9th day of December, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ASSOCIATED PACIFIC CONSTRUCTORS, INC., a California corporation ("Contractor"), whose principal place of business is 495 Embarcadero Morro Bay, California 93442, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform the following work: removing the damaged timber pile stub embedded below the mudline, removing timber cross -braces and a portion of the damaged pile cap and related hardware, installation of a new timber pile and related hardware, installation of new timber braces and a portion of the pile cap and related hardware, and performing all related work as required to complete the contract work in accordance with the drawings and specifications as more fully described in the Contract Documents ('Project'). C. City has solicited and received a proposal from Contractor and desires to retain Contractor to render services under the terms and conditions set forth in this Contract. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Contract over a period of ten (10) consecutive days commencing upon issuance of the "Notice to Proceed". NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Contract shall commence on the Effective Date and shall terminate on February 1, 2020, unless terminated earlier as provided for herein. 2. SCOPE OF WORK 2.1. Contract Documents. The complete Contract for the Project includes all of the following documents: Request for Proposals/Bids, Instructions to Bidders, Proposal, and Designation of Subcontractors, attached hereto as Exhibit A; Proposal, attached hereto as Exhibit B; Insurance Requirements, attached hereto as Exhibit C; Labor and Materials Payment Bond attached hereto as Exhibit D; Faithful Performance Bond, attached hereto as Exhibit E; all Project Permits; the Standard Special Provisions and Standard Drawings; Plans and Special Provisions for Contract No. 7746-1; Standard Specifications for Public Works Construction (current adopted edition and all supplements); and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"). Exhibits A, B, C, D and E, and all other named Contract Documents, are incorporated herein by reference. 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. 2.2. 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 as identified in the Contract Documents ("Work" or "Services"). 2.3. 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. TIME OF PERFORMANCE 3.1. Time is of the essence in the performance of Work under this Contract and Contractor shall complete the Work within ten (10) consecutive days from the date of issuance of the "Notice to Proceed." Failure to complete the Work in the time allotted may result in termination of the Contract by City and assessment of damages as outlined in Section 3.2. 3.2. The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the Work called for in this Contract within ten (10) consecutive days from the date of issuance of the Notice to Proceed, Contractor agrees to the deduction of liquidated damages in the sum of One Thousand Dollars and 00/100 ($1,000.00) for each calendar day beyond the date scheduled for completion. 4. COMPENSATION 4.1. 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 Associated Pacific Constructors, Inc. Page 2 as full payment the sum of One Hundred Three Thousand Five Hundred Dollars and 00/100 ($103,500.00), less any money deducted pursuant to Section 3.2. Contractor shall not receive any additional compensation unless approved in writing in advance by City's Project Administrator as defined herein. City shall make full payment to Contractor no later than thirty (30) calendar days after acceptance of the Work by City. 4.2. This compensation includes: 4.2.1. Any loss or damage arising from the nature of the Work; 4.2.2. Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 4.2.3. 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Paul E. Gillen to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 6. ADMINISTRATION This Contract shall be administered by the Public Works. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Services to be rendered pursuant to this Contract. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 7.1. Contractor shall use only the standard materials and equipment as described in the Contract Documents in performing Work under this Contract. Any deviation from the materials or equipment described in the Contract Documents shall not be utilized unless approved in advance by the Project Administrator. 7.2. Contractor shall comply with the terms and conditions of the Contract Documents. 7.3. All of the Work shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Contract, and that it will perform all Work in a manner commensurate with community professional standards and with the ordinary deoree of Associated Pacific Constructors, Inc. Page 3 skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. 7.4. All Services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Contract, all applicable federal, state and local laws, and legally recognized professional standards. 7.5. Contractor represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Contract. 7.6. Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 8. CHANGE ORDERS 8.1. This Contract may be amended or modified only by mutual written agreement of the parties. 8.2. The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 8.3. There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1. City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. Associated Pacific Constructors, Inc. Page 4 9.3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 9.4. Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5. Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 9.6. 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. 9.7. Nothing in this Section or 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 above. 9.8. The rights and obligations set forth in this Section shall survive the termination of this Contract. 10. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status Associated Pacific Constructors, Inc. Page 5 or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and/or designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings have been scheduled or are desired. 14. BONDING 14.1. Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit E and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit D and incorporated herein by reference. 14.2. The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a 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. 14.3. Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. Associated Pacific Constructors, Inc. Page 6 ib�l�(;Yg7�.I Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in this Contract, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C and incorporated herein by reference. 16. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of perdiem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of perdiem 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the Work to be performed under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or co -tenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 18. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Proposal attached as Exhibit B. Contractor shall be fully responsible to City Associated Pacific Constructors, Inc. Page 7 for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 19. OWNERSHIP OF DOCUMENTS 19.1. Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Contract, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19.2. Documents, including drawings and specifications, prepared by Contractor pursuant to this Contract, are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Contract by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 20. RECORDS Contractor shall keep records and invoices in connection with the Work to be performed under this Contract. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Contract and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Contract. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, documents, proceedings and activities related to the Contract for a period of three (3) years from the date of final payment to Contractor under this Contract. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right Associated Pacific Constructors, Inc. Page 8 to appeal to the City Manager or designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CONFLICTS OF INTEREST 22.1. Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seg., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 22.2. If subject to the Act and/or Government Code §§ 1090 et sea., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 23. NOTICES 23.1. All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 23.2. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Public Works Director Public Works City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 23.3. All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Paul E. Gillen Associated Pacific Constructors, Inc. 495 Embarcadero Morro Bay, CA 93442 Associated Pacific Constructors, Inc. Page 9 24. NOTICE OF CLAIMS 27.1 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. Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Govt. Code §§ 900 et seq.). 27.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 25. TERMINATION 25.1. In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 25.2. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 26. 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 as defined by the Contract Associated Pacific Constructors, Inc. Page 10 Documents, 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. 27. STANDARD PROVISIONS 27.1. Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 27.2. Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 27.3. Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 27.4. Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 27.5. Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 27.6. Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 27.7. Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 27.8. Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 27.9. Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. Associated Pacific Constructors, Inc. Page 11 27.10. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 27.11. No Attorney's Fees. In the event of any dispute or legal action arising under this Contractor, the prevailing party shall not be entitled to attorneys' fees. 27.12. Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES ON NEXT PAGE] Associated Pacific Constructors, Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 11 LIQ By: V-.e�Aaron C. Harp MW II.1-1.I City Attorney ATTEST: /, p Date: D Leilani 1. Brown City ('lark Attachme CITY OF NEWPORT BEACH, a California municipal corporation By: Grerreung C' anag CONTRACTOR: Associated Pacific Constructors, Inc. a California corporation Date: Signed in Counterpart By: Paul E. Gillen Chief Executive Officer and Secretary [END OF SIGNATURES] luest for Proposals/Bids Exhibit B — Proposal Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond Associated Pacific Constructors, Inc. Page 13 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -7 2,01o1 By: Qy-' .kn_ poe'•Aaron C. Harp II1� City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation By: Grace Leung City Manager CONTRACTOR: Associated Pacific Constructors, I c. a California corporation Date:? By: Paul E. Gillen Chief Executive Officer and Secretary [END OF SIGNATURES] Attachments: Exhibit A - Request for Proposals/Bids Exhibit B - Proposal Exhibit C - Insurance Requirements Exhibit D - Labor and Materials Payment Bond Exhibit E - Faithful Performance Bond Associated Pacific Constructors, Inc. Page 13 EXHIBIT A REQUEST FOR PROPOSALS/BIDS Associated Pacific Constructors, Inc. Page A-1 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 25r" day of November, 2019, at which time such bids shall be opened and read for BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 $110,000.00 Engineer's Estimate Approved by les M. Houlihan PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http:l/wwwplanotbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Kathryne Cho, Protect Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http,.Lnew ortbeaghca.go_/govermnt/optranspart/onlne-servic/idf�-es vendor-renistration City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 2 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. 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 successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or Informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 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. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviee . 394886-A 110 Contractor's License No. & Classification Authorized Signatur Miifle Paul E. Gillen, President 1000001211 6/30/2020 November 21. 2019 DIR Registration Number & Expiration Date Date ASSOCIATED PACIFIC CONSTRUCTORS, INC. Bidder 5 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 BIDDER S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA PIER PILE REPLACEMENT, Contract No. 7746-1 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 19th day of Novembvu 2019. Associated Pacific Constructors, Inc. r Name of Contractor (Principal) Authorized Sig r aturelritl 10rld/ 61 Gr ��� 70✓Ydielel&.7;4- Western Surety Company Name of Surety 1000 Wilshire Blvd., Suite 1800, 18th Floor Los Angeles, CA 90017 Address of Surety (213)452-5961 Telephone 72n.11De r e. QYlM Z*cal� Am A4. Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 '"See Attached— ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20_ before me, Notary Public, personally appeared who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(les) claimed by Signer(s): _ Trustee _ Power of Attorney _ CEO/CFO/COO _ President / Vice -President / Secretary / Treasurer _ Other: Other Information: (seal) Thumbprint of Signer ❑ Check here If no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 11/19/2019 before me, A. MacFarlane, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person* whose name* Is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in I'TWher/their authorized capacity(ibs), and that by his/herRhelr signatureZ.on the instrument the person(s), or the entity upon behalf of which the persona) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. 0%.j- 4"a°�" m"" 4 ' a WITNESS my hand and official seal. A. MACFARLANE Notary Public -Califomia ="+ Orange County QL]27 - Com.Exion pirlMar27,1 Signature GGA . My Comm. Expires Mar 77,1071 ' ' Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section Is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Number of Pages: Two 2 Signers) Document Date: 11/19/2019 Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: _Rebecca Haas -Bates ❑ Corporate Officer — Thiele): ❑ Partner — ❑ Limited ❑ General ❑ Individual (RAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Company Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1 • • • • • • • •V :11 .1\ :11 •1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AU Men By There Prcsaote, That WESTERN SUREN COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrldn, Sergio D Becharn, Margaret Gilmore, Rebecca Haas -Bates, Individually of hvioe, CA, its true and IawfW Attorney(s)-ia-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory iosnumenla of similar nature - In Unlimited Amounts - and to bind it thereby ae fully and to the some extent m if such instruments were signed by a duly authorized officer of the corporation and an the acts of said Attorney, purment to the authority hereby given, ere hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hemof, duly adopted, as indicated, by the shareholders of the corporation. In Wimas Whereof, WESTERN SURELY COMPANY has caused these presertts to be signed by its Vice President end its corporate seal to be hereto affixed on this 91h day of June, 2015. rr° WESTERN SURETY COMPANY �e-tel pDrt' eul T. Brufiat, Vice Presideel State of South Dakota County of Minnehaha On this 9th day of June, 2015, before me personally came Paul T. Bmflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he Is the Vice President of WESTERN SURETY COMPANY described in end which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Direeors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and dad of said corporation. My commission expires �"++++++++++++++•+++...•t , S. ETCH ff February 12,2021 I WCURYr11UUC�� r dOUfll tNROIA(vrvrj S. Eich, Notary Public CERTIFICATE 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed an the reverse hereof is still in face. In testimony whereof 1 have hereunto sebscnbod mynameend&Tmedthesmlofthemidcorporation" 19th dayof November - 2019 Porm F4280.1-2012 WESTERN SURETY COMPANY (Dy woLa� L Nelson, Assistant Swre!ary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On Notary Public, personally appeared _ who proved to me on the basis of sati subscribed to the within instrument in his/her/their authorized capacit ie the person(s), or the entity upon ehc I certify under PENALTY OF paragraph is true and cor* WITNESS my hand an�official seal. ss. before me, ktory evidence to be the acknowledged to me that and that by his/her/their of which the person(s) ay under the laws of 6-�F,r -,, � rl 4,e.v;IJ Signature a r 19 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. rro (s) whose name(s) Is/are eexecuted the same atures(s) on the instrument executed the instrument. of California that the foregoing (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 (seal) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Zeis e/WSPV } On I//f"19 before me, Ajk f2v /vgt✓ti ere nea name am tus eo car personally appeared A,` C. ����r✓ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ®r, OPHER PEtgOs�I�InnWITNESS my hand and official seal. NMo RMPHER�BLIC PETRU K yl SMI LUIS ()SI5;0 CoLay Mr Cnuu. Erv. ASR. 16, 2021 t Notary Public Signature (Notary Public Seal) IAL UI' 1 IUNAL INFORMAT OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Datef1 N f 9 CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer le ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www. NotaryClassos.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM ON Thisform complies with current California statutes regarding notary wording and, ifneeded, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a cormna and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Wshe/ehey, is leve) or circling the correct forma. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. - Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. i• Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT 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 subcontractors as listed in the Bidder's electronic bid 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. Bidders must also include DIR registration numbers for each subcontractor. ASSOCIATED PACIFIC CONSTRUCTORS, INC. Bidder PJ C ✓ Authorized Signatur /Title Paul E. Gillen, President City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name ASSOCIATED PACIFIC CONSTRUCTORS, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all ocean pier pile construction projects you have worked on (or are currently working on) in the past 5 years in excess of $75,000, provide the following information: No. 1 Project Name/Number Grand Canal Dredging Project - Phase 2 Project Description Dredge/TransporUDisposal of material Approximate Construction Dates: From Agency Name City of Newport Beach Contact Person _ Kathryne Cho 01/2109 10/201 Telephone (94� 644-3014 Original Contract Amount $1,383,070 Final Contract Amount $ 840,560 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction of scope of work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number Grand Canal Dredging Project - Phase 1 8171-1 Project Description Dredge / Transport / Disposal of material Approximate Construction Dates: From 11/01/16 To: 1/31/17 Agency Name City of Newport Beach Contact Person Peter Tauscher Telephone (949) 644-3316 Original Contract Amount $397,000 Final Contract Amount $ $ 379,545 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction of scope of work by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Central Avenue Public Dock - Contract 8197-1 Project Description Removal/Replace Piles, Dock and Gangway Approximate Construction Dates: From 7/01/17 To: 9/30/17 Agency Name City of Newport Beach Contact Person Peter Tauscher Telephone (949) 644-3316 Original Contract Amount $232,100 Final Contract Amount $ 247,850 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Avalon Harbor Fueling Facility Pier Replacement Project Description Remove/Replace Fuel Dock Approximate Construction Dates: From 12/2015 To: 6/2017 Agency Name City of Avalon Contact Person Bob Greenlaw Telephone (310) 570-3025 Original Contract Amount $2,572,500 Final Contract Amount $ 3,000,661 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/Number San Clemente Pier Repair # 16811 Project Description Remove/Replace & Repair Piles, Decking, Plumbing, Electrical Approximate Construction Dates: From 11/2017 To: 10/2018 Agency Name City of San Clemente Contact Person Amir Ilkhanipour Telephone (949j 361-6140 Original Contract Amount $1,052,100 Final Contract Amount $ 1,207,785 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work directed by Owner Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No IVA No. 6 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of th ontractor's current financial conditions. Q ASSOCIATED PACIFIC CONSTRUCTORS, INC. [ Bidder Authorized Signature4Title Paul E. Gillen, President 13 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 NON -COLLUSION AFFIDAVIT State of California ) )as, County of San Luis Obispo Paul E. Gillen being first duly sworn, deposes and says that he or she is President of Associated Pacific Constructors, Inc., the party making the foregoing bid; that the bid is not made in the Interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Califor is hat the fo ci g is true and correct. Associated Pacific Constructors, Inc. Bidder Authorized SignatUre/Titlef Paul E. Gillen, President N Gr1Alalr M �YGMo, nne not tlM �u1Flrrt, Rmnwy, or vd*oMstd nd. Subscribed and sworn to (or affirmed) before me on this 2/sr day of Eoo X-, 2019 by Pw[, f proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. " v�/�„",,,'`�CHRISTOPNER FETRUI (SEAL] //�,__,. Coum.11 2192009 ' N ElC C NOTARY 1091 CALWNO N JY ` SCC^ SHi lms Osiivo Caxn rT4- Mnr mgr {ii�llyrE�P. APRR.166, 20211 Notary Public My Commission Expires: City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 DESIGNATION OF SURETIES Bidder's name ASSOCIATED PACIFIC CONSTRUCTORS, INC. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Millennium Corporate Solutions North Brand Lbvd.. Suite 1100 Glendale, CA 91203 William Svrkin (818)203-0408 Durham and Bates Aqencies, inc. 720 SW Washington Street, Suite 250 OR 97205-3554 Greg Ryerson (503) 242-9405 Insurance 15 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name ASSOCIATED PACIFIC CONSTRUCTORS, INC. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts 5 6 10 15 9 6 53 Total dollar Amount of Contracts (in Thousands of $ 3,449 14,740 5 349 5,625 4,450 3,55-3 37,166 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent transfer to another job or 0 0 0 0 0 0 0 termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder ASSOCIATED PACIFIC CONSTRUCTORS, INC Business Address: 495, EMBARCADERO MORRO BAY CA 93442 Business Tel. No.: (805)7721472 State Contractor's License No. and Classification: 394888-A Title GENERAL ENGINEERING CONTRACTOR The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of // bidder (/ Date 11/21/2019 r Title Signature of bidder Date Title Paul E Gillen Secretary _ Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of� On , z/ /9 before me, �/raisT6pyr,_/�T.tctstY , ,Joh, ere nae name an a ec uta car personally appeared A.w, E who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ?u A( `�i�CH21570PH[R PiTRUSKY n, N Comet. d 2192009 1p N Y • A NOIARY PUBLIC CALIFORNIA 1 ��— $m Lw Oa:sPO CW0 �N �Me Cnw Eli.ofRR16.2021 f Notary Public Signature (Notary Public Seal) DESCRIPTION OF THE ATTACHED DOCUMENT J Rtle or cesctlptlon ofalfachad document) ' — uno of .M�t tca� (Title or descdptbn of attached documan continued Vumber of Pages 2- Document Date 11A CAPACITY CLAIMED BY THE SIGNER �❑Individual (s) !yIM Corpol to Officer file) El Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM it N ne form compiles with current California stalutes regarding notary wording and, ijneeded, should be completed and attached to the document Anbtowledgments from other stales may be completed for documents being sent to that stale so long as the wording does not require the California notary to violate California notary I., • State and County information must be the State and County where the document signer(s) personally, appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and than your title (notary public). • Print the names) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they— is Aare) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. •5 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the Nile (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of —Syy4s &'V� ) On before me GJlP�STsPyG %„marc � I s��/ ✓�ClG, n era nse name ori i3 e o car y personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. u°r� �^ CHRISIOPNEft rE1RUSKY xoPl. a z l2zoo9 NOTARY �krrJmuccaurenaa Notary Public Slgnature (Notary Public Seal) y (rue OF THE ATTACHED DOCUMENT ._-.r._..- •�vwmoenr wnun Of Pages 2 Document Dateuea) /// CAPACITY CLAIMED BY THE SIGNER Individual (s) Corp late Officer ilia)it I ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-9865 NINSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current Calfornta statures regarding notary wording and, if needed, should be completed and attached to the document. Acknowledgments from other states may be completedfor documents being sent to that state so long ON the wording does not require the California notary to violate Calfjomin notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/dW,, is /ere ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must snatch the signature on file with the office of the county clerk. 4 Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. 4 Indicate title or type of attached document, number of pages and date. d' Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name ASSOCIATED PACIFIC CONSTRUCTORS, INC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: M City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Associated Pacific Constructors, Inc. Business Address: 495 Embarcadero Morro Bay, CA 93442 Telephone and Fax Number: (805) 772-7472, (805) 772-5803 California State Contractor's License No. and Class: 394888-A (REQUIRED AT TIME OF AWARD) Original Date Issued: 11/30/1980 Expiration Date: 11/30/2020 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Paul E. Gillen The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone (805)772-7472 Paul E. Gillen President 495 Embarcadero Morro Bay, CA 93442 (949) 258-4410 Corporation organized under the laws of the State of California ito] The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; City of Port Hueneme 250 N. Ventura Road Port Hueneme, CA (805) 986-6500 Briefly summarize the parties' claims and defenses; City of Port Hueneme alleged damages to piles for work completed and accepted in March 2006 Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor com fiance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / 20 Are any claims or actions unresolved or outstanding? Yes /W If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Associated Pacific Constructors, Inc. Bidder A notary public or other officer completing this certificate verifies only the Identify of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. Paul E. Gillen (Print name of Owner or President of Corl ration/Com any) Authorized S'ignaturfMitle President Title 11/21/2019 Date Ong/t/419 before me, C'Ndisr®�nrisYEJ3LUSAJ Notary Public, personally appeared f'Iri_ t. r�iGct ✓ o 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/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 17 \� CHRISTOPHER PETHUSKY Cola!a.k2192009 1 NCIARY OLeLIC•CFIIFCRRA N (SEAL) N ff� SMS Lw; OFr;:o C'm�ry Notary Public in and for said State i .. e ...... t My Commission Expires: 21 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 7746-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 11/21/2019 Date (805) 772-7472, (805) 772-5803 Bidder's Telephone and Fax Numbers 394886-A Bidder's License No(s). and Classifications) 1000001211 6/30/2020 DIR Registration Number Associate acific Constructors Inc. Bidder ka Bidder's Authorize Signature and Title Paul E. Gillen, President 495 Embarcedero Morro Bay, CA 93442 Bidder's Address Bidder's email address: Paul@associatedpacific.com PR -1 Paul E. Gillen President Associated Pacific Constructors, Inc. Summary Sole Owner / President of Associated Pacific Constructors, Inc. RMO California Contractors General Engineering License #394886A Over 45 years' experience project managing and ownership of Heavy Civil, Marine Contracting, Coastal Dredging operations and offshore oil service industries activities. Responsible for the successful management and completion of over $ 400 million dollars of marine and civil project revenues spanning 30 years as a project manager. Career History and Accomplishments Associated Pacific Constructors, Inc. — Morro Bay, CA President / Owner 2005 - Present Company owns and operates Marine and Heavy Civil construction equipment, based in Morro Bay California and Wilmington, California. Under Paul's ownership the company has expanded over 300% in revenues and broadened the scope and geographic footprint of its operating areas. The company has a strong financial base with project and performance bonding capacity from an AAA rated insurer. Refer to website for company overview and capabilities, www.associatedpacific.com Pacific Constructors, Inc. — Morro Bay, CA - President / Owner 1999 - Present A Marine and Civil Contracting Project management company providing project management and business development expertise to a wide range of companies. Orion Construction, Inc. — Houston, TX - Vice President / Shareholder 1994-1999 Specialty Heavy Civil and Marine construction company, originally formed as a fixed price project management company, which by 1997 had successfully completed over $55 Million of turnkey projects, and by 1998, became the largest Texas based marine contractor. Majority of projects 100% bonded through Travelers and later Aetna. WS Technology LTD. - Singapore - President / Principal Shareholder 1989-1994 Specialty industrial coating developer and manufacturer, with annual sales in excess of $10 Million USD. BMI Piling SND BHD. — Singapore - President / Principal Shareholder 1987-1992 Civil engineering, piling company and manufacturer of proprietary designed construction products sold to specialty residential and commercial markets of Malaysia, Thailand and Indonesia. Annual revenues in excess of $10 Million USD. Paul E. Gillen President Associated Pacific Constructors, Inc. Oceaneering International, Inc. — Singapore - Regional Vice President 1985-1986 A worldwide underwater service supplier (i.e. diving, ROV, ships, pipeline repair, etc.) delivering services to oil field services, US Navy, and private customers. Oceaneering International, Inc. — CA - General Manager -West Coast Division 1982-1985 Oceaneering International, Inc. — Various Locations - Project Manager 1974-1982 Prior to 1979 Commercial Diving career started 1968 Salvage diving /dock building Caribbean, east coast USA with commercial training Divers Training Academy, Commercial Diving Center. Activities included Hydro Electric repair and maintenance, Hyperbaric welding platforms and pipelines, platform installations, pipe lay, exploration support and extensive north sea bell bounce and saturation diving to depths exceeding 500'. As special Projects manager, lead diver, Supervisor, and Project Manager for Oceaneering International, Inc. and Seaway Diving AIS, Norway. Working from DP vessels, lay -barges, lockout submersibles, live -boat operations, jack -ups and semi -submersibles. EXHIBIT B PROPOSAL Associated Pacific Constructors, Inc. Page B-1 City of Newport Beach Balboa Pier Pile Replacement (7746-1), bidding on November 25, 2019 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name Associated Pacific Constructors, Inc. Address 495 Embaracadero Mono Bay, CA 93442 United States Respondee Paul E Gillen Respondee Title President Phone 805-234-5055 Ext. Email paul@associatedpacific.com Vendor Type CADIR License# 394886 CADIR 1000001211 Bid Detail Bid Format Electronic Submitted November 25, 2019 8:33:32 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 196429 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name Bid Docs APC Bid Docs.pdf Bid Bond page 6 of 31 APC Bid Docs.pdf Line Items Type Item Code UOM City Section 1 1 Mobilization Unit Price LS 1 $25,000.00 2 Remove Damaged Pier Pile Stub LS 1 $4,000.00 3 Remove Damaged Pile Cap and Bracing LS 1 $10,000.00 4 Install New 14 -Inch (min) Pier Pile treated with ACZA 2.5 ret. LS 1 $39,000.00 5 Install New Cap Beam, and Horizontal and Vertical Bracing, treated with ACZA 2.5 ret. LS 1 $24,500.00 PlanetBids, Inc. Page 1 Printed 11/25/2019 File Type General Attachment Bid Bond Line Total Comment $25,000.00 $4,000.00 $10,000.00 $39,000.00 $24,500.00 City of Newport Beach Balboa Pier Pile Replacement (7746-1), bidding on November 25, 2019 10:00 AM (Pacific) Bid Results Type Item Code UOM City 6 Provide As -Built Drawings LS 1 Subcontractors Name 8 Address Description License Num PlanetBids, Inc. Page 2 Printed 11/25/2019 Unit Price Line Total Comment $1,000.00 $1,000.00 Subtotal $103,500.00 Total $103,500.00 CADIR Amount Type EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employeesand volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 Associated Pacific Constructors, Inc. Page C-1 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. Associated Pacific Constructors, Inc. Page C-2 5. Additional Aqreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. Associated Pacific Constructors, Inc. Page C-3 E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self- insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that Associated Pacific Constructors, Inc. Page C-4 policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Associated Pacific Constructors, Inc. Page C-5 Executed in 2 Counterparts Bond No. 30089263 Premium Included in Performance Bond EXHIBIT D CITY OF NEWPORT BEACH BOND NO. 30089263 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Associated Pacific Constructors, Inc. hereinafter designated as the "Principal," a contract for the Improvement of Balboa Pier Pile Replacement located at Balboa Pier , in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Three Thousand Five Hundred Dollars and 001100 ($103,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 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 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 of seq. of the Civil Code of the State of California. Associated Pacific Constructors, Inc. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 9th day of 22�.ember 2019 Associated Pacific Constructors, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1000 Wilshire Blvd., Suite 1800, 18th Floor Los Angeles, CA 90017 Address of Surety (213)452-5961 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_1/7/-Z070 By: W'• Aaron C. Harp W I'L -l4. t1 City Attorney Authorized Sig/na /e/Title / Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Associated Pacific Constructors, Inc. "See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ }ss. On 20 before me, Notary Public, personally appeared who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. nature Associated Pacific Constructors, Inc. (seal) ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 15&7 L flis Db/V SS On - DG.��, ZU/ G! before me, / /e/%/!/� `- l' �'G 7 Notary Public, personally appeared P!d'/L/ 15 L`7//m/7 who 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 .�° HEILEIGH BRIGHT person(s) acted, executed the instrument. d ; Coma.R N 2267129 S q' NOTARY PUBLIC•CAIIFORNA N I certifyunder PENALTY OF PERJURY under the SAN UAs OBISPO COUNTY °+.none" IIT Comm. UP. DEC. 10, 20i2'� laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. PLACE NOTARY SITAL IN ABOVE SPACE NOTARY'S SIGNATURIw„._........�.__....._f,— OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) INDIVIDUAL /- CORPORATE OFFICER eS; 60_1 PARTNER(S) TITLEIS) ATTORNEY-IN-FACT GUARDIAN/CONSERVATOR SUBSCRIBING WITNESS OTHER: SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PHRSON(S) OR ENTITY(IES) DESC IPTION OFATTACHE�D _/DOCUMENT 7GNi'Ilea- sQ�/ `TITLE OR TYPE OF DOCUMENT 2 t alkeul - NUMBER OF PAGES /2 -r! './ci DATE OF DOCUMENT RIGHT THUMBPRINT OF SIGNER APA017015 NOTARY BONDS, SUPPLIESAND FORMSATHTTP.#WWWVALLEY.SILRRA.COM 010051011 VALLEY -SIERRA INSURANCE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 12/05/2019 before me, A. MacFarlane, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose names) is/are subscribed to the within instrument and acknowledged to me that He/she/they executed the same in Ais/her/their authorized capacity, and that by his/her/their signature on the instrument the person(,* or the entity upon behalf of which the persons) acted, executed the instrument. A. MACFARIANE 11 Notary Public -California [C orangecounty Commission 82188592 My Comm. Expires Mar 27,2021 + Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 4 Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 30089263 Document Number of Pages: Three 3 Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual [RAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety ComRany. Date: 12/09/2019 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know Ali Men By Tbese Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrkin, Sergio D Bechara, Margaret Gilmore, Rebecca Haas -Bates, Individually of Wine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby confined to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the sets of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirms!. This Power of Attorney is made and executed pursuant to and by authority of the Bylaw printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Wltnus whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2015. aWESTERN SURETY COMPANY aul T. BntBet, Vice President State of South Dakota 1 f ss Courcy of Mimehaha On this 9th day of June, 2015, before me personally came Paul T. Bmflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pmsuaat to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and dad of said corporation Mycommissionexpires �•`•••"*•`••`•`••••`••`•s S. ETCH February 12, 2021 X=RY PUArr�!��� SJsouYB MKpTA S. Eich, Notary Public CERTIFICATE 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-law of the corporation printed on the reverse hereof is still in force In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the mid corporation this 9th day of December , 2019 ,wrrre WESTERN SURETY COMPANY sCpx. �Y Form F4280.7-2012 +• L Nobon, AsAssistantSar:Yar;/ Executed in 2 Counterparts Bond No. 30089263 Premium: $1,490.00 Premium is for contract lens and is subject to adjustment based on final contract price EXHIBIT E CITY OF NEWPORT BEACH BOND NO. 30089263 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,490.00 being at the rate of $ 14.40 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Associated Pacific Constructors, Inc. hereinafter designated as the "Principal," a contract for the Improvement of Balboa Pier Pile Replacement located at Balboa Pier in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Three Thousand Five Hundred Dollars and 00/100 ($103,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed Associated Pacific Constructors, Inc. Page E-1 thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the stn day of December 2019 . i2w&rw Associated Pacific Constructors Inc VJ Name of Contractor (Principal) Authorized Signat re/Title Western Surety Company Name of Surety 1000 Wilshire Blvd., Suite 1800, 18th Floor Los Angeles, CA 90017 Address of Surety (213)452-5961 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ ►T-� /_�tM By: Aaron C. Harp 11-19 .11 City Attorney Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Associated Pacific Constructors, Inc. Page E-2 **See Attached** ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Associated Pacific Constructors, Inc. ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �/JJ� �U/ 5 �b�6 (p SS. On . )De(,1111 before me, �� {��/� �� !'9. /..._,.__, Notary Public, personally appeared lal Li • 6. 116'?c/ , who 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 HEILEIGH BRIGHT person(s) acted, executed the instrument. CONM.N2267129 ,5 N 2 NOTARY PUBLIC -CALIFORNIA N sA+ LUIS Oa15Po coon I certify under PENALTY OF PERJURY under the My Comm Exp. Dec. 10, Y022 Y laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I'LACIi NOTARY SI?AL 1Y ABOVL SPACE, NOTARY'S SIGNATURE OPTIONAL INFORMATION The infonuation below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) INDIVIDUAL n CORPORATE OFFICER )01106/, L PARTNER(S) TITLEISI ATTORNEY-IN-FACT GUARDIAN/CONSERVATOR SUBSCRIBING WITNESS OTHER: SIGNER (PRINCIPAL)ISREPRESENTING: NAML• OF PERSON(SI OR ENTITY(IES) DESCRIPTION OFATTACHED DOCUMENT &•4ma176X &2'7w TITLE OR TYPE OF DOCUMENT •>- al-lvvwlire' NUMBER OF PAGES 12-9-19 DATE OF DOCUMENT RIGHT THUMBPRINT OF SIGNER r E 5 APA01PNI5 NOTARY BONDS, SUPPLIESAND FORMS AT IMP#WWW VALLEY•SIERRA.COM+:20052019VALLEY-SLERRAINSURANCE CALIFORNIA ALL-PURPOSE ACKNOWLEDOMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 12/05/2019 before me, A. MacFarlane, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameNkof Signer'(* who proved to me on the basis of satisfactory evidence to be the person(* whose name* is/am subscribed to the within instrument and acknowledged to me that iie/she/they executed the same in his/her/their authorized capacity(ibr), and that by his/her/their signature] on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. A. MACFARLANE Notary Public - California * Orange County > Commission # 2168592 My Comm. Expires Mar 27, 2021 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section /s optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 30089263 Document Date: 12/09/2019 Number of Pages: Three 3 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual la Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Company Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: • • ;11Q9j W wNtIM1,141111.00• •: •1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AB Men By These Presents, That WESTERN SUREfY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrkin, Sergio D Bechara, Margaret Gilmore, Rebecca Haas -Bates, Individually of Wine, CA, its true and lawful Anomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar mum - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation end all the acts of mid ABomey, pursuant to the authority hereby giver, are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2015. V"srre WESTERN SURETY COMPANY von,,"a 47' aul T. Brullat, Vice President State of South Dakota 1 County of Mirmehaha J On this 9th day of June, 2015, before me personally came Paul T. Btuflat, to me known, who, being by me duly sworn, did depose and my: that he resides in the City of Sioux Fells, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of mid corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of mid corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and dad of mid corporation. My commission expires �•*•+++++++•++++++++++++• S. ETCH I February 12, 2021 ,I: !xNPYARY FtJ_r�x� i 60UT/1 QAKOYAs&�J� S. Eich, Notary Public CERTIFICATE 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the mid corporation this 9th day of December , 2019 Form F4280.7-2012 st'�P WESTERN SURETY COMPANY r" woRa,°a (Dy lfr2ei..o dR L. Neimry AssirLaat Ce;.relary From: EXIGIS RiskWorks <notifications@riskworks.com> Sent: Wednesday, December 18, 2019 1:33 PM To: Morgan, Shelby Subject: City of Newport Beach: Notice of Waiver for Associated Pacific Constructors, Inc. Dear Business Partner, City of Newport Beach has completed its review of the insurance documentation submitted on behalf of Associated Pacific Constructors, Inc. and has waived its standard insurance requirements. The following comments were provided: Evaluation waived by reviewer No further action is required at this time. You will receive a renewal notice requesting the submission of updated insurance documentation in advance of expiration. If you have any questions, please contact EXIGIS Risk Management Services at sugport&exi ig s.com or 800-430-1589. Thank you for your cooperation and timely fulfillment of this important request. Sincerely, EXIGIS Risk Management Services On behalf of City of Newport Beach 800-430-1589 sup ort ,exigis.com Organizational Unit: City of Newport Beach -> Public Works Agreement Name: Balboa Pier Pile Replacement Agreement Number: 7746-1 City of Newport Beach BALBOA PIER PILE REPLACEMENT Contract No. 7746-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBlds. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 7746-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 11/21/2019 Date (805)772-7472,(805)772-5803 Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification(s) 1000001211 6/30/2020 DIR Registration Number Bidder Bidder's AuthorizedVSignature and Title Paul E. Gillen, President 495 Embarcadero Morro Bay, CA 93442 Bidder's Address Bidder's email address: paul@associatedpacific.com WEN City of Newport Beach Balboa Pier Pile Replacement (7746-1), bidding on November 25, 2019 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name Associated Pacific Constructors, Inc. Address 495 Embaracadero Morro Bay, CA 93442 United States Respondee Paul E Gillen Respondee Title President Phone 805-234-5055 Ext. Email paul@associatedpacifc.com Vendor Type CADIR License # 394886 CADIR 1000001211 Bid Detail Bid Format Electronic Submitted November 25, 2019 8:33:32 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 196429 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name Bid Docs APC Bid Docs.pdf Bid Bond page 6 of 31 APC Bid Docs.pdf Line Items Type Item Code UOM Qty Section 1 1 Mobilization 2 Remove Damaged Pier Pile Stub LS 1 LS 1 Unit Price $25,000.00 $4,000.00 3 Remove Damaged Pile Cap and Bracing LS 1 $10,000.00 4 Install New 14 -Inch (min) Pier Pile treated with ACZA 2.5 ret. LS 1 $39,000.00 5 Install New Cap Beam, and Hodzontal and Vertical Bracing, treated with ACZA 2.5 ret. LS 1 $24,500.00 PlanetSids, Inc. Page 1 Printed 11/25/2019 File Type General Attachment Bid Bond Line Total Comment $25,000.00 $4,000.00 $10,000.00 $39,000.00 $24,500.00 City of Newport Beach Balboa Pier Pile Replacement (7746-1), bidding on November25, 2019 10:00 AM (Pacific) Bid Results Type Item Code UOM qty Unit Price 6 Provide As -Built Drawings LS 1 $1,000.00 Subtotal Total Subcontractors Name $ Address Description License Num CADIR PlanotBids, Inc. Page 2 Printed 11/25/2019 Line Total Comment $1,000.00 $103,500.00 $103,500.00 Amount Type Paul E. Gillen President Associated Pacific Constructors, Inc. Summary Sole Owner / President of Associated Pacific Constructors, Inc. RMO California Contractors General Engineering License #394886A Over 45 years' experience project managing and ownership of Heavy Civil, Marine Contracting, Coastal Dredging operations and offshore oil service industries activities. Responsible for the successful management and completion of over $ 400 million dollars of marine and civil project revenues spanning 30 years as a project manager. Career History and Accomplishments Associated Pacific Constructors, Inc. — Morro Bay, CA - President / Owner 2005 -Present Company owns and operates Marine and Heavy Civil construction equipment, based in Morro Bay California and Wilmington, California. Under Paul's ownership the company has expanded over 300% in revenues and broadened the scope and geographic footprint of its operating areas. The company has a strong financial base with project and performance bonding capacity from an AAA rated insurer. Refer to website for company overview and capabilities, www.associatedpacific.com Pacific Constructors, Inc. — Morro Bay, CA - President / Owner 1999 - Present A Marine and Civil Contracting Project management company providing project management and business development expertise to a wide range of companies. Orion Construction, Inc. — Houston, TX - Vice President/ Shareholder 1994-1999 Specialty Heavy Civil and Marine construction company, originally formed as a fixed price project management company, which by 1997 had successfully completed over $55 Million of turnkey projects, and by 1998, became the largest Texas based marine contractor. Majority of projects 100% bonded through Travelers and later Aetna. WS Technology LTD. - Singapore - President / Principal Shareholder 1989-1994 Specialty industrial coating developer and manufacturer, with annual sales in excess of $10 Million USD. BMI Piling SND BHD. — Singapore - President / Principal Shareholder 1987-1992 Civil engineering, piling company and manufacturer of proprietary designed construction products sold to specialty residential and commercial markets of Malaysia, Thailand and Indonesia. Annual revenues in excess of $10 Million USD. Paul E. Gillen President Associated Pacific Constructors, Inc. Oceaneering International, Inc. — Singapore - Regional Vice President 1985-1986 A worldwide underwater service supplier (i.e. diving, ROV, ships, pipeline repair, etc.) delivering services to oil field services, US Navy, and private customers. Oceaneering International, Inc. — CA - General Manager -West Coast Division Oceaneering International, Inc. —Various Locations 1982-1985 - Project Manager Prior to 1979 1974-1982 - Commercial Diving career started 1968 Salvage diving /dock building Caribbean, east coast USA with commercial training Divers Training Academy, Commercial Diving Center. Activities included Hydro Electric repair and maintenance, Hyperbaric welding platforms and pipelines, platform installations, pipe lay, exploration support and extensive north sea bell bounce and saturation diving to depths exceeding 500'. As special Projects manager, lead diver, Supervisor, and Project Manager for Oceaneering International, Inc. and Seaway Diving AIS, Norway. Working from DP vessels, lay -barges, lockout submersibles, live -boat operations, jack -ups and semi -submersibles. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA PIER PILE REPAIR PROJECT NO. 17H03 CONTRACT NO. 7746-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-13 BACKGROUND INFORMATION 2-13.1 Beach Topography 2-13.2 Oceanographic Conditions SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7 7 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-3 INSURANCE 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 9 7-8.1 General. The Contractor shall be solely responsible for containing and collecting construction debris and dust such that no construction debris, dust, wash down or cleanup sweeping shall reach the ocean. 9 7-8.4 Storage of Equipment and Materials 9 7-8.4.2 Storage in Public Streets and Parking Areas 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 10 7-10 SAFETY 10 7-10.3 Haul Routes 11 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 12 PART 2 - CONSTRUCTION MATERIALS 13 SECTION 205 - PILES 13 205-1 TIMBER PILES. 13 205-1.1 General 13 205-1.1.1 Physical Characteristics. 13 205-1.1.2 Classes and Sizes — Bearing Piles. 14 205-1.1.3 Preservative Treatment. 14 205-1.1.4 Pile Protection. 14 205-1.1.5 Pile Wrap. 14 SECTION 206 — MISCELLANEOUS METAL ITEMS 14 SECTION 210 PAINT AND PROTECTIVE COATINGS 15 210-3 GALVANIZING. 15 210-3.1 General. 15 210-3.5 Repair of Damaged Zinc Coatings. 15 SECTION 305 — PILE DRIVING AND TIMBER CONSTRUCTION 15 305-2 TIMBER STRUCTURES AND TIMBER CONSTRUCTION 15 305-2.1 General. 15 305-2.2 Materials. 15 305-2.3 Workmanship. 16 305-2.7 Submittals. 16 305-2.8 Execution. 16 PART 6 - TEMPORARY TRAFFIC CONTROL 18 SECTION 600 - ACCESS 18 600-1 GENERAL 18 600-2 VEHICULAR ACCESS 600-3 PEDESTRIAN ACCESS SECTION 601- WORK AREA TRAFFIC CONTROL 601-1 GENERAL 18 19 19 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA PIER PILE REPLACEMENT PROJECT NO. 17H03 CONTRACT NO. 7746-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. H -5273-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: hftp://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS. DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page 1 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess an "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. Due to the complexity of removing and constructing a damaged ocean pier pile, only Contractors in the marine construction business for 10 years and experienced in the construction of ocean pier piles are qualified to bid on and construct this project. To be qualified to bid on and construct this project, the Contractor shall have successfully constructed or rehabilitated ocean pier piles in the last five (5) years. This prior ocean pier pile construction experience shall be listed within the TECHNICAL ABILITY AND EXPERIENCE REFERENCES section of the Contract Documents and submitted with the bid proposal. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of removing the damaged timber pile stub embedded below the mudline, removing timber cross -braces and a portion of the damaged pile cap and related hardware, installation of a new timber pile and related hardware, installation of new timber braces and a portion of the pile cap and related hardware, and performing all related work as required to complete the contract work in accordance with the drawings and specifications. 2-13 BACKGROUND INFORMATION 2-13.1 Beach Topography The Contractor is advised that beach sand at the project site is constantly shifting and may exhibit seasonal changes in overall dry beach width and depth offshore. The most recent beach elevations and offshore profiles are shown in the 2017 as -built drawings produced by COWI Marine North America (COWI) for the City of Newport Beach. Work Page 2 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) is planned for fall months when reductions in beach width and elevation can occur. The Contractor's superintendent shall be well -experienced in working under these conditions. 2-13.2 Oceanographic Conditions The Contractor is advised that the project site is located within a coastal zone that experiences variable changes in wind, waves, water level, current and weather. The Contractor is further advised that the project site is located within a coastal zone that may experience higher wave heights due to offshore wave refraction and shoaling effects. The work may be exposed to fall and winter storm wave attack. Portions of the work specified herein may require that the Contractor schedule his activities during times of most favorable tides. Lowest tides generally occur during the winter months when storm probability and high tides are highest. Low tides do not always occur during daylight hours. The Contractor shall be aware of the hazards, risks and work conditions likely to arise from weather variations and/or tidal variations and is advised to subscribe to a marine weather and wave forecast service and consult tide tables published by the National Oceanic and Atmospheric Administration. Daily tide elevations may vary from predicted tide elevations due to wind, storms, atmospheric conditions, and other effects. The bidder to whom this contract is awarded agrees by execution of the contract that the Contractor neither has nor shall have any claim, demand, action or cause of action against the City of Newport Beach, or any officer or employee thereof, on account of or in respect to any actual Oceanographical conditions that are in variance with predicted events. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Page 3 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner Page 4 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, aluminum cover plate, meter box or any other utility box or trench with lid is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box or trench with lid of identical type and size at no additional cost to the City. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls Page 5 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 10 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are considered to be 7:30 a.m. to 5:30 p.m., Monday through Friday. Portions of the work specified herein may require that the Contractor schedule his activities during times of most favorable tides. Any work to be done outside of the designated work hours shall be reviewed and approved by the Engineer. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours, unless otherwise approved by the Engineer. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11'h (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) Page 6 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) 11. December 26th thru 30th (City Office Closure) 12. December 31St (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a red -lined as -built plan set and photos (printed and digital) of completed work to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES Page 7 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. r6��e1=Z�7:7 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-3 INSURANCE 7-3.5 Additional Insurance Requirements. In addition to the insurance requirements specified in Section 7-3 of the Special Provisions, the Contractor shall also maintain statutory coverage to protect him from claims related to and be in compliance with the provisions of the Longshoremen's and Harbor Workers' Compensation Act. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. Page 8 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) 7-8 WORK SITE MAINTENANCE 7-8.1 General. The Contractor shall be solely responsible for containing and collecting construction debris and dust such that no construction debris, dust, wash down or cleanup sweeping shall reach the ocean. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets and Parking Areas Construction materials and equipment may only be stored in streets, roads, parking lots, pier or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. A temporary staging area has been pre -approved for this purpose, as shown on Sheet 2 of the Drawings. The Contractor shall obtain the Engineer's approval of an alternative site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base, pavement or concrete if the surface condition has been compromised during construction. The Contractor will be solely responsible to fence storage areas prior to material deliveries, and to safeguard equipment and materials 24 hours each day. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow Page 9 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS In general, all vehicle loads shall not exceed 2.5 tons. Vehicles used on the piers shall not exceed a gross weight of 10,000 pounds, nor shall an axle load exceed 8,000 pounds unless the vehicle/equipment is driven over timber mats or other means of distributing equipment loads in a uniform manner. The Contractor shall place 4' x 8' plywood sheets adjacent to the work area to eliminate staining and spillage of materials on the existing concrete deck. The contractor shall create a video recording of the work area on the pier prior to mobilizing to conduct its work. The video tape will document existing conditions and be used by the city to determine if the Contractor damaged the pier during the course of construction. The Contractor will submit the preconstruction video survey to the city before accessing the pier for construction. The Contractor shall submit to the Engineer for prior approval a written plan, with substantiating calculations, for distributing equipment loads over the pier. Any damage done by the Contractor to the existing structures (rails, utilities, etc.) or concrete deck shall be repaired at the Contractor's sole expense. In addition, the Contractor will only be allowed to operate or park equipment on the piers which will be used that day. Overnight equipment parking on the pier requires Engineer's prior approval. The contractor is cautioned to be especially careful in any welding and cutting operations to avoid fire in timber structures. The Contractor shall furnish and maintain all safety devices and extinguishers. A fire watch shall be established whenever welding or acetylene torches and other flame cutting devices are used. The fire watch personnel shall have a dry chemical extinguisher ready for use. The Contractor shall at all times keep the adjoining waters free from debris, scrap and misplaced materials resulting from his operations. All vessels of any description shall be removed from the site upon completion of each day's work. The Contractor shall protect the existing concrete pier deck in place. If damaged, minimum half -width sections of the concrete pier deck shall be replaced at no cost to the City. In addition, the Contractor shall also protect any donated/plaqued benches and the landscaping and irrigation at the base of both piers 7-10 SAFETY Page 10 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The pier is used by fishermen and pedestrians, for lifeguard activities, and for vehicular deliveries to the restaurant located at the end of the pier. The Contractor shall maintain continuous access for such use. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be Page 11 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization. Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, producing a preconstruction video, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed. It shall also include, but not be limed to, preparatory work and operations for the movement of personnel, equipment, supplies and incidentals to the project site and for all other work and operations that must be performed or costs incurred prior to beginning work on the various contract items on the project site. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Remove Damaged Pier Pile Stub. Work under this item shall include the removal and disposal of the remainder of the damaged pier pile and all related hardware, including the removal of any currently visible portion of the pile remaining below the mud line, and all other work items as required to complete the work in place. Item No. 3 Remove Damaged Pile Cap and Bracing. Work under this item shall include the removal of the damaged portion of pile cap, and vertical and horizontal bracing connecting to Bent 31, as required to complete the work in place. Item No. 4 Install New 14 -Inch (min) Pier Pile treated with ACZA 2.5 ret. Work under this item shall include the installation of a pre -wrapped, (minimum) 64 -foot long, 14 -inch diameter timber pile, pressure treated with Ammoniacal Copper Zinc Arsenate (ACZA) to a retention of 2.5 pounds per cubic foot, including all related hardware, and all other work items as required to complete the work in place. Item No. 5 Install New Cap Beam, and Horizontal and Vertical Bracing, treated with ACZA 2.5 ret. Work under this item shall include the installation of the 12x12 cap beam to replace the damaged portion of cap on Bent 31, installation of (2) new 4x8 cross -braces, all pressure treated with Ammoniacal Copper Zinc Arsenate (ACZA) to a retention of 2.5 pounds per cubic foot, including all galvanized steel hardware. This item also includes temporary removal and re -installation of 6x8 horizontal bracing, including all galvanized steel hardware, and all other work items as required to complete this work in place. Item No. 6 Provide As -Built Drawings. Work under this item shall include a redlined set of Drawings submitted by the Contractor upon completion of the project. The Drawings shall reflect all deviations from Contract Drawings made during Construction and show the exact dimensions, geometry, and location of all elements of the Work completed under the Contract. As -Built drawings shall be submitted to the Engineer. An amount of $1,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of As -Built drawings. Page 12 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 205 — PILES 205-1 TIMBER PILES. 205-1.1 General All materials are to be new and shall be furnished by the Contractor in conformance with the drawings and as specified herein. Certifications of compliance for pressure treatment, piles shall be pressure treated with Ammoniacal Copper Zinc Arsenate (ACZA) to a retention of 2.50 pounds per cubic foot and inspected in accordance with the latest AWPA standards for a UC513 use -category system. All pilings under these specifications shall be Pacific Coast Douglas Fir piles for Marine use and shall be in conformance with these specifications and with ASTM D-25. The contractor shall have the piling delivered and unloaded at the Balboa Pier. The piling shall have proper tags and documentation attached. The pile shall be covered with pile covers prior to driving as shown on the drawings and as specified herein. All piles shall have 4 steel bands applied after being treated. The bands shall be in 1 % inch wide 0.31 inch thick cold- rolled steel, fully heat treated, painted and waxed. The strap shall be located at 24 inches, 18 inches and 12 inches from the butt end and 12 inches from the tip end. The Contractor shall remove the lower portion of the damaged existing pile, which presumably cracked at the mudline. Jetting should be used to free the pile prior to removal, without overloading the pier structure. The new pile may be placed in the void created in the soil by the extracted pile and shall be jetted or driven to the location and depth shown on the Drawings. During installation, the new pile shall be carefully repositioned to its final location under the cap beam. Piles cracked during installation shall be removed and replaced by the Contractor at their sole expense. 205-1.1.1 Physical Characteristics. Page 13 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) Manufacture. Piles shall be clean peeled, using a machine peeler. All inner and outer bark shall be removed; care shall be exercised to see that the sapwood is not cut through or removed in the process of peeling. Butts and tips shall be sawed square with the axis of the pile. All knots and limbs shall be trimmed or smoothly cut flush with the surface of the pile, except that knots may be hand trimmed flush with the surface of the swell surrounding the knot. Insofar as practicable, all edging, boring, chamfering, gaining, trimming, etc. shall be done prior to treatment. 205-1.1.2 Classes and Sizes — Bearing Piles. For bearing piles, the minimum circumference of piles after peeling shall be 43 inches, measured 3 feet from the butt. In piles not having a circular cross-section, the longer diameter shall be not more than 1.2 times the shorter diameter. The minimum tip diameter shall be 10 inches. The minimum length of the bearing piles to be furnished and installed shall be 64 -feet. 205-1.1.3 Preservative Treatment. Contractor shall furnish new, round Pacific Coast Douglas Fir timber piles for Marine use conforming to ASTM D-25. Certifications of compliance for pressure treatment, with minimum retention of 2.5 pounds per cubic foot of Ammoniacal Copper Zinc Arsenate (ACZA) shall be submitted for approval prior to acceptance of piling. The piling shall have proper tags and documentation attached. The pile shall be covered with pile wraps prior to driving as shown on the drawings and as specified herein. 205-1.1.4 Pile Protection. The Contractor shall clean and prepare the timber pile cap for the use of Fox Industries FX -70 Pile Protection System. The Contractor shall use Fox Industries Trowel -Grade Epoxy Grout FX -763 to fill cracks and splits in the pile cap per Fox Industries written Instructions. 205-1.1.5 Pile Wrap. Inner pile wrap shall be 20 mil Polyethylene containing no reprocessed resin. Outer wrap shall be Seashield Series 160 HDPE (150 mil or greater) as manufactured by DENSO North America or Engineer approved equal. Pile wrap shall be attached with minimum 20 penny stainless steel nails and stainless steel washers as approved by the Engineer. Pile shall be wrapped to a minimum of 3 -feet below the mudline and approximately 8 -feet above the M.L.L.W. Datum, approximately 33 -feet in continuous length. Page 14 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) SECTION 206 — MISCELLANEOUS METAL ITEMS All items of hardware such as steel plates, shapes, shim plates, bolts, chain guides, threaded rods, lag screws, nuts, washers, screws, nails, spikes, timber connectors and fasteners shall be furnished and installed as required, unless otherwise noted on the plans. Nails shall be common wire nails, unless noted otherwise. Bolts, nuts and washers shall be hot -dip galvanized in accordance with ASTM A-153. Nuts and bolts shall be threaded before galvanizing. Malleable iron washers shall be used wherever bolt heads or nuts bear upon wood or plastic. Malleable iron washers and nuts shall conform to ASTM A-47. All work shall be galvanized after fabrication and furnished and installed as required." SECTION 210 PAINT AND PROTECTIVE COATINGS 210-3 GALVANIZING. 210-3.1 General. All fabricated metal items, plate, angle, brackets, clips, bolts, nuts, washers, and miscellaneous hardware shall be hot -dip galvanized in conformance with Section 210-3 unless noted otherwise on the Plans. All galvanizing shall be done after fabrication. 210-3.5 Repair of Damaged Zinc Coatings. All damaged galvanizing shall be treated in accordance with this section of the Standard Specifications. Hardware shall be galvanized after cutting, forming, bending, welding or after being damaged. SECTION 305 — PILE DRIVING AND TIMBER CONSTRUCTION 305-2 TIMBER STRUCTURES AND TIMBER CONSTRUCTION 305-2.1 General. Timber construction consists of furnishing supervision, labor, materials, transportation, equipment and incidentals necessary for installing, and replacing missing or damaged cross bracing and horizontal bracing; drilling holes; fabricating metal items for connection of associated timber work to existing and new cross bracing and horizontal bracing as may be directed by the Engineer. Bolts, anchors, straps and similar items which are not specifically called for under this Specification, but which are needed for Page 15 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) the installation of various parts of the work, shall be provided and installed by the Contractor. 305-2.2 Materials. Unless noted otherwise on the Plans, all new and replacement timber and lumber material for cross bracing and horizontal bracing shall be rough size Pacific Coast Douglas Fir, Number 1 or better. All timber and lumber shall be pressure treated with Ammoniacal Copper Zinc Arsenate (ACZA) to a retention of 2.50 pounds per cubic foot and inspected in accordance with the latest AWPA standards for a UC5B use -category system. For all hardware, unless otherwise noted on the plans: A. Bolt replacements shall be 1" diameter with nuts and lock washers unless otherwise indicated. B. Structural plate and shapes shall conform to Section 206. 305-2.3 Workmanship. Any existing materials or members not shown to be removed or replaced that are damaged during the construction shall be replaced with new materials to match the existing. Lumber shall be connected and fastened as indicated on the plans. Members to be bolted shall be predrilled no more than 1/8 -inch larger than the bolt diameter. Splices shall be staggered. Drilling and cutting of lumber in field shall be minimized, as it exposes untreated wood. Handling and care of pressure treated wood shall conform to the requirements of the latest AWPA Standard Instructions for the Care of Pressure Treated Wood. All necessary cuts, bolt holes, etc., in piling or lumber, existing or new, shall be swabbed thoroughly with two coats of copper napthanate. Contractor shall remove laitance, grease, oil, rust, and other bond inhibiting materials from cracks, splits and crevices in the pier's structural elements by wire brush, sand blasting or water jet prior to epoxy application. 305-2.7 Submittals. A. Supply Certificates of materials compliance for all timber and lumber. B. Furnish the Engineer, one week prior to doing any timber work, with certificates of wood preservative treatment for approval. The written certifications and plant inspection analysis reports shall conform to the requirements the latest AWPA Standards. Any timber delivered to the job site that does not meet the minimum requirements of net retention and/ or penetration of preservative shall be rejected by the Engineer. Rejected material shall be immediately hauled away by the Contractor at his own expense. Page 16 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) 305-2.8 Execution. A. Protection of Piles Care shall be taken to avoid damage to the piles when placing them in the leads and during the driving operations. Piles shall be laterally supported during jetting and driving, but shall not be unduly restrained from rotation in the leads. Special care shall be taken in supporting battered piles to prevent excess bending stresses in the piles. B. Driving Helmets and Cushion Blocks A driving helmet or cap including a cushion block or cap block of approved design shall be used between the top of the pile and the ram to prevent impact damage to the pile. The driving helmet or cap shall fit snugly on the top of the pile so that the energy transmitted to the pile is uniformly distributed over the entire surface of the pile head. The cushion block may be a solid hard- wood block with the grain parallel to the pile axis and enclosed in a close- fitting steel housing. The cushion block shall be re- placed if it has been damaged, split, highly compressed, charred or burned, or has become spongy or deteriorated in any manner. Under no circumstances will the use of small wood blocks, wood chips, rope or other material permitting excessive loss of hammer energy be permitted. C. Orientation of Piles The Contractor shall remove the existing pile to be replaced. In the event that the Engineer deems such removal impossible, the Contractor shall cut off and remove the existing pile at 1 -foot minimum below the sand line. The replacement pile shall then be placed adjacent to the remainder of the existing pile and driven immediately adjacent to the former pile's position along the pile cap. Pile orientation is critical; therefore, special care shall be given to maintain proper orientation during jetting and driving. D. Driving Piles Piles shall be driven as close as possible in the position shown on the plans. The maximum allowable tolerance for deviation from the plans location shall be two (2) inches perpendicular to bents and six (6) inches parallel to bents. Minimum driven penetration of piles below jetted penetration or pre - drilled hole bottoms shall be 3 feet. The pile hammer shall develop a striking force of at least 15,000 ft.-Ibs. and a maximum of 20,000 ft. -lbs without injuring the pile. The Contractor shall take every precaution against breaking or damaging the piles. During driving operations, any piles that are broken, damaged, or that do not meet driving tolerance shall be pulled and replaced by the Contractor at his sole expense. E. Fittings Piles shall be cut off in a smooth horizontal cut at the bottom of pile cap elevation. The piles shall then be treated across the cut, fitted with a 16 -gauge galvanized disk and forced under the pile cap. The pile shall then be shimmed to maximum bearing under the pile cap with treated shims, and secured with drift pins and Page 17 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 17H03) bolted straps. Shims shall be treated with Ammoniacal Copper Zinc Arsenate (ACZA) and shall be of a size that will assure a driving fit; lag bolt shims in place. F. Pre -drill pilot holes with a bit 1/16 inch less diameter than the diameter of the nail for all nails larger than 16d. Nail without splitting wood. G.. Drill straight and true from one side only. H. Do not bear bolt threads on wood, but use malleable iron washers under head and nut where both bear on wood, and use malleable iron washers under all nuts. Waffle washers shall be used on pile connections. I. For stinger, pile cap, pile, and other treated wood members which have ends cut off or holes drilled, the cut surface or the hole shall be thoroughly cleaned and treated per the latest AWPA Standards. J. Pour bolt holes full of preservative prior to installing bolts. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 — ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. The Contractor shall install and maintain signage, as approved by the Engineer, indicating that Ruby's will remain open during construction. Page 18 of 19 City of Newport Beach Balboa Pier Pile Repair (Project No. 171-103) 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. The Contractor shall accommodate the City's trash collection and deliveries to Ruby's restaurant on the pier. If necessary, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718-3466 and all affected property owners. Page 19 of 19