HomeMy WebLinkAboutC-7009-1 - Concrete and Pavement Replacement ProgramSeptember 26, 2018
S&H Civilworks
Attn: Jesse Sotto
1801 Hilltop Drive
Colton, CA 92324
CITY OF iNIFWPOPT SEAC!�:
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
Subject: Concrete Pavement and Replacement Program (FYI 6/FY17) — C-7009-1
Dear Mr. Sotto:
On September 26, 2017, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 days after the Notice of Completion had been recorded
in accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
September 27, 2017 Reference No. 2017000409868. The Surety for the contract is
U.S. Specialty Insurance Company and the bond number is 1001023414. Enclosed is
the Faithful Performance Bond.
Sincerely,
I i
Leilani I. Brown, MMC
City Clerk
Enclosure
Executed in Duplicate
R ium is for contract term and is subject
to adjustment based on final contract price
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 1001023414
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 13,319.00 , being at the
rate of $ 18.00 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to S&H
Civilworks hereinafter designated as the "Principal," a contract for: removing sidewalk,
curb and gutter, and access ramps; removing or pruning tree roots; removing trees;
constructing Portland cement concrete ("PCC") sidewalk, curb and gutter, and access
ramps; installing tree root barriers, restoring private irrigation and improvements
impacted by the work, and other incidental items to complete work in place as required
by the contract documents, 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 U.S. Specialty Insurance Company
, duly authorized to
transact business under the laws of the State of Califomia as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Seven Hundred Thirty Nine Thousand Nine Hundred Forty Dollars and 001100
($739,940.00) 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
S&H Civilworks Page B-1
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the Work to be performed
thereunder 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 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 3rd day of January 2017 .
S&H Civilworks
Name of Contractor (Principal)
U.S. Specialty Insurance Company
Name of Surety
625 The City Drive So. #205
Orange, CA 92868
Address of Surety
714-740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICI
Date: -...- - t -.I
--
By:
By: -�/, L --
Aaron 1C. Harp h,q,r 7•�d,�
City Attorney
f7ersl
Au orized Signature/Title
Authorized Agent Signature
Laurie B. Druck, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
S&H Civilworks Page B-2
CALIFORNIA ALL-PURPOSE ACM-WLEDGEMENT
State of California
County of San Bernardino Ss.
On January 3, 2017
personally appeared Laurie B. Druck
CYNTHIA J.YOUNG
00Commission
Notary Public -California
a San Bernardino County z
Z # 2157044 a
My Comm. Expires Jul 15, 2020
before me, Cynthia J. Young, Notary Public
Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the
within instrument and acknowledged to me that she
executed the same in her authorized capacity,
and that by her signature on the instrument the
person, or the entity upon behalf of which the person
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.
ignaty a of Notary PubA
r f
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of [
Document Date:
Signer(s) Other'
Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's
O Individual
O Corporate Officer
Title
O Partner -- O Limited Cl General
O Attorney -in -Fact
O Trustee
O Guardian or Conservator
Other:
Signer is representing:
Number of Pages:
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)
S&H Civilworks Page B-3
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE N4 07984
SAN FRANCISCO
Amended
CertifiCate of Authority
THIS IS TO CERTIFYT THAT. Pursuant to thellmsuravice Code of the Stare of California,
U.S. Spacialty Insurance Company
Of Houston, Texas , organized under rite
taws of Texas , subject to its Articles of Incorporation or
otherfundamenral organizational documents• is hereby authorized to transactwithin theStafe, subjectio
all provisfons of this Cersyeare, the following cfasses of insurance:
Fire, Marine, Surety, Disability, Liability,
Workers' Compensation, Aircraft, end Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and nor in violation efany, of the applicable laws and lawful requirements rade
under authority of the lows of rhe State of California as long as such laws or requirements are in effect
and applicable, and as such laws and requimments now are, or may herec&er be changed or amended.
IN WITNESS WHEREOF, effective as ofrhe 29th
day of December 1 2004 ,Ihavehereunto
set my hand and caused my official seal to be affued this
29th day of December 2004,
By
for Ida 2odrow
NOTICE:
Quliflcadan with the S.tary of State must be Ace mplishcd as requited by etc a ode 9,
after isauonae of this Certificate of Authority, Failure to do so will be a violation of Insurance Code Section 701 and v
groandi for revoiin6 this Certlltml of Authority pursuant to the <onvenanu made in the application therefor and the
conditions contained herein
ram cs,
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
— WB BY THESE PRESENTS: That American Contracfas d nrm mean a California corporation, Texas
tWi_ Q&M an assumed name of American Contractors Indemni% utliarty tiee tes Surety Company, aMaryland
corp iodlird U.S. Specialty Insurance Company, a Texas corporation (c OWthe "Companies"), do by these presents make,
constitute and appoint:
Jay P. Freeman, Pamela McCarthy, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California
its true and lawful Attomey(s)- n ta�hel�seracapacity if more than one is named above, with full pswer aa�atty
hereby: conferred in its name, placd%&0d!ffe1 eknowledge and deliver any and all bonds, recogmzaltefr�rr a kttr�s
-- —
or other instruments or contractssure�yship�o include riders, amendments, and consents of surety, praVrdin-g bond
penalty does not exceed *****Three Million""* Dollars ($ **3,00(,000.00** ),
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies: -
"lvA T resider, any Vice-president, any Assistant Vice -President, any Saturets Ass orSecri:7sry shall be and is hereby vested with full
i t a LMr§Ro>2point any one or more. suitable persons as Attorney(s)-in-Fact to represddafiTacEf r and NbeftW of the Company subject to the following
AttdFM5,in-Fact may be given full power and authority for and in the name of and on behalf dP& Company to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolved that the signature of any a grfMj n ff ompany heretofore or hereafter affixed in any power of attorneys &ngqmrrrarmeWbM
thereto by facsimile, and any power of attor W ficftb�ile signature or facsimile seal shalt be valid and binding upon the man ith e_ape to
any bond or undertaking to which it is attachRE0
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
o _ UNITED STATES SURETY COMPANY U.S SP _ _ (IMPANY
ceSfS aURFr .............N . .h \mureq FWy — -
BY:
rn3_ +�
Aguilar
Daniel P. ir e
V
ce Presnt
Y s a " ,
•,.?4FpaM0'o`• � ..�•q,EOFtE+P``o ..'�..
A notary public or other officer completing*sre ftfca�vi 0 manly the identity of the individual who signed the - - -
document to whichthis certificate is atm-hed agd n�T ss, accuracy, or validity. of that document.
State ofCalifornia _ -=--- -
County of Los Angeles SS: -
On this 1 st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indy Company, Texas Bonding Company, United States Surety Company and U.S. Speciai-Insurance Company who proved to me on
-LaoJn is of w—ifflffft evidence to be the person whose time is subscribed to the within trim"4#6p ll w edged to me that he executed the same. in
- tu€authtutze a tet
nd that by his signature on the instrument the person, or the eni upBti elraifof vaaici€tfusperson acted, executed the instrument.
I MW6,16PPENALTY OF PERJURY under the laws of the State of California that th7`vegdfuq*agiaph is true and correct.
WITNESS my hand and official seal.
MARIA G. RODRIGUEZ-NfONG
Commission #' 2049711
Signature Notary Public - California i
- Los Angeles Coun
— - ty
- M Comm: Ei Irea Dae 20.2017 J -
I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
fereoLEI have h reunto set my hand and affixed the seals of said Companies at Los Angeles, California this 3rD -day -
Corporate seals `.:4 *tA�ClORB''y" o`otE6,aURFT}. 0ON91NQ'0 "' \o0 J!ns •(h� ��� qr�.,
ai! Omg yP p' Q �� y E+C Dj
iaa��l - p : > 'w w' ='Y' Michael Chatekson, Assistant Secretary
Bond No. I. oo.
Agency No. 3501 "3 e.;=- s�greor tE+°y • -
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 (n D ' r -D ss.
On CA ! i -11 Zc? i -'I 2a._j_I before me, ll i �4l
Notary Public, personally appeared 'CC.SS So t F t 3
who proved to me ori itie basis of satisfactory evidence to be the personi�) whose name(pry
{Is%a�e subscn�d to th within instrument and acknowledged �-me_that he/she/they executed
`the same in Ishe�th it authorized capacity(�s), and that by(his rltt%ir signatures(s) on the
instrument th� person��'j, or the entity upon behalf of which the person(a'1 acted, executed the
instrument, l%
certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
MONIQUE LAHTI
WITNESS my hand and official seal.
'rm commission 20402 Z
- Notary Public - i California z
r.;
San Bernardino County
My Comm. Ex, res Oct 2, 2017
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 1 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)
S&H Civilworks Page B-3
December 4, 2017
S&H Civilworks
Attn: Jesse Sotto
1801 Hilltop Drive
Colton, CA 92324
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039FAx
newportbeachca.gov
Subject: Concrete Pavement and Replacement Program (FY16/FY17) C-7009-1
Dear Mr. Sotto:
On September 26, 2017 the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release the
Labor & Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
September 27, 2017, Reference No. 2017000409868. The Surety for the bond is U.S.
Specialty Insurance Company and the bond number is 1001023414. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
Executed in Duplicate
nium included in charge for
Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 1001023414
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to S&H
Civilworks hereinafter designated as the "Principal," a contract for: removing sidewalk,
curb and gutter, and access ramps; removing or pruning tree roots; removing trees;
constructing Portland cement concrete ("PCC") sidewalk, curb and gutter, and access
ramps; installing tree root barriers, restoring private irrigation and improvements
impacted by the work, and other incidental items to complete work in place as required
by the contract documents, 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, U.S. Specialty
Insurance 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
Seven Hundred Thirty Nine Thousand Nine Hundred Forty Dollars and 00/100
($739,940.00) 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 terns 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.
S&H Civilworks Page A-1
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 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder 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 3rd day of January 20 17 .
S&H Civilworks
Name of Contractor (Principal)
U.S. Specialty Insurance Company
Name of Surety
625 The City Drive # 205
Orange, CA 92868
Address of Surety
714-740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICI
Mata- ;I I . 1 ._ ` ' 1
�r
By.
Aaron C. Harp
City Attorney
c_
PP i ll
A1.11111orized Signature/Title
1uL, 6 QAy*
Authorized Agent Signature
Laurie B. Druck, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BEA TTACHED
S&H Civilworks Page A-2
CALIFORNIA ALL-PURPOSE ACKM^WLEDGEMENT
State of California
County of San Bernardino ss.
On January 3, 2017
personally appeared Laurie B. Druck
CYNTHIA J. YOUNG
Notary Public - California
San Bernardino County z
Z Commission # 2157044
My Comm. Expires Jul 15, 2020
before me, Cynthia J. Young, Notary Public
Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the
within instrument and acknowledged to me that she
executed the same in her authorized capacity,
and that by her signature on the instrument the
person, or the entity upon behalf of which the person
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.
Sid tura %tary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of [
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
O Individual
O Corporate Officer
O Partner -- O Limited O General
O Attorney -in -Fact
O Trustee
O Guardian or Conservator
Other:
Signer is representing:
Number of Pages:
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($)
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)
S&H Civilworks Page A-3
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE Na. 07984
SAN FRANCISCO
Amended
Certificate of Authority
TFUS IS TO CERTIFY THAT, Pursuant to thelnsurance Code of the State of California.
U.S. Specialty Insurance Company
Of Houston, Texas , organized under the
Imus of Texas , subject to its Articles of Incorporation or
oiherfundamentat organizational documents, is hereby authorized to transactwithin the State, subject to
all provisions of this Certificate, rhe following classes of insurance:
Fire, Marine, Surety, Disability, Liability,
Workers' Compensation, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
fufl compliance with all, and nor in violation of airy, of rhe applicable laws and lawful requirements trade
tinder aluhorfry of the Iaws of the State of California as long as ruch laws or requirements are in effect
and applicable, and as such laws and requirdmenrs now are, or may lemgfter be changed or amended.
IN WITNESS WHEREOF, effective as of the 29th
day of December 2004 ,)havehemunto
set my hand and caused my official seal to be effxed this
29th day of December 2004
By
' for Ida Zodrou Dry
NOTICE:
Deput
Qualifeadon with the Seaeury of Suite must be amompinhed as required by th�Ofl.:.=,Cod.S..6.001
ode d
slier isauanr of Chit Certificate of Authority, Failure to do so will bcaviolausn and Ilhe
eroond,for revoking ere CcnlRate of gnthoriry pursuantto the eonvensnu: made is the applicalioo therefor sed the
reunion[ crevold d herein.
M M@f
ffib Mr m PA,
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
MIR BY THESE PRESENTS: That American Contracus M i4 tGl lrnmpa a California corporation, Texas
_ i&MR[w, an assumed name of American Contractors Indemnt_Wt'c any Ii1*ddRWes Surety Company,: a Maryland: _.
-�orgorahon and U.S. Specialty Insurance Company, a Texas corporation (cii�fectiverthti Companies"), do by these presents make,
constitute and appoint:
Jay P. Freeman, Pamela McCarthy, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California
its true and lawful Attorney(s)-in-Slat it en _,_TW capacity if more than one is named above, with full �zz w&d Q111IM&V
hereby conferred. in its name, place - A madMem owledge and deliver any and all bonds, recognizau6viculiherta s-
or other instruments or contracts e -f sunt ship to include riders, amendments, and consents of surety, providing-fe bond
penalty does not exceed *****Three Million***** Dollars ($ **3,000,000.00** ).
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies_,
Sn/ice tiv-iESEPresident, any Vice-Presidcn4 any Assistant.Vice-President, any fretq�sstsFan-Secmftry shall be and is hereby vested withfull
�M a&M oint any one or more suitable persons as Attomey(s)-in-Fact to represe an actfer attld otrbs)=iatf of the Company subject to the following
cion
Attorney -in -Fact maybe given full power and authority for and in the name of Sudan behalf cTWe Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
- - BeN Resolved that the Signature of any aftori dSWicepnnJlMMtfi2Xompany heretofore or hereafter affixed to any power of attorney Vpps to C_ XX
thereto by -facsimile, aad%my power of attoP a fic ile signature or facsimile seal shalt be valid and binding upon the 6%*%tb 0c
any bond or undertaking to which it is auach8il=IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
I st day of December, 2014.
-- — AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDILIC ComPANY
- UNITED STATES SURETY COMPANY U.S SPIUAM PANY
9� Mfg 25
t4. dS�9 sUT, neoND YG C"., i�
N Ob - `tea" O
%01
w;z-
a 1T
s, a s� 9� s By:
Daniel P. Aguilar, Vice Prest ent
r s.
'n �9f60AA�P.o° •k'' <.9rFOF t6♦•rF�. {.
A dobWPuhfc:or other officer comp"It caMvffili�nly the identity of the individual who signed the
document to whieh this certificate is afloSOM nsHh liTldu�ss, accuracy, or validity of that document. n
StateafCalifomia
County of Los Angeles SS:
On this 1 st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Index Company, Texas Bonding Company, United States Surety Company and U.S. Specialofasurance Company who proved to me on.
wf Sffiievidence to be the person whose name is. subscribed to the withint1$Inmanc�owlede�d ed to me that he executed the same in
iss[I¢eand that by his signature on the instrument the person, or the acted, executed the instrument.
VM c undMr7ENALTY OF PERJURY under the laws of the State of California that thegoiog aragraph is true and correct.
WITNESS my hand and official seal.
MARIA G. RODRIGUEZ•WI I
Commission M 2049771
Signature Meat) - i Notary Public - California i =
Los Angeles County
M Comm. E Tres Dec 20, 2017 � -
I, Michael Chalekson , Assistant Secretaryof American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect,
�i toss -Where I have h�gun o set my hand and affixed the seals of said it2pantes a€I;o-s ADgeles, California this3ro _day
_
Corporate Seals st 9 n,............
..`oHt0.�
RBM1
'ti,
Coc, caot ine ry ..,
L
350t
Bond No. I40- ' �; = .� + Michael Chalekson, Assistant Secretary
Agency No. 46 £ *o,fi �t9rFt *,i FJ
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
On COI 1 11 , 20F before me,N1rl t( 1 k A LC �-14i
Notary Public, personally appeared — is ,5 S2, fl
who proved to me on the basis of satisfactory evidence to be the person() whose name(A.)
is (e subscribed to the within instrument and acknowledged to me that 3sh6/tMy executed
the same in 4�i of/thefr authorized capacity(iVs), and that by �ilhe�/their signatures(s) on the
instrument the person(o, or the entity upon behalf of which tt a personal acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the 1aws,-
#he-" a'fA { at the
foregoing paragraph is true and correct.
w s
hi0N10UE LAHTI II,,
commission
CF' 2040293 6
WITNESS my hand and official seal.
t,
tY
Notary Public -California
San sernauino county
{ ---�
My Comm E ares Oct 2, 2017
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)
S&H Civilworks Page A-3
Document -4035764 -Page -1
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 1 of 1
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
1'Illllllll11Jl 1[l 11111 11l11 111l 1111l 1l11l11l111l1 NO FEE
+ L R 0 0 0 9 5 9 9 9 9 1$+
201700040986810:07 am 09/27/17
7 SC5 N l2 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and S&H Civilworks, Colton, California, as
Contractor, entered into a Contract on December 13, 2016. Said Contract set forth
certain improvements, as follows:
Concrete Pavement and Replacement Program FY16/FY17 - C-7009-1
Work on said Contract was completed, and was found to be acceptable on
September 26. 2017, by the City Council. Title to said property is vested in the Owner
and the Surety for said Contract is U.S. Specialty Insurance Company.
BY A�
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. ff�� -f
Executed on NI 027 I at Newport Beach, California.
Ma
about:blank 09/27/2017
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and S&H Civilworks, Colton, California, as
Contractor, entered into a Contract on December 13, 2016. Said Contract set forth
certain improvements, as follows:
Concrete Pavement and Replacement Program FY16/FY17 - C-7009-1
Work on said Contract was completed, and was found to be acceptable on
September 26, 2017 by the City Council. Title to said property is vested in the Owner
and the Surety for said Contract is U.S. Specialty Insurance Company.
BY I%V�✓
Public Works Director
City of Newport Beach
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. 6-a
rr� �nn
Executed on 6 -al Vl 027 at Newport Beach, California.
MR
a&-
a
City Jerk P-
0141-
OC9</ OR
ecC
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 22nd day of November, 2016,
at which time such bids shall be opened and read for
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
$ 700,000.00
Engineer's Estimate
Approved by
Mark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanylD=22078
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
Located at 659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification required for this project. "A"
For further information, call Ben Davis, Protect Manager at (949) 644-3317
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http //newportbeachca gov/government/open-transparent/online-services/bids-rFps-
vendor-registration
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................3
BIDDER'S BOND............................................................................................................5
DESIGNATION OF SUBCONTRACTOR(S)...................................................................8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17
INFORMATION REQUIRED OF BIDDER.....................................................................18
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
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
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 Once)
DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info 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 ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be
signed)
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, 2 n Floor of
the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashiers 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.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidders security shall be held until the Contract is executed.
Original copies must be submitted to the City Clerk's Office by the Bid Opening Date.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available 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 1770-7961 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.
The signature below represents thattheabove has been revi
P2 •• 51(k -A
Contractor's License No. & Classification Autho ' I ad Sigrr&WrelTitle
DIR Reference Number & Expiration Date
:..
4
1( /ZZA to
Date
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
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 amount bid not to exceed Seventy Four
Thousand and No/100 Dollars ($74,000.00)* *Dollars ($ 74,000.00 ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM, Contract No. 7009-1 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 fror%jiA
obligations under this Bond.
Witness our hands this 16th da}
S&H Civilworks
Name of Contractor (Principal)
U.S. Specialty Insurance Company
Name of Surety
Authorized Agent Signature
625 The City Drive South #130, Orange, CA 92868_ Laurie B. Druck, Attorney -in -Fact
Address of Surety Print Name and Title
714-740-7000
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
5
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of San Bernardino ss.
On November 16, 2016
personally appeared Laurie B. Druck
CYNTHIA J. YOUNG
Notary Public - California
z�m San Bernardino County D
z . Commission # 2157044
My Comm. Expires Jul 15, 2020'
before me, Cynthia J. Young, Notary Public
Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the
within instrument and acknowledged to me that she
executed the same in her authorized capacity,
and that by her signature on the instrument the
person, or the entity upon behalf of which the person
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 andofficialseal.
Sig ature f f otary Public
OPTIONAL
Though theinformation below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this fore to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Individual
O Corporate Officer
❑ Partner -- ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
Other:
Signer is representing:
Number of Pages:
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors, Indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint:
Jay P. Freeman, Pamela McCarthy, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Three Million***** Dollars ($3,000,000.00** **),
This Power ofAttorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by
authority of#ailowing resolutions adopted by the Boards of Directors ofthe Companies:
Be N Result that the President, any Vice -President, any Assistant Vice-president, any Secretary or any Assistant Secretary shall be and is hereby vested with full
_powe€adil authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following
provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, connects, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by anyeach Attorney4ti-Fact shall be binding upon the Company as if signed by the President and sealed andef ected:
by the Corporate Secretary. -
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificale reli d ig
thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seats to be hereto affixed, this
lstday _ofDecent*, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY `I'ExA3 BONDING COMPANY
Corpt7Prite SLdI3 - UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COb4PANY
Zpj.QpR` ,a"'98�R .»NOiYOdp a xew`•.
. v a e/ c¢
F' n'et CLQ ?ntl''•
3r "•,Cs= w, os az Zvq car E -p
s t z
r
Daniel P. Aguilar, Vice President
ry4LKepyF4�, ee ♦ „ 9t-F�F^EjF 4.,
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, add'not the truthfulness, accuracy, or validity of that document,
oiaw ar ,aurum u
County of Los Angeles SS:
On thislst day of December, 2014, before me, Mena G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indermrit} €ompany, Texas Bonding Company, United States Surety Company find- U3. Specialty Insurance Company who proved to me on
"basis of satisfaettuy evidence to be the person whose time is subscribed to the within ma&vment andacknowledged to me that he executed the same in
bisihithorized capacity, and that by his signature on the instrument the person, or the entityuponbehalf of which the person 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.
MARIA G. RODRIGUE2-1111ONG
_ Commission N 2049771
Signature (Seal} iNotary Puhlic -California i
Los Angeles County >
M Comm, Et fires Dec 20, 2017
I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force -and effect. .
In W,,, }}'��lless 1 rereaof, I have herepnto set my hand and affixed the seals of said Companies at Los Angeles, California this 1'_7 V\ day
of J��• �QL10
Corporate Seals � »^^.�
o�iRAci!'p�q�s `4 tigFhi
-u erns CP 'n x ✓ V n
NO)
Michael Chal
Bond No. f01D 'AIN h* 'ts eksan, Assistartt Secretary
Agency NO. 3501 �.„"�tuonu,*� '7 *F °;9>eoFn+c"O
n.nnunn40
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
State law requires the listing of all subcontractors who will perform work in an amount in excess of
one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents
that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors have
been used in formulating the bid for the project and that these subcontractors will be used subject to the
approval of the Engineer and in accordance with State law. No changes may be made in these
subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
% of
Number
Total Bid
Name:
Address:
1 t
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
5e-I-4<iIIALu��� � t 1
Bidder Aut red Signaturefftfe
8
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formM Please print or type.
Bidder's Name !; /- 14 &1 V1 UA)o�S
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name/Number IZ�Jr- Qa ,At A
Project Description Description �r(t941fut� SDS +4AIRIM4 L R.N�a
Approximate Construction Dates: From l Z43 (o To: 12 -12 -011 -
Agency
Z12-011^Agency Name 1,at)bo GF dfUW-S14i—
Contact Person 10'm Nom! nn Telephone ( ) qb 9 - 5363
Original Contract Amount $ 14/ al Contract Amount $ OIV` 4,01i<4
If final amount is different from origiV1, 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.
Ill 0
W
No. 2
Project Name/Number_ A—i P (Ayu,45F l rAUAL,� a 64V6 Afflp
Project Description flO ti "5 Lj2�tAAW I CO l? p/�tld�� 4y ---
Approximate Construction Dates: From 1112-ol& To: i (o
Agency Name / LO✓I1 POc�
Contact Person _ 1)"J L) nL51zt4A% Telephone ( S 871-10A'
USU
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
N
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.
TM
No. 3 p
Project Name/Number ( i uF 1 tVh f'/07 L F NOSCT y%1 l -R 2,
Project Description rQ ?✓►�S Q2&_ �k= AQ-
Approximate Construction Dates: From %/(o To:
Agency Name 1�"IV OF OL–:S rh /`
Contact Person DtiUl o %�Jl// �T� Telephone ( ) � qry� 7– laDo2
S22i-rD0
Original Contract Amount $ Final Contract Amount $ 'y7 i'?�77
If final amount is different from original, please explain (change orders, extra work, etc.)
PMO-tav dF q ufi Tis
Did you file any claims against the Agency? Did the Agency file any claims a
against you/Contractor? If yes, briefly explain and indicate outcome of claims. Nb
10
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
'L
Contact Person JOC-A G0992c Telephone ( ) s -W-1306,
Original Contract Amount $ D0 Final Contract Amount $ IM, 01 `7
If final amount is different from original, please explain (change orders, extra work, etc.)
WOW mtK,6 sL,0Pt /#* 01),6401--S
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.
1M,
Project Name/Number %17XU4M SI)X k.Abr-- /iy%y&G�% r!
Project DescriptionBZ—
Approximate Construction Dates: From g To:
Agency Name C.&M OF—
Contact PersonGL4f 1T2 Telephone
Original Contract Amount $60 791 Final Contract Amount $ tD
If final amount is different from original, please explain (change orders, extra work, etc.)
km"11* qn: gtl' Y✓/nel.?
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. 6
Project Name/Number_Lb �� �%p►�/� 1 /I�UJ��iI
Project Description (,/"115
Approximate Construction Dates: From To:
Agency Name_ "!—a` //}JJ
Contact Person1 Y /fes) ,, lty Telephone ( 6 q - 6
Original Contract Amount $`'final Contract Amount $ r _
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.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or onsite Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an apprais Icurrent financial
conditions.
Bidder Auth ed Sign itle
12
JOSE LEONCIO HERMOSILLO
6071 Moon Place, Jurupa Valley, CA 91752 • Tel. No. 1(951) 399-9420
SUMMARY OF QUALIFICATIONS:
Has more than 27 years experience in construction and direct supervision of various public works and
roadway rehabilitation projects including, demolition, installation of concrete structures, drainage, asphalt
paving and underground utilities.
S&H CIVILWORKS — Colton, CA
2014 — PRESENT
SUPERINTENDENT- OPERATIONS
Duties: Responsible for the entire operations of the company including site supervision and management of workers,
maintaining safety, productivity, and high quality of the project.
Projects Involved:
City of Yucaipa — 13" Street Final Concrete Project (45,810)
City of Palm Desert — 2015-16 Curb ramps Modification Project ($99,350)
City of Duarte — Bus Pad Relocation at Huntington Drive Project ($18,336)
City of Jumpa Valley — Pedestrian Upgrade in Various Location Project ($104,000)
City of Arcadia — 2015-2016 Annual Concrete Repairs Project ($58,570)
City of Hesperia — ADA Improvements - Year 1 &2 Project ($522,500)
City of Lompoc — ATP Sidewalk and Curb Ramp Project ($363,050)
GENTRY BROTHERS INC. — Irwindale, CA
2012-2014
EQUIPMENT OPERATOR/CEMENT MASON
Projects Involved:
City of Pomona — Major Street Rehabilitation -Citywide (FY12/13), Project No. 21768547 (3,365,810)
County of Los Angeles — Project ID RDC0015528 Ballentine Place Roadway Reconstruction ($4,208,250)
City of Walnut— Kern Way Alley Improvement Project ($82,490)
City of Monrovia— Ridgeside Drive Sewer Main replacement ($122,055)
City of La Verne— 2014/15 PMS ARAM/Conventional AC and Slurry Seal Program ($609,001)
KORMX INC. — Walnut, CA
2009-2012
EQUIPMENT OPERATOR/CEMENT MASON
Projects Involved:
City of Baldwin Park — Construction of the CDBG ARRA Street Improvements ($276,505)
City of Rosemead — Sidewalk, Curb and Gutter Replacement Project ($142,057)
City of Redlands — Ed Hales Park Improvement Project ($493,487.90)
County of Riverside — Rubidoux Boulevard Street Improvement Phase H ($334,486)
PORTSMOUTH CONSTRUCTION INC — Chino, CA
2001-2009
FOREMAN/SUPERINTENDENT
Projects Involved:
City of Maywood — Sidewalk Reconstruction Project Phase IV FY 2006/2007 ($499,837)
City of Maywood — Sidewalk Reconstruction Project Phase V ($311,359)
City of Pico Rivera— City Wide Curb and Gutter Rehabilitation Project No. 21153 ($488,560)
City of Colton— Citywide Concrete CDBG#104-31105/2900 104-31305 ($722,446.12)
City of West Hollywood — Concrete Repair Program ($475,850)
City of Beverly Hills — Annual Infrastructure Repairs in Various locations ($544,152)
City of Santa Ana -2007 & 2008 Omnibus Concrete Repair ($488,407)
S&H CIVILWORKS YEAR 2016 PROJECT REFERENCES:
1. Project Owner: City of Yucaipa
Address: 34272 Yucaipa Blvd, Yucaipa, CA 92399
Project: 13th Street Final Concrete
Scope of Work: Grading, Demo, Driveway, Curb, Gutter and Sidewalk
Contact: Chuck Collette — Construction Manager/Inspector
Contact Number: (909) 841-0336
Contract Cost: $45,810
Status: Completed February 2016
2. Project Owner: City of Duarte
Address: 1600 E Huntington Dr, Duarte, CA 91010
Project: Bus Pad Construction at Huntington Drive
Scope of Work: Grading, Demo, bus pads, Curb, Gutter and Asphalt
Contact: Rafael Casillas — Engineering Manager
Contact Number: (626) 357-7931
Contract Cost: $18,336
Status: Completed February 2016
3. Project Owner: City of Palm Desert
Address: 73510 Fred Waring Dr, Palm Desert, CA 92260
Project: 2016 Curb Ramps Modification Project
Scope of Work: Grading, Demo, ADA ramps, Curb, Gutter, Cross gutter and Asphalt
Contact: Mike Brown — Public Works Inspector
Contact Number. (760) 396-6826
Contract Cost: $99,350
Status: Completed May 2016
4. Project Owner: City of Jurupa Valley
Address: 8930 Limonite Avenue, Jurupa Valley, CA 92509
Project: 2015-16 Pedestrian Access Project
Scope of Work: Grading, Demo, ADA ramps, Curb, Gutter, Cross gutter and Asphalt
Contact: Chase Keys — Project Manager
Contact Number: (951) 332-6464 x235
Contract Cost: $104,000
Status: Completed June 2016
5. Project Owner: City of Arcadia
Address: 11800 Goldring Road, Arcadia, CA
Scope of Work: 2015-16 Pedestrian Access Project
Scope: Grading, Demo, Curb, Gutter, Sidewalk, Cross gutter and Asphalt
Contact: Jan Balanay — Project Manager
Contact Number: (626) 256-6582
Contract Cost: $58,570
Status: Completed July 2016
Page 1 of 2
6. Project Owner: City of South Gate
Address: 8650 California Ave, South Gate, CA 90280
Scope of Work: Citywide Sidewalk Improvement — Phase III
Scope: Grading, Demo, Curb, Gutter, Sidewalk, Cross gutter and Asphalt
Contact: Leticia Ortiz — Project Manager
Contact Number: (323) 563-9576
Contract Cost: $272,600
Status: Completed September 2016
7. Project Owner: City of Dinuba
Address: 1088 Kamm Ave. Dinuba, CA 93618
Scope of Work: ADA Improvements Project
Scope: Grading, Demo, Curb, Gutter, ADA and Sidewalk
Contact: Joe Aguirre — Project Manager
Contact Number: (559) 591-5906
Contract Cost: $132,014
Status: Completed September 2016
8. Project Owner: City of Hesperia
Address: 9700 Seventh Ave, Hesperia, CA 92345
Scope of Work: ADA Improvements Year 1&2
Scope: Grading, Demo, Curb, Gutter, Sidewalk, Cross gutter and Asphalt
Contact: David Burkett — Project Construction Manager
Contact Number: (760) 947-1202
Contract Cost: $522,500
Status: Completed October 2016
9. Project Owner: City of Lompoc
Address: 100 Civic Center Plaza Lompoc, CA 93436
Scope of Work: ATP Cycle 1 Sidewalk and Curb Ramp Project
Scope: Grading, Demo, Curb, Gutter, Sidewalk, Cross gutter and Asphalt
Contact: Craig Dierling — Project Manager
Contact Number: (805) 875-8224
Contract Cost: $363,050
Status: On-going
10. Project Owner: County of Riverside
Address: Transportation Department 2950 Washington St, Riverside, CA 92504
Scope of Work: Grand Avenue Sidewalk Improvement Project
Scope: Grading, Demo, Curb, Gutter, Sidewalk, Cross gutter and Asphalt
Contact: Trai Nguyen — Principal Inspector
Contact Number: (951) 961-5363
Contract Cost: $188,740
Status: On-going
Page 2 of 2
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
NON -COLLUSION AFFIDAVIT
State of California )
County of !s,,u
A SVS ae)*AgA;�l LL)
being first duly swom, deposes and says that he or she is
P 2TzStaJial�� of S g W CAt/IWA&WS , 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 theStat arib lifomia that th oregoing is true and correct.
5%N uvuwo
Bidder Authon d Signature ale
Subscribed and sworn to (or affirmed) before me on this 9 t day of N W 2016
by proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify uNqr PENALTY OF PERJURY under the laws of the State of California that the
foregoing para his true and correct.
SCE Q-AV-ct;' v cJ
Notary Public
[SEAL]
13
My Commis ' n Expires:
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
Subscribed and swom to (or affirmed),before me on this
day of LJDj Gt cv , 20]S P , by .t S S 50-FkD
proved to me on the basis of satisfactory evidence to be the
person(o who appeared before me.
r�--
MONIUUE LAHTI
�` Commission # 2040293
-n Notary Public - California
San Bernardino County
tdy Comm. Expires Cd 2, 20W ,
(Seal) Signature
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
DESIGNATION OF SURETIES
Bidder's name SA 0 C4Vij,bt,1D"—S
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):
—AW&E l E 1 !1/Sv2tWN A ¢-S
7�s Gf�n rr; nAvE
otllT�i�oO
SfV (SWu 9Vj AVI, 4210 �
14
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name
Record Last Five (5) Full Years
Current Year of Record
The information requirea Tor these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2015
2014
2013
2012
2011
Total
2016
No, of contracts
Total dollar
Amount of
J r�/ rl
1
Contracts (in
Thousands of $
No. of fatalities
Noof lost
Workday Cases
No. of lost
workday cases
I
involving
permanent
Im
transfer to
another job or
termination of
employment
The information requirea Tor these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Legal Business Name of Bidder t44 Cil VIc.wU/ZJvS
Business Address: Ctt-I&A) 64A
Business Tel. No.:
State Contractor's License No. and
Classification: I00V Uri ry i%"-c�s
Title
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-nfthnca
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
08/24/2015
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
partnershiploint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partnersrjoint ventures submit with
evidence of authority to act on behalf of the partnershiploint 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
16
*W
CIVILWORKS
BOARD RESOLUTION OF S&H CIVILWORKS
TO NEGOCIATE AND BID CONTRACTS
DULY PASSED ON MARCH 18, 2016
RESOLVED, that the President of S&H CIVILWORKS hereby authorized and
empowered to enter into a contract and provide bids for public works projects and
government agencies, in the name of and in behalf of this Corporation, upon such terms
and conditions as may be agreed upon, at the sole discretion of the President.
RESOLVED FURTHER that any actions taken by such officers prior to the date of the
foregoing resolutions adopted hereby that are within the authority conferred thereby are
hereby ratified, confirmed and approved as the acts and deeds of this corporation.
It is hereby certified by the undersigned that the foregoing resolution was duly passed by
the Board of Directors of the above-named Company on the 18th day of March 2016, in
accordance with the Memorandum or By -Laws and Articles of Incorporation of the
Company and the laws and by-laws governing the Company and that the said resolution
has been duly recorded in the Minute Book and is in full force and effect.
1 �� �.+rri►r�
Vice President/Secretary
1801 Hilltop Drive, Colton CA 92324 Office: (909) 206-1181 Fax: (909) 498-8021
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 Cfom9iap
County of n Cr t-,ra --t; yn 3)
On t (2L I ?_0 I to before me,M0Y)ir4 Li<— kLil h0 fUnt flrnh iL
,+ (insert name and title of the offs r)
personally appeared less SS SD-, I V
who proved tome on the basis of satisfactory evidence to be the pp{son(( whose name( is a
subscribed to the within instrument and acknowledged to me thatbhet/sqe t ey executed the same in
I ! 1q4/t*ir authorized capacityQ4s), and that bX0i h4r/tIpir signature(a)on the instrument the
person(d), or the entity upon behalf of which the person() 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.
MONIQUE LAHTI
WITNESS m hand and official seal. commission # 2040293
y a
Notary Public -California z
Sao Barnardino County
p!y Comm. F;9res Oct 2, 2017
Signaturd L cu,z' r _ (Seal)
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name _ nK io uVI &Wd *&
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Date
17
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
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: Skl+ C,1VICWcXGe,-S
Business Address:_ 1501 1�1LJ,7o1'IP V8 COL -TOA) CA cn2,W-4
Telephone and Fax Number: _ _( 9 oq) bto(6 11?/
California State Contractor's License No. and Class:_
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Expiration Date:_/3U/f
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:
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
J IFI* !Vm P9Z5I Jnr loot 41 U.rbP D¢. coLrw cd, 71 y 8s -s -09v q
Corporation organized under the laws of the State of _d4W "-Pa
iu
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
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;
Briefly summarize the parties' claims and defenses;
Have you ever had a contract terminated by the owner/agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
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 compliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No
19
Are any claims or actions unresolved or outstanding? Yes/ NNo
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.
J z3s -5e-1-To
(Print name of Owner or President
of C rpor,� . _ mpany)
S Sr Fl Uylt-kJo%Llc.s
Bidder Aut rized Signa urelfitle
P21�510gnrr
Title
11-21--1b
Date
On
before me, Notary Public, personally
who proved to me on the
basis of bktisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument abq, acknowledged to me that he/she/they executed the same in his/hedtheir authorized
capacity(ies), a that by his/her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the rson(s) acted, executed the instrument.
I certify under PENALTY"QF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official
Notary Public in and for said State
My Commission Expires:
20
S_e c e% 0-cLoE
(SEAL)
Ivc tu.-•1
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
validi of that document.
State of California
County of '1n
On L 21 2 D 11-4 before me,ti n 1 (4 l" "'I(insert name a��f hDffer) )oub C
personally appeared ' -3 eS S -D -"-p
who proved tome on the basis of satisfactory evidence to be the person(p) whose name i
su sc ' e to the within instrument and acknowled ed to me that e�s At/ey executed the same in
t e tj it authorized capacity(iesj and that by er/t6elr signature(g) on the instrument the
rson), or the entity upon behalf of which the person;) 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.
MONIQUE LAHTI
Commission 92040233
Notary Public - California z
San Ovrardino County >
k My Comm. E%: !res Oct 2. 2017 t
(Seal)
CONCRETE PAVEMENT AND REPLACEMENT PROGRAM (FY161FY17)
CONTRACT NO. 7009-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th
day of December, 2016 ("Effective Date"), by and between the CITY OF NEWPORT
BEACH, a California municipal corporation and charter city ("City'), and S&H
CIVILWORKS, a California corporation ("Contractor"), whose address is 1801 Hilltop
Drive, Colton, California 92324, 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 has advertised for bids for the following described public work: The work
necessary for the completion of this Contract includes, but is not limited to,
removing sidewalk, curb and gutter, and access ramps; removing or pruning tree
roots; removing trees; constructing Portland cement concrete ("PCC") sidewalk,
curb and gutter, and access ramps; installing tree root barriers, restoring private
irrigation and improvements impacted by the work, and other incidental items to
complete work in place as required by the contract documents (the "Project" or
'Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 7009-1, 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"), all of which 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. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed
and materials to be furnished shall be in strict accordance with the provisions of the
Contract Documents. Contractor is required to perform all activities, at no extra cost to
City, which are reasonably inferable from the Contract Documents as being necessary
to produce the intended results.
3. COMPENSATION
3.1 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 as full payment the sum of Seven Hundred Thirty Nine Thousand Nine
Hundred Forty Dollars and 00/100 ($739,940.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 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.
4. 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 Jesse Sotto 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.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. 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 Work to be rendered pursuant to this
Contract.
S&H Civilworks Page 2
6. NOTICE OF CLAIMS
Unless a shorter time is specified elsewhere in this Contract, before making its
final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in
writing and identified by Contractor in writing as unsettled at the time of its final request
for payment. The 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 (Government Code 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing,
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.
7.2 All notices, demands, requests or approvals from Contractor to City shall
be addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Jesse Sotto
S&H Civilworks
1801 Hilltop Drive
Colton, CA 92324
8. 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 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
S&H Civilworks Page 3
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.
9. BONDING
9.1 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 B 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 A and incorporated herein by reference.
9.2 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.
9.3 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.
10. 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 the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. 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 or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
S&H Civilworks Page 4
Insurance Requirements attached hereto as Exhibit C, and incorporated herein by
reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement 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 cotenant 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.
14. PREVAILING WAGES
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.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City 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
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 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
S&H Civilworks Page 5
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 and/or Services by Contractor, or its subcontractors, or its workers, or
anyone employed by either of them.
16.2 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 and/or
Services, or the Work of any subcontractor or supplier selected by Contractor.
16.3 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, subcontractors, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable for any or all of them).
16.4 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.
16.5 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.
16.6 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.
S&H Civilworks Page 6
16.7 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.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
iiia: /_V N *o]C71]:1 ZK
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 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.
17.3 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.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. 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.
19. TERMINATION
19.1 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.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at anytime by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
S&H Civilworks Page 7
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.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Contract.
20.2 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.
20.3 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.
20.4 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.
20.5 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 parry by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
20.6 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.
20.7 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.
20.8 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.
20.9 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,
S&H Civilworks Page 8
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 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 (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all
relevant observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
S&H Civilworks Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY' OFFICE
Date: �L ZM/
By:
Aaron C. Harp �thn Nisot,v
City Attorney
ATTEST:
Date:
By: Am" ` Nm'--
Leilani I. Brown
City Clerk
Attachments:
CITY OF NEWPORT BEACH,
a California municipal cokirat
CONTRACTOR: S&H Civilworks, a
California corporation
Date:
C
By:
Jess Sotto
President
Date: \ 1
B �—JL�_
Tose Hermosillo
Vice President/Secretary
[END OF SIGNATURES]
Exhibit A Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
S&H Civilworks Page 10
Executed in Duplicate
Premium included in charge for
Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 1001023414
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to S&H
Civilworks hereinafter designated as the "Principal," a contract for: removing sidewalk,
curb and gutter, and access ramps; removing or pruning tree roots; removing trees;
constructing Portland cement concrete ("PCC") sidewalk, curb and gutter, and access
ramps; installing tree root barriers, restoring private irrigation and improvements
impacted by the work, and other incidental items to complete work in place as required
by the contract documents, 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, U.S. specialty
Insurance 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
Seven Hundred Thirty Nine Thousand Nine Hundred Forty Dollars and 001100
($739,940.00) 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.
S&H Civilworks Page A-1
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 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder 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 3rd day of January —,20 17 .
S&H Civilworks
Name of Contractor (Principal)
U.S. Specialty Insurance Company
Name of Surety
625 The City Drive # 205
Orange, CA 92868
Address of Surety
714-740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
n -.a... A 1— 1% r—)
City Attorney
��SS
A orized Signature/Title
X,1'� 6 Olin*
Aut orized Agent Signature
Laurie B. Druck, Attorney -in -Fact
Print Name and Title
PKW I.1d 17
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
S&H Civiiworks Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California \
SS.
County of San Bernardino /
On January 3, 2017
personally appeared Laurie B. Druck
CYNTHIA J. YOUNG
•r Notary Public - California
a-ai San Bernardino County i
Z Commission # 2157044 a
My Comm. Expires Jul 15, 2020
before me, Cynthia J. Young, Notary Public
Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the
within instrument and acknowledged to me that she
executed the same in her authorized capacity,
and that by her signature on the instrument the
person, or the entity upon behalf of which the person
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 Oi'N LaryPublic
OPTIONAL U (
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of I
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
O Individual
O Corporate Officer
O Partner -- O Limited O General
O Attorney -in -Fact
O Trustee
O Guardian or Conservator
Other:
Signer is representing:
Number of Pages:
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)
Ware 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.
1 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) islare
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)
S&H Civilworks Page A-3
STATE OF CALIFORMA
DEPARTMENT OF INSURANCE NQ 07984
SAN FRANCISCO
Amended
CertifiCate of Authority
THIS IS TO CERTIFY THAT, Pursuont to thelnsurance Code of the State of California,
D.S. Specialty Insurance Company
Of Houston, Texas , organized under the
laws of Texas ,subject to its Articles of Incorporation or
otherfundamenral organizational documents, is hembyauthorized to transact within the State, subjectto
all provisions of this Certificate, the following classes elfinsurance:
Fire, Marine, Surety, Disability, Liability,
Workers' Compensation, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance laws of the State of California.
THIS CERTIFICATE is espmssly conditioned upon the holder hereof now and hereafter being in
f0 compliance with all, and nor in violation ofany, of the applicable laws and lawful requirements made
under authority of the laws of the Stare of Ca/ffornfa as long as such laws or requirements are in effect
and applicable, and as such laws and riquimments now are, or may heregffeer be changed or amended.
IN WITNESS WHEREOF effective as of the 29th
dayof December 1 2004 ,IhavEhemunto
set my hand and caused my official seal to be affixed this
29th day of December 2004 •
6y
for Ida Zodrow
NOTICE:
Quiifieadoewi,h the Seerctiry of stele must be nccomplishcd es required by die s ode pro
after iaumm or thic Cmdreate of Authority. Failum to do m will be i vialadon of les wm Code Sectinn 701 end u
gmunde an rovorang thlc Ccnlfieste of Authority pursuant to the cauvenants made in the appf eidiOn therefor end the
conditions conminedhettin.
AMCb,
O!r Ip ANI
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint:
Jay P. Freeman, Pamela McCarthy, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California
its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stood, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Three Million***** Dollars (S **3,000,000.00** ).
This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and set for and on behalf of the Company subject to the following
-provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary. _
Be it Resolvers that the signature of any authorized officer and scatof the Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate beaftniarsi dle signature or facsimile seal shall be valid and binding upon the Company with respect to
anybond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 st day of December, 2014.
- .- AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
``4o�,,ppcTOAS O,?
ppR�6.6n/�'Tt,.
8
=*a er,,:v,,u 14F
Fie -
ri to
d-JYE 'f :3
a > E` Daniel P. Aguilar, Vice President
notary public or other officer completing this i erfificate 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 Los Angeles SS:
On this tat day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument.
1 cer* 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.
MANIA GYYDN
G. p00HIGUEZ-G
R Comnnssion N 209771 il
Signature (Seal) y Notary Public - California i
-- z Los Angeles County
^'M Comm. U-1— — 20.2017 y
I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
in Wil ass Whereof. I have h��IIggun o set my hand and affixed the seals of said Companies at Los Angeles, Califomia this 3rD day
of 'Z //////
- - - @ o:nSU: ' DINQ opy as°`�n�µr sD✓r'_
Corporate Seals �:...........
y�� �Si. , MiebaelChalekson Assistant Secretary
Bond No. 100 10a3
4111q
No. 3501 ,'%,•., oa> %,. .._ .�f?._s..=f10
M1NAMiA„ Syr nnn "�iFOFTE„a`a"` NW: iuln:aa`
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 C lifornia
Countyof�ri Y-ncAr t1nD}ss.
On 01 '1 r) 201- ) before meal D n ;
Notary Public, personally appeared CSS }lr-n
who proved to me on the basis of satisfactory evidence to be
is (e subscribed to the within instrument and acknowledged to
the same in . iii bei/the( authorized capacity(ig(s), and that by h'i
instrument the person(§r), or the entity upon behalf of which tl`iei
instrument.
I certify under PENALTY OF PERJURY under the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Vy
Signature (�
the person(p) whose
me that Cid/shib/thky executed
Yhep/thel signatures(s) on the
personV) acted, executed the
#awe .of_'thetate Df -� Hfat
the
NICNICUE LAHTI
els
Commission Y 2040293 z
Notary FLN1. - California z
San r ; 1. ,Lino County x
-'
My Comm. Ez;iras Oct 2, 2017
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.
1 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)
S&H Civilworks Page A-3
Executed in Duplicate
Premium is for contract term and is subject
to adjustment based on final contract price
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 1001023414
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 13,319.00 , being at the
rate of $ 18.00 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to S&H
Civilworks hereinafter designated as the "Principal," a contract for., removing sidewalk,
curb and gutter, and access ramps; removing or pruning tree roots; removing trees;
constructing Portland cement concrete ("PCC") sidewalk, curb and gutter, and access
ramps; installing tree root barriers, restoring private irrigation and improvements
impacted by the work, and other incidental items to complete work in place as required
by the contract documents, 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 U.S. Specialty Insurance 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
Seven Hundred Thirty Nine Thousand Nine Hundred Forty Dollars and 00/100
($739,940.00) 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
S&H Civilworks Page B-1
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the Work to be performed
thereunder 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 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 3rd day of January 2017 .
S&H Civilworks
Name of Contractor (Principal)
U.S. Specialty Insurance Company
Name of Surety
625 The City Drive So. #205
Orange, CA 92868
Address of Surety
714-740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICI
City Attorney
c'
Au orized Signature/Title
LA ill R 0A,Ucab
Authorized Agent Signature
Laurie B. Druck, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
S&H Civiiworks Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
SS.
County of San Bernardino
On January 3, 2017
personally appeared Laurie B. Druck
CYNTHIA J. YOUNG
Notary Public - California =
San Bernardino County
Z ' Commission # 2157044
My Comm. Expires Jul 15, 2020+
before me, Cynthia J. Young, Notary Public
Name and Title of Officer (e.g., 'Jane Doe, Notary Public")
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the
within instrument and acknowledged to me that she
executed the same in her authorized capacity,
and that by her signature on the instrument the
person, or the entity upon behalf of which the person
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.
ignat re f Notary Pub i
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's
O Individual
O Corporate Officer
O Partner -- O Limited O General
O Attorney -in -Fact
O Trustee
O Guardian or Conservator
Other:
Signer is representing:
Number of Pages:
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 1 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)
S&H Civilworks Page B-3
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE N4 07984
SANFRANCISCO
Amended
Ce
rtificate of Authority
TFIIS IS TO CERTIFY THAT, Pursuant to the Insurance Code of the State of Califomlo.
U.S. Specialty Insurance Company
Of Houston, Texas , organized under the
latus of Texas ,subject to its Articles of(ncorporation or
otherfundamenral organizational documenLr, is herebyauthorieed to transact within theStafe, subject to
all pmvisfow of this Cert�rieate, rhe following classes of insurance:
Fire, Marine, Surety, Disability, Liability,
Workers' Compensation, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in fire insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and nor in violation ofany, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect
and applicable, and as such laws and requimmems now are, or may hemeer be changed or amended.
IN WITNESS WHEREOF, effective as ofthe 29th
day of December 2004 , I have hemunfo
set my hand and caused my official seal to be affixed this
29th dayaf December 2004 -
13y
for Ida Zodrow
NOTICE:
Qualifteyuan with the Seererpry ofStata must be ottompliyhcd Gt required by the a ode pro
after swoon- or We Certificate of Authority. Failure to do so will he a violation of Insumnee Code Section 101 and
.. grounds for rev019n9 this Cadflmm of Authority pursuant to the convenentt made in the appli"flon therefor cad th
conditions contained herein.
i
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint:
Jay P. Freeman, Pamela McCarthy, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California
its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Tbree Million***** Dollars ($ **3,000,000.00** ),
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
-Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
- power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following
pirwiisions -
Attorney -in -Fact may be given full power and authority for and in the time of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and scaled and effected
by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seat of the_Gompany heretofore or bereaaer affixed to any power of attorney or any certrfreme relating
thereto by facsimile, and any power of attorney tar certificate hearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attacheB:._,
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TExA$ BONDING COMPANY
C OrC Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
�
�P
By: tom+ T
Daniel P. Aguilaresident
"'ghr4('iOAN N.o°
e!
'..�..,p.....p a
',nyn OF. o•°
°3y„m'... ..:
A notary public or other officer completing this certificate veriftes€,nly the identity of the individual who signed the
document to which this certificate is amached, and not the truthfulness, accuracy, or validity of that document.
State of California - -
County of Los Angeles SS:
On [his lst day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personalty appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of. _satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in
his authorizedtapacity, and that by his signature on the instrument the person, or the entity upon beha}fof which the person acted, executed the instrument.
7' I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. yrr�
7 MARIA G.
Commission
# U 4g7r1 i
7 Commission N 2019771
Signature Seal < "��
gna ( ) z w._ Notary Public - California z
z Los Angeles County >
_-_
Mv Comm. 1—Due 20,2017
I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 3l Q day
of Iamuauu�._ .A�L4.
Corporate Seals `aapH�RAtTORi:q„ o`°4E6'SIuP
NrE
Bond No. � 40 � �a� � � � -"' n;= � � _ Michael Chalekson, Assistant Secretary
j� 127 ST. 6 S
Agency NO. 3501
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 C�1�fornia_ j
Countyoft P -A nD 1 ss.
On til 1 I -117-0 I 1 2QL-� before me,N1T7 rl i �l.tP,
Notary Public, personally appeared `CCAS
who proved to me on the basis of satisfactory evidence to be the person(fs) whose name(g)
is /aa subscripRd to th within instrument and acknowledged ale -that hejlshelthey executed
tie same in is/he�th it authorized capacity(Ks), and that by his r/t) air signatures(s) on the
instrument th person 01or the entity upon behalf of which the persony, acted, executed the
instrument. 11
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.
�/ \! 1 d�S1il� w
Signature
ACKNOWLEDGMENT
A notary public or other officer cornpleting 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 if 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.
Signature
(seal)
S&H Civilworks Page B-3
MQNIQUE LAHTI
r
a SCfneo
Commission # 2040293
+
a.,
Notary Public - California z
San Bernardino County '—
My Comm. Expiras ^cY 2, 2017 .
ACKNOWLEDGMENT
A notary public or other officer cornpleting 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 if 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.
Signature
(seal)
S&H Civilworks Page B-3
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, volunteers, and any person or entity owning
or otherwise in legal control of the property upon which Contractor
performs the Project and/or Services contemplated by this Agreement.
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, employees, and 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
S&H Civilworks Page C-1
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
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.
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.
5. Additional Agreements 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
S&H Civilworks Page C-2
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. 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.
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 -
S&H Civilworks Page C-3
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
Contractors 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 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.
S&H Civilworks Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 1/20/17 Dept./Contact Received From: Raymund
Date Completed: 1/20/17 Sent to: Raymund By: Alicia
Company/Person required to have certificate: S & H Civilworks
Type of contract:
Public Works
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 2/15/16-2/15/17
A.
INSURANCE COMPANY: James River Casualty Company
B.
AM BEST RATING (A-: VII or greater): A: IX
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes E No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
1M/2M/2M
E.
ADDITIONAL INSURED ENDORSEMENT— please attach
E Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?)
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY:
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION:
Operations status does not apply to Waste Haulers)
® Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
E Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
E Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence" wording?
❑ Yes E No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
E N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A E Yes ❑ No
H. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 2/15/16-2/15/17
A.
INSURANCE COMPANY: Employers Mutual Casualty Company
B.
AM BEST RATING (A-: VII or greater) A: XIV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
® Yes ❑ No
D.
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
1M
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
E N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ NIA ❑ Yes E No
H.
NOTICE OF CANCELLATION:
❑ N/A E Yes 0 No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 2/15/16-2/15/17
A.
INSURANCE COMPANY: Benchmark Insurance Company
B.
AM BEST RATING (A-: VII or greater): A-: VII
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
1 M
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
1/20/17
Date
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _;
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Risk Management approval needed due to GL carrier being non -admitted. Sheri Approved 1/20/17.
Approved:
Risk Management Date
* Subject to the terms of the contract.
City of Newport Beach
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
Contract No. 7009-1
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. 7009-1 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:
ft -2f-16
Date
(TWOObOl A y�Ssr�1/
Bidder's Telephone and Fax Numbers
100*,gO �C,H1Ss "A n
Bidders License No(s).
and Classification(s)
5�t3 ��l�d Pis
Bidd —
Bi r sAuthorized Signature and Title
5101 i lu.ybp 0,,e•f.4L-ToA) CACI"
Bidder's Address
Bidder's email address: (Y)^N. 5hoV) 1WvVop—S (P Erna 11, c00
PR -1
i
City of Newport Beach
CONCRETE PAVEMENT AND REPLACEMENT PROGRAM (C-7009-1), bidding on November 22, 2016 10:00 AM (Pacific)
Bid Results
S&H Proposal S&H NB proposal.pdf
Bidder Details
General Attachment
Vendor Name
S&H Civilworks
Address
1801 Hilltop Drive
Colton, CA 92324
Type Item Code UOM Qty
United States
Respondee
Jesse Sotto
Respondee Title
President
Phone
714-855-0909 Ext. 101
Email
info.shcivilworks@gmail.com
Vendor Type
$15,000.00
License #
CA DIR
Lump Sum 1
Bid Detail
$7,500.00
Bid Format
Electronic
Submitted
November 21, 2016 11:38:38 PM (Pacific)
Delivery Method
$175,000.00
Bid Responsive
Bid Status
Submitted
Confirmation #
93029
Ranking
0
Respondee Comment
Buyer Comment
$10.00
Attachments
Page 1
Printed 11/222016
File Title File Name
File Type
S&H Proposal S&H NB proposal.pdf
General Attachment
Bid Bond Form new doc 222.pdf
Bid Bond
Line Items
Type Item Code UOM Qty
Unit Price
Line Total Comment
Section 1
1 Mobilization
Lump Sum 1
$15,000.00
$15,000.00
2 Traffic Control
Lump Sum 1
$7,500.00
$7,500.00
3 Remove & Construct 4 -Inch Thick PCC Sidewalk
Square Foot 35000
$5.00
$175,000.00
4 Remove & Construct PCC Type "A" Curb & Gutter
Linear Foot 1000
$30.00
$30,000.00
5 Remove & Construct Residential PCC Driveway Approach
Square Foot 4000
$10.00
$40,000.00
PlanegSids, inc.
.......................... ..........
City of Newport Beach Page 2
CONCRETE PAVEMENT AND REPLACEMENT PROGRAM (C-7009-1), bidding on November 22, 2016 10:OOAM (Pacific) Printed 11/22/2016
Bid Results
Type
Item Code UOM
Qty
Unit Price
Line Total Comment
6
Remove & Construct Commercial PCC Driveway Approach
Square Foot
1200
$15.00
$18,000.00
7
Remove & Construct 8 -Inch Thick PCC Cross Gutter
Square Foot
2300
$20.00
$46,000.00
8
Remove & Construct PCC Curb Access Ramp
Each
76
$4,000.00
$304,000.00
9
Coldmill AC 2 -Inch and Install 2 -Inch AC
Square Foot
2100
$5.00
$10,500.00
10
Remove & Reconstruct 84nch Thick PCC Pavement
Square Foot
500
$30.00
$15,000.00
11
Construct 6 -Inch Thick PCC Accessible Parking Spot
Square Foot
350
$40.00
$14,000.00
12
Install 12 -Inch Thermoplastic Striping
Lump Sum
1
$6,000.00
$6,000.00
13
Install 1 -Inch Crushed Rock Base
Cubic Yard
86
$50.00
$4,300.00
14
Prune. Tree Roots
Each
160
$200.00
$32,000.00
15
Tree Removal
Each
8
$730.00
$5,840.00
16
Provide ISA Certified Arborist
Lump Sum
1
$4,000.00
$4,000.00
17
Replace Existing Pull Box & Cover
Each
20
$300.00
$6,000.00
18
Remove & Replace with New Water Meter Box & Cover
Each
6
$300.00
$1,800.00
19
Remove & Replace with New Valve Box & Cover
Each
5
$400.00
$2,000.00
20
Re-establish Comer Record/Monument
Each
3
$1,000.00
$3,000.00
Subtotal
$739,940.00
Total
$739,940.00
Subcontractors
Name & Address Description
License Num
Amount Type
Planet8ids, Inc.
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
CONTRACT NO. 7009-1
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup Replace this section with the following:
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.4 Inspection and Testing
SECTION 5 - UTILITIES
5-1 LOCATION
5-2 PROTECTION
5-7 ADJUSTMENTS TO GRADE
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 Construction Schedule
6-2 PROSECUTION OF THE WORK
6-7 TIME OF COMPLETION
6-7.1 General
6-7.2 Working Days
6-7.4 Working Hours
6-9 LIQUIDATED DAMAGES
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
7-7 COOPERATION AND COLLATERAL WORK
7-8 WORK SITE MAINTENANCE
7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
7-8.7.2 Steel Plates
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
7-10.3 Street Closures, Detours and Barricades
1
1
1
i
1
2
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
5
5
5
5
6
6
6
6
6
7
7
7
7
8
8
8
9
7-10.4 Safety
9
7-10.4.1 Safety Orders
9
7-10.5 "No Parking" Signs
10
7-10.6 Notices to Residents
10
7-10.7 Street Sweeping Signs and Parking Meters
10
7-15 CONTRACTOR'S LICENSES
11
SECTION 9 - MEASUREMENT AND PAYMENT
11
9-3 PAYMENT
11
9-3.1 General
it
9-3.2 Partial and Final Payment.
15
PART 2 - CONSTRUCTION MATERIALS
15
SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS
15
201-1 PORTLAND CEMENTCONCRETE
15
201-1.1 Requirements
15
201-1.1.2 Concrete Specified by Class and Alternate Class
16
201-2 REINFORCEMENT FOR CONCRETE
16
201-2.2 Steel Reinforcement
16
201-2.2.1 Reinforcing Steel
16
SECTION 215 --- TRAFFIC SIGNS 16
PART 3 - CONSTRUCTION METHODS 16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
16
300-1.3 Removal and Disposal of Materials
16
300-1.3.1 General
16
300-1.3.2 Requirements
17
300-1.5 Solid Waste Diversion
17
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
17
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
17
303-5.1 Requirements
17
303-5.1.3 Driveway Entrances
18
303-5.5 Finishing
18
303-5.5.1 General
18
303-5.5.2 Curb
18
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
18
308-1 General
18
SECTION 310 - PAINTING
19
310-5 PAINTING VARIOUS SURFACES
19
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
19
310-5.6.7 Layout, Alignment, and Spotting
19
310-5.6.8 Application of Paint
20
SECTION 313 --- TRAFFIC SIGN INSTALLATION
20
SECTION 400 -ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE
AND UNTREATED BASE MATERIAL
20
400-2 UNTREATED BASE MATERIALS
20
400-2.1 General
20
CITY OF NEWPORT BEACH L_SBENA
PUBLIC WORKS DEPARTMENT AV82
SPECIAL PROVISIONS
CONCRETE AND PAVEMENT REPLACEMENT PROGRAM
CONTRACT NO. 7009-1
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction, (2004 Edition), including Supplements; (3)
Standard Specifications for Public Works Construction (2009 Edition), including
supplements. Copies of the City's Standard Special Provisions and Standard Drawings
may be purchased at the Public Works Department. Copies of the Standard
Specifications for Public Works Construction may be purchased from Building News,
Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
Add to this section, "If there is a conflict within any one specific Contract Document, the
more stringent requirement as determined by the Engineer shall control."
2-6 WORK TO BE DONE
Add to this section, "The work necessary for the completion of this contract consists of
removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots;
removing trees; constructing PGC sidewalk, curb and gutter, and access ramps with
truncated domes, restoring private irrigation and improvements impacted by the work,
providing temporary access during construction and other incidental items to complete
work in place as required by the contract documents."
Page 1 of 20
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete this section and replace with the following: "The Contractor shall, prior to the
beginning of work, inspect the project for existing survey monuments and then schedule
a meeting with the City Surveyor to walk the project to review the survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Record of
Survey or Corner Records with the County of Orange upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup Replace this section with the following:
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, one (1)
percent shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be
applied to the Subcontractor's actual cost (prior to any markups) of such work. A
markup of 10 percent on the first $5,000 of the subcontracted portion of the extra
work and a markup of 5 percent on work added in excess of $5,000 of the
subcontracted portion of the extra work may be added by the Contractor.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
Page 2 of 20
4-1.3 Inspection Requirements
Add Section 4-1.3.4 Inspection and Testing
4-1.3.4 Inspection and Testing
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used in the work until it has been inspected and
accepted by the Engineer. The Contractor shall furnish the Engineer full information as
to the progress of the work in its various parts and shall give the Engineer timely (48 -
hours minimum) notice of the Contractor's readiness for inspection. 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
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 - UTILITIES
5-1 LOCATION
Add the following after the 3m paragraph: "Within seven (7) Calendar days after
completion of the work or phase of work, the Contractor shall remove all USA utility
markings. Removal by sand blasting is not allowed. Any surface damaged by the
removal effort shall be repaired to its pre -construction condition or better."
5-2 PROTECTION
Add the following: In the event that an existing pull or meter box or cover is damaged
by the Work and is not re -useable, the Contractor shall provide and install a new pull or
meter box or cover of identical type and size at no additional cost to the City.
Add Section 5-7 ADJUSTMENT TO GRADE
5-7 ADJUSTMENTS TO GRADE
The Contractor shall adjust or replace to finish grade of City -owned water meter boxes,
water valve covers, sewer manholes, sewer cleanouts and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
Page 3 of 20
SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Add to this section: The time of completion as specified in Section 6-7, shall commence
on the date of the `Notice to Proceed.
6-1.1 Construction Schedule
Add the following between the first and second paragraphs of this section:
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 construction schedule to the Engineer for
approval a minimum of five working days prior to the pre -construction meeting.
Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved 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.
Work at the two locations listed below must be scheduled during the Newport Mesa
Unified School District Calendar Holiday Recess days on the following weeks of January
2nd to 6th, February 20th to 24th, April 10th to 14th or after the last day of school June
23rd.
1. Balboa Blvd at 12th St and 13th St (Newport Elementary School)
2. Mariners Drive from Irvine Ave to Dover Dr (Mariners Elementary School)
6-2 PROSECUTION OF THE WORK
Add to this section: "Before pruning tree roots, the Contractor's ISA Certified Arborist
shall provide written documentation indicating tree root pruning can be performed
without future tree damage. For trees requiring arborist inspection, as indicated in the
Arborist Tree Report summary, concrete work around selected trees shall be scheduled
with the Arborist for review during concrete removal to finish inspection before root
pruning. Trees on Ashford Lane, Glenwood Lane, Candlestick Lane, Starlight Circle,
and Sandalwood Lane are special trees, no root pruning is allowed and all concrete
removal must be performed by hand. These special trees also require an Arborist
report to evaluate root health and size during concrete removal. If the arborist cannot
provide an explicit recommendation or requests tree removal, the Contractor shall
obtain written approval from the Engineer to perform root pruning or tree removal work.
Page 4 of 20
Prior to work near trees on the above streets, the Contractor and Arborist shall arrange to
meet with the City's Urban Forester, Mr. Kevin Pekar at (949) 644-3197 at the site to
discuss City standards and requirements at these locations.
The City's review time may take up to ten working days. Upon review, the Engineer will
provide instructions to the Contractor regarding each tree's disposition. Trees slated for
removal will be paid at the contract bid price. Working days will not be added to
contract time for the City's review."
6-7 TIME OF COMPLETION
6-7.1 General
Add to this section: The Contractor shall complete all work under the Contract within 90
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 for 100 percent completion of work.
6-7.2 Working Days
Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third
Monday in January (Martin Luther King Day), the third Monday in February (President's
Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September
(Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in
November (Thanksgiving and Friday after), December 24th,(Christmas Eve),
December 25th (Christmas), and 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."
Add the following Section 6-7.4 Working Hours
6-7.4 Working Hours
Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to
6:30 p.m. on weekdays or 8:00 a.m, to 6:00 p.m. on Saturdays only. A request for
working outside the normal working hours must be made at least 72 hours in advance
of the desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Page 5 of 20
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
6-9 LIQUIDATED DAMAGES
Revise sentence three to read: 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 $500.00.
Revise paragraph two, sentence one, to read: Execution of the Contract shall constitute
agreement by the Agency and Contractor that the above liquidated damages per day is
the minimum value of the costs and actual damage caused by the failure of the
Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
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
7-1.2 Temporary Utility Services
Add to the end of this section: If the Contractor elects to use City water, he shall
arrange for a meter and tender a $1,073.21 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, 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 of such water
7-7 COOPERATION AND COLLATERAL WORK
Add to this section: City forces will perform all shut downs of water facilities as required.
The Contractor shall provide the City advanced notice a minimum of seven calendar
days prior to the time he desires the shutdown of water and/or sewer facilities to take
place.
Page 6 of 20
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. The City must approve any nighttime work in
advance. It is the Contractor's responsibility to notify the affected business and
residents of the upcoming water shutdown with a form provided by the Engineer at least
48 hours minimum in advance of the water shut down.
The Contractor shall provide and install new water meter and valve boxes. Existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve
boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th
Street. The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the City of Newport Beach Utilities Division at (949) 644-3011.
7-8 WORK SITE MAINTENANCE
Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.4.3 Storage of Equipment and Materials in Public Streets
Delete the first paragraph and add the following: Construction materials and equipment
may only be stored in streets, roads, 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. The Contractor shall obtain the Engineer's approval of a
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 and pavement if the
pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
Add to this section: Surface runoff water, including all water used during sawcutting
operations, containing mud, silt or other deleterious material due to the construction of
this project shall be treated by filtration or retention in settling basin(s) sufficient to
prevent such material from migrating into any catch basin, Newport Harbor, the beach,
or the ocean. The Contractor shall also comply with the Construction Runoff Guidance
Manual which is available for review at the Public Works Department or can be found
on the City's website at www.newportbeachca.gov/publicworks and clicking on permits,
then selecting the link Construction Runoff Guidance Manual. Additional information
can be found at www.cleanwaternewport.com."
7-8.6.2 Best Management Practices (BMPs)
Page 7 of 20
Add to this section: 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. Special measures required at Balboa Yacht Basin to contain construction
materials at seawall sidewalk.
h. Removing any construction related debris on a daily basis.
i. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow 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 14.36.030A23 of the City's Municipal Code.
7-8.7.2 Steel Plates
"Steel plates utilized for trenching shall be the slip resistant type per Caltrans
Standards. In addition, steel plates shall be pinned and recessed flush with existing
pavement surface."
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
Add to this section: The Contractor shall provide traffic control and access in
accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
Traffic Control Plans are required for all lane closures on Balboa Blvd., San Joaquin
Hills Road and East Coast Highway. The Traffic Control Plans shall be stamped and
signed by a Registered Traffic Engineer in the state of California.
Pedestrian access to all storefronts, offices, residences, dock ramps, etc., within the
limits of work must be maintained at all times. The Balboa Yacht Basin dock ramps will
require temporary wooden access ramps to be built to maintain access during all
phases of sidewalk construction. 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. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
Page 8 of 20
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7-10.3)
The Contractor shall finish concrete placement for all open excavations before the
weekend so that all excavated P.C.C. will be poured back within the same work week.
All new ADA ramps shall have truncated domes installed within 48 hours after concrete
placement.
7-10.3 Street Closures, Detours and Barricades
Add to this section: The Contractor shall submit to the Engineer - at least five working
days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for
each street and parking lot. The Contractor shall be responsible for processing and
obtaining approval of a traffic control plans from the City's Traffic Engineer. The
Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans
shall be prepared by a licensed Traffic Engineer and conform to the provisions of the
WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic
Control Plans shall be signed and sealed by a California licensed traffic engineer.
Traffic control and detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners.
7-10.4 Safety
7-10.4.1 Safety Orders
Add to this section: The Contractor shall be solely and completely responsible for
conditions of the job -site, including safety of all persons and property during
performance of the work, and the Contractor shall fully comply with all State, Federal
and other laws, rules, regulations, and orders relating to the safety of the public and
workers.
Page 9 of 20
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.
Add the following Section 7-10.5 "No Parking" Signs
7-10.5 "No Parking" Signs
The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which he shall post 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. The City of Newport Beach "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.
Add the following Section 7-10.6 Notices to Residents
7-10.6 Notices to Residents
Ten working days prior to starting work, the Contractor shall deliver a construction
notice to residents within 500 feet of the project, describing the project and indicating
the limits of construction. The City will provide the notice.
Forty-eight 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 notice when construction operations will start for each
block or street, what disruptions may occur, and approximately when construction will
be complete. 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.
Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters
7-10.7 Street Sweeping Signs and Parking Meters
After posting temporary "NO -PARKING -TOW AWAY' signs, the Contractor shall cover
street sweeping signs and parking meters, on those streets adjacent to the construction
Page 10 of 20
with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The
contractor shall also cover all street sweeping signs on the opposite side of the street
from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved
by the Engineer. Immediately after construction is complete and the alley is opened to
traffic, the Contractor shall remove all signs and uncover the street sweeping signs.
City of Newport Beach "PERMIT PARKING ONLY" signs are available from the
Engineer.
Add the following Section 7-15 Contractor's Licenses:
7-15 CONTRACTOR'S LICENSES
At the time of the award and until completion of work, the Contractor shall possess a
Class "A" license. At the start of work and until completion of work, the Contractor and
all Sub -contractors shall possess a valid Business License issued by the City of
Newport Beach.
At the time of the award and until completion of work, the Contractor shall retain an ISA
Certified Arborist to assess all tree root pruning locations noted on WORK
SCHEDULE. At the start of work and until completion of work, the Arborist shall
possess a Business License issued by the City of Newport Beach.
SECTION 9 - MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General
Revise paragraph two to read: The unit and lump sum prices bid 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
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, preparing and updating construction
schedules as needed, attending construction progress meetings as needed, and all
other related work as required by the Contract Documents. 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 Traffic Control: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for delivering all required notifications and
Page 11 of 20
temporary parking permits, posting signs, covering conflicting existing signs, and all
costs incurred notifying residents. In addition, this item includes preparing traffic control
plans prepared and signed by a California licensed traffic engineer, and providing the
traffic control required by the project including, but not limited to, signs, cones,
barricades, flashing arrow boards and changeable message signs, K -rail, temporary
striping, flagpersons. This item includes furnishing all labor, tools, equipment and
materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of
Newport Beach requirements.
Item No. 3 Remove and Construct 4 -Inch Thick PCC Sidewalk: Work under this
item shall include, but not limited to, all labor and materials relating to removing and
disposing of the existing sidewalk, compacting subgrade, constructing 4 -inch thick
minimum P.C.C. sidewalk per CNB STD -180-L, installing temporary AC sidewalk,
adjusting sidewalk to grade to match adjacent improvements, making in-kind repairs to
private improvements impacted by the work such as irrigation systems, bricks, pavers,
plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other
private improvements to preconstruction conditions, and all other work items as
required to complete the work in place. Location of sidewalk removals and construction
shall be directed by the Engineer during construction. Contractor shall complete all
private improvement repairs within five (5) calendar days of City notification.
Item No. 4 Remove and Construct P.C.C. Type "A" Curb and Gutter: Work under
this item shall include, but not limited to, all labor and materials relating to removing and
disposing of the existing curb and gutter, compacting subgrade, reconstructing curb
openings of existing curb drains, constructing Type "A" PCC curb and gutter per CNB
STD -182-L, 12" wide x 12" deep A.C. patch back, installing dowels, curb painting, re -
chiseling of curb face for existing underground utilities, restoring all existing public and
private improvements damaged by the work, making in-kind repairs to private
improvements impacted by the work such as irrigation systems, bricks, pavers, plants,
shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private
improvements to preconstruction conditions, and all other work items as required to
complete the work in place. Location of curb and gutter removals and construction
shall be directed by the Engineer during construction. Contractor shall complete all
private improvement repairs within five (5) calendar days of City notification.
Item No. 5 Remove and Construct Residential P.C.C. Driveway Approach: Work
under this item shall include, but not limited to, all labor and materials relating to
sawcutting, removing, and disposing existing improvements associated with curb and
gutter removals, and constructing P.C.C. driveway approach per CNB STD -164-L, 12"
wide x 12" deep A.C. patch back, steel plating, restoring all public and private
improvements impacted by the work; such as irrigation systems, bricks, pavers, plants,
shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private
improvements to preconstruction conditions, and all other work items as required to
complete the work in place. Contractor shall complete all private improvement repairs
Item No. 6 Remove and Construct Commercial P.C.C. Driveway Approach: Work
under this item shall include, but not limited to, all labor and materials relating to
sawcutting, removing existing improvements and constructing P.C.C. driveway
Page 12 of 20
approach per CNB STD -160 -L-A, 12" wide x 12" deep A.C. patch back, steel plating as
needed providing access during non -working hours, restoring all public and private
improvements impacted by the work; such as irrigation systems, bricks, pavers, plants,
shrubs, decorative stones, walls, walks, fences, sod, other private improvements to
preconstruction conditions and all other work items as required to complete the work in
place. Concrete for commercial driveway shall be Class 660 -CW -4000. Contractor
shall complete all improvement repairs within five (5) calendar days of City notification.
Location of driveway removals and construction shall be directed by the Engineer
during construction.
Item No. 7 Remove and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under
this item shall include, but not limited to, all labor and materials relating to sawcutting,
removing and disposing damaged portions of existing cross gutter and spandrels,
compacting subgrade and base material, installing dowels and base material,
constructing 8 -inch thick P.C.C. cross gutter per CNB STD -185-L, 12" wide x 12" deep
A.C. patch back, adjusting City utility facilities such as street lighting, sewer, water, etc.
boxes and covers to grade, and all other work items as required to complete the work in
place. Location of cross gutter removals and construction shall be directed by the
Engineer during construction. Omission of this payment item in its entirety shall not
result in any compensation.
Item No. 8 Remove and Construct P.C.C. Curb Access Ramp: Work under this item
shall include, but not limited to, sawcutting, including sawcuttting concrete spandrel of
adjacent cross gutters, all labor and materials relating to removing; disposing existing
improvements; importing and compacting subgrade; constructing P.C.C. Curb Access
Ramp including minimum twelve square feet of raised truncated domes per CNB STD -
181 -L, retaining curbs, 12" wide x 12" deep AC patch back, curb painting, grooving,
doweling into adjacent sidewalk; and all other work items as required to complete the
work in place. The Contractor shall have inspected the locations where new access
ramps are to be installed and the unit price bid shall apply to all City standard curb
access ramp cases. All ramps shall conform to current ADA regulations.
Item No. 9 Cold Mill Asphalt Pavement and Install 2 -inch Thick Asphalt Pavement:
Work under this item shall include cold milling the asphalt roadway to a depth below
existing finished grade as shown on the "Intersection Ramp Improvement Exhibit" and
installing 2 -inch thick Asphalt Pavement 111 -C3 -PG 64-10 RAP mix design and all
other work items as required to complete the work in place.
Item No. 10 Remove and Construct 8 -Inch Thick PCC Pavement: Work under this
item shall include, but not limited to, all labor and materials relating to sawcutting,
removing and disposing existing concrete slabs and asphalt patch, placing base,
compacting subgrade, installing dowels, constructing P.C.C. per the City Standard
Drawing STD -105 -L -B 'Trench Resurfacing", #5 dowel, 18" O.C. with epoxy coating,
sawcutting joints and all other work items as required to complete the work in place.
Item No. 11 Construct 6 -Inch Thick PCC Accessible Parking Spot: Work under this
item shall include, but not limited to, all labor and materials relating to excavating,
supplying crushed miscellaneous base, compacting base and subgrade, constructing
Page 13 of 20
formwork, constructing 1 foot deep and 6 inch wide concrete key at all four borders of
the parking spot, pouring concrete, finishing concrete, sawcutting weakened plane
joints, painting all stripes and symbols using thermoplastic paint, and per the 2015
CalTrans Standard Plan Detail A90A, supplying all signs shown on the exhibit, and all
other work items as required to complete the work in place.
Item No. 12 Traffic Striping: Work under this item shall include installing traffic
striping, pavement markers, and all other work items as required to complete the work
in place.
Item No. 13 Construct Crushed Rock Base: Work under this item shall include, but
not limited to, all labor and materials relating to excavating, supplying, placing and
compacting crushed rock base and all other work items as required to complete the
work in place. Omission of this payment item in part or its entirety shall not result in any
compensation. (This item is for backfill under sidewalk at the Balboa Yacht Basin and
shall be 1" size)
Item No. 14 Prune Tree Roots (L=10'): Work under this item shall include, but not
limited to, all labor and materials relating to root pruning and disposing per Section 308-
1, removing and disposing of excess soil, reviewing trees identified on the Work
Schedule by ISA Certified Arborist, and all other work required to complete the work in
place. All utilities or other improvements damaged by the work, including, but not
limited to, street light conduit and wires and private irrigation lines shall be immediately
repaired at the expense of the Contractor and no additional compensation shall be
made.
Item No. 15 Tree Removal: Work under this item shall include, but not limited to, all
labor and materials relating to removing and disposing of trees, roots to a minimum
depth of 18 -inches below ground surface, and soil; adjusting surface grade to match
adjacent improvements; making repairs to private improvements impacted by the work
such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls,
walks, fences, mailboxes, sod, and other private improvements to preconstruction
conditions; restoring the ground surface and all other work items as required to
complete the work in place. Assume trunk size of 24 inch diameter at breast height.
Trees which have not been preselected by the City for removal may take up to ten
working days to process and formally approve for removal per Section 308-1. All
utilities or other improvements damaged by the work shall be immediately repaired at
the expense of the Contractor and no additional compensation shall be made.
Omission of this payment item in part or in its entirety shall not result in any
compensation. (Pine tree at 229 Orchid Ave, 24 inch DBH)
Item No. 16 Provide ISA Certified Arborist: Work under this item shall include, but
not limited to, retaining an ISA Certified Arborist for the purpose of assessing tree
condition for locations identified on the WORK SCHEDULE as "Root Pruning." The
Contractor's arborist shall provide written documentation on the condition of each tree
and provide pruning recommendations to the Contractor. Special Tree root condition
reports are required for trees on Ashford Lane, Glenwood Lane, Starlight Circle,
Page 14 of 20
Candlestick Lane, and Sandalwood Lane. Following the arborist's report, concrete
work around the trees may be modified or eliminated from the contract by the Engineer.
Item No. 17 Remove and Replace Existing Pull Box and Cover: Work under this
item shall include, but not limited to, all labor and materials relating to removing and
disposing of the existing pull box; furnishing and installing new #3'/zF pull box and cover
per CNB STD -204-L or 205-L; reconnecting existing wirings; restoring adjacent areas;
and completing all other items as required to restore system operations that were
damaged by the work. Location of pull box and cover removals and construction shall
be directed by the Engineer during construction.
Item No. 18 Remove and Replace New Water Meter Box and Cover: Work under
this item shall include, but not limited to, all labor and materials relating to removing and
replacing water meter boxes, frames and covers to grade per CNB STD -502-L or STD -
503 -L, match the finish surface and all other work items as required to complete the
work in place.
Item No. 19 Remove and Replace New Valve Box and Cover: Work under this item
shall include, but not limited to, all labor and materials relating to removing and
replacing all water valve frames and covers to grade per CNB STD -511-L, and all other
work items as required to complete the work in place.
Item No. 20 Re-establish Corner Record/Monument: Work under this item shall
include, but not limited to, all labor and materials relating to restoring corner monument
and required Record of Survey or Corner Records with the County of Orange upon
monument restoration, and all other work items as required to complete the work in
place. (Three known locations: 1206 Pembroke Ln, 1436 Galaxy Dr, 1621 Dorothy Ln)
9-3.2 Partial and Final Payment.
Delete the third paragraph and replace with the following: From each progress
estimate, five (5) percent will be retained by the Agency, and the remainder less the
amount of all previous payments will be paid.
Add to this section: 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 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
Page 15 of 20
201-1.1.2 Concrete Specified by Class and Alternate Class
Add to this section: unless otherwise indicated, Portland Cement concrete for
construction shall be Class 560-C-3250 and concrete for Commercial Driveways shall
be 660 -CW -4000
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A
615 with 3 -inch minimum cover unless shown otherwise on the plans.
Add the following Section:
SECTION 215 --- TRAFFIC SIGNS
Sign shall be standard size per the California MUTCD unless otherwise shown.
Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum
(.08 inch thickness).
New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge
2'/ inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless
steel. Unless otherwise specified, mounting hardware shall be 5/16"-18.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Add to this Section: Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised
Haulers List.
300-1.3.1 General
Add to this section: The work shall be done in accordance with Section 300-1.3.2 of the
Standard Specifications for Public Works Construction except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
Page 16 of 20
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. The Contractor shall
dispose of all excess or waste material and shall include all fees for such disposal in the
appropriate bid items.
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words "1-Y2 inch" of the last sentence
with the words 'two (2) inches".
Add the following Section 301.5 Solid Waste Diversion
300-1.5 Solid Waste Diversion
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
Add to this section: `The contractor shall reconstruct all curb access ramps,
sidewalk, curb and gutter within the same week they are removed and be open for use
before the weekend or holidays. If sidewalk panel cannot be completed on time it must
be filled and compacted with temporary AC over the weekend or holiday.
Locations at Glenwood Drive and Ashford Lane have special trees where no root
pruning is allowed. Sidewalk removals on these two streets will have to be done by
hand so that the tree roots are not damaged. Sidewalk may be required to be ramped
over tree roots and the maximum slope at these locations shall be 5 percent."
Page 17 of 20
303-5.1.3 Driveway Entrances
Add to this section: "The contractor shall keep new concrete driveways closed for seven
(7) days to allow concrete to cure. The contractor shall notify property owners of
planned shutdown dates and times. For apartment complex carport driveway entrances
on Rutland Road only one driveway per carport area can be closed at a time.
303-5.5 Finishing
303-5.5.1 General
Add to this section: "The Contractor shall remove all formwork, repair irrigation systems,
backfill and patch back A.C., P.C.C. and brick within 72 hours on private property in a
manner that matches the adjoining existing private property in structural section, texture
and color."
303-5.5.2 Curb
Add to this section: "The Contractor shall install or replace curb markings that indicate
sewer lateral or water valve location on the face of the curb. The Contractor shall mark
the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for
water valve locations. "X" shall indicate the number of feet from the curb face to the
valve. A two (2) day notice to the Engineer is required for requests to the City to
determine the location of sewer laterals and water services.
The Contractor shall repaint any red curb that is damaged or removed. The curb shall
be repainted to match the original red curb lengths."
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General
Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and
removing tree roots that interfere with the work. The Contractor shall be responsible for
ensuring that no tree roots are pruned or cut that could compromise the stability of the
tree.
The Contractor shall retain and follow the written recommendation of the approved ISA
Certified Arborist for the safe pruning and removing tree roots in areas specified on the
Work Schedule. The Arborist shall provide a written report with the recommendations to
both the Engineer and Contractor. No trees shall be removed unless formal written
approval is provided by the City. Prior to tree removal, the Contractor and Arborist shall
arrange to meet with the City's Urban Forester, Mr. Kevin Pekar at (949) 644-3197 at the
site to discuss City standards and requirements.
The contract arborist shall be listed on the Designation of Subcontractor(s) form.
1. Root Pruning
Page 18 of 20
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool. Tearing of roots will not be acceptable.
c. A root pruning sample at one selected site will be conducted and reviewed for
approval by the City's Urban Forester.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible or as noted by
the Urban Forester on the submittal.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. If there is a serious question about the stability of a tree such a large
diameter roots must be removed, the Contractor shall notify the Engineer for
approval.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
f. For trees recommended for removal, the Contractor shall notify the Engineer
who will process the tree removal request with the General Services
Department.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310-5.6.7 Layout, Alignment, and Spotting
Page 19 of 20
Modify and amend this section to read: "The Contractor shall mark or otherwise delineate
the new traffic lanes and pavement markings within 24 hours after the removal or
covering of existing striping or markings. No street shall be without the proper striping
over a weekend or holiday. Stop bars shall not remain unpainted overnight."
310-5.6.8 Application of Paint
Add to this section: "Temporary painted traffic striping and markings shall be applied in
one coat, as soon as possible and within 24 hours after the finish course has been
placed.
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton or approved equal. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be reflectorized thermoplastic. The
reflectorized thermoplastic pavement striping shall not be applied until the paving has
been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm
minimum thickness for all striping except crosswalks and limit lines — which shall be
0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in
application of thermoplastic striping. The primer shall be formulated for the intended
application.
Add the following Section:
SECTION 313 --- TRAFFIC SIGN INSTALLATION
Any traffic signs that are in sidewalk or access ramp areas scheduled for replacement
shall be replaced and/or reinstalled with new Unistrut base and sign at a clear height of
seven feet at minimum. Unistrut base shall be installed at a depth of 18 inches in
concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign.
Anti -seize lubricant shall be applied to hardware/fasteners prior to installation.
PART 4
SECTION 400 -ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE PORTLAND
CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400-2 UNTREATED BASE MATERIALS
400-2.1 General
Requirements. Add to this section: "The Contractor shall use crushed miscellaneous
base, or approved equal, as the base materials."
Page 20 of 20
Zv
BALBOA YACHT BASIN - SIDEWALK
CONCRETE AND PAVEMENT
REPLACEMENT PROJECT
BALBOA YACHT BASIN
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7009-1 1 12/13/16
CONCRETE
REPLACEMENT
150SF
Bq(Boq B� V� (Fq
srgoUND)
CONCRETE
REPLACEMENT
330SF
Bq�80q BC VD
i
i
`v/8OUNo)
BALBOA BLVD PAVEMENT REPLACEMENT
CONCRETE AND PAVEMENT
REPLACEMENT PROJECT
BID ITEM #10
H
O
Z
Go
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7009-1 1 12/13/16
Lc
Q
x�
C)
Q
SINGLE PARKING STALL
PER CALTRANS STANDARD PLAN A90A
18' MIN VAN ACCESSIBLE 9' WIDE PARKING STALL
AND 8' WIDE TO THE RIGHT OF STALL
PROVIDE SIGNS R99C AND R7 -8b AND MOUNT ON
CHAIN LINK FENCE.
CONCRETE PAD SHALL BE 6 -INCH THICK AND HAVE
1 FOOT DEEP KEY 6 -INCH WIDE ON ALL SIDES
SAWCUT WEAKENED PLANE JOINTS EVERY 6'
BOTH ', ,'AYS
V�
PARKING SPOT
LO(
WEST COAST HIGHWAY
LOWER CASTAWAYS - ACCESSIBLE PARKING SPOT
CONCRETE AND PAVEMENT
REPLACEMENT PROJECT
BID ITEM #11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7009-1 1 12/13/16
r,
I
z
N
fqq
z
.
u
am
4
ge.LAoguou
�
Al
n
4
9 '4'� ACV
2 lip
N r
RR
a
Y 1.9 Smgc
sm
c
a
m� y
YY3
ft8 ail�
zL
9$�mmrmm.Mm-^mm
v
mrm:
$$
Y
n
r,
I
z
N
63L
fqq
z
.
u
am
P
�
O q
n
63L
z
u
am
O q
n
4
9 '4'� ACV
2 lip
N r
RR
a
Y 1.9 Smgc
sm
c
a
m� y
YY3
ft8 ail�
v
63L
R
m
Y
z
u
's
v
mrm:
Y
In ymj
��
rN
In
mm� �1
Ffi.
��
6m
m
�
I
P
R
m
Y
---------------
I
_-_------
1 f 1 7 1 1 I
N�-,L
„
o ', s SEE DETAIL A
"' "''�--> SHOWN ON SHEET 2
1 LOOPS &
STUB OUT ' 7
\ IIY
I r�
/ ED
4 i T 7 \\ \
5- \\
20 30 40
(IN FEET)
1 INCH = 20 FEET
I EAST COAST HIGHWAY
LU
9A
Of
w��1 �l1
W �/ l
Z
- - - CONSTRUCTION NOTES
O1 PROTECT IN PLACE
( COLD MILL 2" AND INSTALL 2" AC PAVEMENT (C2 -PG
64-10).
03 REMOVE EXIST. & CONSTRUCT NEW CURB RAMP PER
SPPWC STD. DWG. 111-5, CASE C. TRUNCATED DOMES
PER CNB STD. 181 -L-A THROUGH D
SEE DETAIL B ( REMOVE EXIST & CONSTRUCT NEW, 4" THICK, PCC
SHOWN ON SHEET 3 SIDEWALK.
RELOCATE EXISTING WATER METER & COUPLE/INSTALL
NEW 2" WATER LATERAL TO JOIN EXISTING PER CNB STD
503-L
' 3 INSTALL WHITE 12" CROSSWALK (10' INTERNAL WIDTH)
07 ADJUST EXISTING PULLBOX TO GRADE.
REMOVE EXIST. 0" MOW CURB & ADJUST LANDSCAPING
TO MATCH PROPOSED GRADE
HATCHING LEGEND
LOOPS & NEW PCC CURB/SIDEWALK/RAMP 3 4
/ STUB OUT 1 / %
2" GRIND & AC OVERLAY O
CONSTRUCTION NOTES
O1 PROTECT IN PLACE
u
COLD MILL 2" AND INSTALL 2" AC PAVEMENT (C2 -PG
I
64-10).
LOOPS AND
\;u STUB OU O REMOVE EXIST. & CONSTRUCT NEW CURB RAMP PER
i POLE .& '� { SPPWC STD. DWG. 111-5, CASE C. TRUNCATED DOMES
ISH BUTTON \ \ _ PER CNB STD.181
THROUGH D
L
k8,
< k< I 4 O
�OppOp Qpo
eQpd,O�,pQ0p0
001
-00 0 0p00
000 pOpp pp0 < p
O
a0oJ®spp
opo
pbpIIp
d 0 0
p< k o
< % 9
0010 <
k
+ 4 <
�.4 k i L t k k I k. 4
yi < t J L L � k L ,< Al
1
4
—^I �Ap/1rI` 4 , 4 t ' �/L , 4
4 k m < < k < I 4
5-7.
TS -PB
BUTTON
k
SWC EAST COAST HIGHWAY AND IRVINE TERRACE
1"=5'
O4 REMOVE EXIST & CONSTRUCT NEW, 4" THICK, PCC
SIDEWALK.
�5 RELOCATE EXISTING WATER METER & COUPLE/INSTALL
NEW 2" WATER LATERAL TO JOIN EXISTING PER CNB STD
503-L
@6 INSTALL WHITE 12" CROSSWALK (10' INTERNAL WIDTH)
O7 ADJUST EXISTING PULLBOX TO GRADE.
® REMOVE EXIST. 0" MOW CURB & ADJUST LANDSCAPING
TO MATCH PROPOSED GRADE
HATCHING LEGEND
NEW PCC CURB/SIDEWALK/RAMP 3 4
0 5 7.5 10
(IN FEET)
1 INCH = 5 FEET
- ------------------
CONSTRUCTION NOTES
__-----------------_----------
— — O1 PROTECT IN PLACE
COLD MILL 2" AND INSTALL 2" AC PAVEMENT (C2 -PG
4 I -
64-10).
>4 04 03 REMOVE EXIST. & CONSTRUCT NEW CURB RAMP PER
-H SPPWC STD. DWG. 111-5, CASE C. TRUNCATED DOMES
>`k 4 OLE PER CNB STD. 181 -L-A THROUGH D
'
005`5. ' y1 TSPB 4- REMOVE EXIST & CONSTRUCT NEW, 4" THICK, PCC
SIDEWALK.
' k
pb°Oopp. Lk k' — — - - RELOCATE EXISTING WATER METER & COUPLE/INSTALL
ppOpppoogp NEW 2 WATER LATERAL TO JOIN EXISTING PER CNB STD
p 0 O'O p 0 (J _3%
I 4 T I
in pyo q�°'Ot 0000
Q O p° > (J 4 > L L 4/ 4 y > k 503- L
Oop p0°000`p0p>t ` 4 4 4 1 k y I t t �4
00O. OO�OOq Oa °�0 L k 1 k/ L �> y 4 7
4 �oo�pepp0°propOpoA 4> 4 L �• > 4 4 q' O6 INSTALL WHITE 12" CROSSWALK (10' INTERNAL WIDTH)
°OpOOQ0Q000400 4 /✓ r k 4
`> k k ` ` �' k k 1 L 07 ADJUST EXISTING PULLBOX TO GRADE.
k k ' k L k
t L /
k0 kL t k x t4 L 4` 08 REMOVE EXIST. 0" MOW CURB & ADJUST LANDSCAPING
4 TO MATCH PROPOSED GRADE
1 L k _> 4 k L, 4 I ) 4 L 4 IS
4 ` 4 ` 41, ` ' L ` Ik` 1 4 `' `4 4 4 HATCHING LEGEND
c -
-.
1 L4 4 4 /
NEW PCC CURB/SIDEWALK/RAMP 3 4
4
L R^s,
k t L
/ L
PROVIDE MIN. 5'X5'
'TURNING AREA FOR
J J i
TSP 1 PUSH BUTTON
i ii J J J
J i J ACCESS
/ IJ I ' f TS POLE & 1
I II PUSH BUTTON
f I NOTE: LOOPS & STUB OUT TO BE j
J j I I PROTECTED IN .PLACE: TRUNCATE
-SLOT -PAVE/GRINDING Tfl ENSURE
-----
� _ PR0TE.C1]ON OF t..OPS.._...._:..___.._._.. 0 5 7.5 10
SEC EAST COAST HIGHWAY AND IRVINE TERRACE (IN FEET)
ill — 5 1 1 INCH = 5 FEET
-
Z
r
m
V
V
V
V
V
V
V
V
V
J
J
J
V
'�
CP
(0
c0
c0
cD
W
W
W
W
W
W
W
W
W
W
W
N
OD
W
m
co
j
W
W
W
W
O
O
O
O
O
0
0
0
0
0
0
0
0
O
O
O
O
N
N
N
N
N
0
0
0
0
0
0
0
0
0
0
J
J
J
O
O
O1
nnnnn
w
w
w
to
w
wm
co
o
G)G)G)G)G)G)G)G)G7
G)G)G)G)G)G7
G)G)G)G)G)
y
N
m
N
N
N
N
01
4U
N
N
O1
N
91
N
9l
N
N
N
N
O
(p
(D
(D
N
[D
O
(0
(0
(D
(U
(D
fD
(D
(D
N
(D
(D
(D
(D
N
nQaaa
*a.='
l'o_=-='
a'�,
S
S
S
S
S
co3
co,
co
r
g
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
n
n
n
0
n
n
n
n
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
F
F
--------
l
0
7
7
O
O
m
>>
7
O
0
7
O
O>>>
7
>
>
0
D
o
0
o
O
0
D
0
n
0
0
m
G)
G)
0
3
m 0
in
Cf)
in
Cn
Cn
Cf)
y
y
y n
N
N
N
d
N
N
S
DO
n
l-
00
0 E
r
n
O
O
O
O O
a
n
.5.
S.
.5..
.5..
ti
d
Q
M Z
n
n
n
n
n
.S.
n
3
m
N
y
m
>
CO
N
W
d)
Ot
W
>
>
(O
d)
_
>
W
O)
d)
Ot
CO
W
>
-�
W
W
>
O
-'
W
N
N
W
>
A
A
CO
N m
O
O
O
y �
N
n
x{
�o
Zo
Z y
Cr7
D
T O
T
A
Wo
N
co
O <
O
O
�
=D
f/1 <
T
(1
A
O
O
M N
N y
T
C
ID 0
0
zzzzz
zzzzzzzzzz
zzzzzzzzzzzzzzzzzzzzz
zzzzz
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
mX;0xx
7u
Z1;0
x,T
Z1
Tux
x
X
,T
;7;0;0
X
m
A
Z1
x
Zi
x
X
ZI
Zo
x
MX,o
Z1
X
�u
Tu;17u;ax
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
o
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
O
o
0
0
0
0
0
0
3
T
T
T
T
T
T
T
T
TC
TG
m
C
C
C
CC
CCC
C
C
C
C
C
C
C
C
C
CT
CT
C
C
CT
CT
C
C
C
CTCC
C
C
C
C
C
CCCCC
H
J
O>>
>>>
3
7
O
J
O>
M.
M.
>J
>J
7>>
J.
J
O
7
3>>
7
O
3>>
O
J>
��
3�
J�
Z
r
m
co
W
W
N
N
N
N
N
j
j
J
W
A
A
N_
N
O_
W
W
W
W
W
W
W
W
W
W
W
W
V
V
V
V
--4l
V
V
V
V
V
V�
J
V
N_
N_
N_
K)A
O
N
O
N
N
N
N
N
O
O
(T
(P
(n
0
u
W
N
N
N
N
N
O
O
V>
W
W
N
O
A
V
A
J
A
J
J
V
W
O
CP
A
A
A
-+
W
N
J
V
(A
>>
(P
V
V
0
ic:
0
0
gyp'
CU
[U
N
N
p1
N
N
N
N
N
CU
N
N
N
N
N
N
ft1
Cll
LU
91
9l
N
v
N
N
N
N
N
N
N
7>
Q
v
�
m
Co
m
0
QCT
O
O
O
O
O
�
v
m
v
m
m
m
v
v
v
v
v
v
v
v
v
v
v
v
m
m
m
m
co
m
m
m
m
m
m
m
m
m
N
in
in
a
O
O
O
v'Tr
v'Tr
vr
O'Tr
0'Tr
o>
o>
0
0
0
0
0
0
0
0
0
0
0000000000'nn0
nnndd
0
0
0
0
0
d
0
as
0
0
ana
0
0
0
d
-i
0
0
0
0
O
r
r
r
r
r
r
r
r
r
r
r
r
r
r
.Z7
0
0 0
0
0
0
0]
3
3]
0
0
3>
3
K
K
K
KE:
'm
m
y
o
-10
m
m
m
m
v
D
7
7
O
N
J
X 0 O
l
.Z7 Z
fn
fn
N
y
N
N
m
O
0000
co
o`
rn
-)
C
A
N
N
A
A
W
>
A
>
C
W
(P
O
(P
>
>
>
>
>
>
0)
N
>
N
y m
W
O
O
A
0
0
O
O
O
(P
O
O
W
O
O
(P
O
O
O
W
W
W
CA
m
0
0
0
CA
D
1
r
x
n
L7
3 y
D C
x <
9
C
0
Z O
O
�
v
O
O
O
O
O
o
X D
T
L) �
� C1
A
m N
,l1
N
N
T
I
C I
>
y 0O
X
1
zzzzzzzzzzzz
zzzzzzzzzzzzzz
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
X
Zu
�o
x
X
x
m
,Q
;0
x
x
Zu
A
x
a7
70
TJ
A
A
�u
X
X
X
x
x
Zu
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
9
-0-"0-uT
U
-0-u-0-0-0
-
-uT'0T
-0m
-u-um
m
-uT
m
2
C
C
C
C
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
H
(O
(O
c0
(O
W
mw
N
O
N>
W
N
O
O
A
0
0
N
j
�+
O
00
N
N
N
N
O
O
(D
W
V
V
A
E3
O
>>>>
3'm
3
3
3
3
3
3
3
3
3
n
v
2F
p
2°
3
3
3
3
3
3
3
m
5
O
O
O
O
O
O
o
r
O-
m
m
cD
m
m
m
m
m
Q
Q
Q
Q
Q
Q
Q
>w>
N
D
y
V!
N
N
0
0
0
0
0
0
0
O
<
O
<
0
0
0
O
(N
m
m
m
m
m
m
m
3
c
m
_-,
m
l
l
-q
O
O
N
O
O
Q
Q
Q
Q
Q
Q
Q
O
o
m
O
a
O
0
-1O
m
33v
�-_~-
01
O
Z
A
m
r
(n
�
N
N
N>
O
AN
0
0
O
N
0
-4
A
O
O
O
0
0
0
O
O
O
O
O
Ot
(P
0
N
0
O
0
OJ
0
Ot
0
(P
0
0
0
0
(Jl
O
N
0
0
A
0
O)
O
O
V t
T
O
ti D
• r
x
N
n
W
A
Ir+l Ro
3 n
A A
m
m
A
N
>
N
>
=
O
Z �
O
m
� o
A
<
o
0 � I
D
T
I
�o
O
A
u y
N N
T
1
C I
I
n
0
3
3
m
N
A,
x
m
O
r
m
co
rnZ
r
m
j
j
N
.>
N
V
O
(D
(O
(O
N
O
O
Coco
(O
O
W
W
W
V
m
m
m
Ulm
�
(n
N
N
N
-�
V
V�
V
m
m
O
j
O
O
N
O
O
N
O
O
O
O
W
N
N
-+
W
W
A
W
O
O
m
m
N
0
W
W
W
O
N
N
A
O
V
mCD
W
m�
>
V
oom
V
W
ANm(ON
O(D
N
N
V
V
V
V
V
W
W>
W
W
W
W
m
m
m
m
m
N
03
O
�
7n
m
-.0
n
a3
O
O
m
HJa
n.a3
F
3
S
3
aa
3
3
3
3
°i
a
aaaaaaa
J
as
a
aa
aanaaaannaaanaa
CD
o
CD
ao
na
r
rrrrrrr
ppppOppp000
pOOp
i
>>
j>
0
0
O
j
.Z1
.Z7
m r
O
M
>
o
N
N
N
O O
a
a
s
a
A z
m
p
p
p
N
N
A
N
V
N
m
AAAA
A
ma>mA
om
A
N
W
W
A
N
V
Q m
r
x
N
O
>
N
N
U1
p
�
O
IT W
� N
T
A A
>
N
>
>
Z O
Z�
n
T �
a
A
0
No
No
D m
n
= n
T
i
m o
p m ,
N N
T
I
C I
D N
O
;
O
0
3
3
m
N
co
rnZ
r
m
G{}JG2/««\a((
a«Jaa
»<aa«
o
//««aaa§/§
\
////
\\/J//%\//
//
U)`
~
\}��\\�\\)v(}}//}(}}
\\
3
�^\}
t,%%&
)
}
cecc==;ooso;=
_
:.,x::,:
,
I\\og
9
v
7
///
yy,,,,,,,,
w
\
(
\\\
»
00
\\
%
-
8,
/z
@a$A2
$\m»
)@\/
!=i
\§i
§
»
33
R§
(\�
j2�
m
;
�(|
LA
k
\
\
a
F
m
0
§
q
q
Z
/
A
k
z
�
)
L�
O
W
W
O
O 0—
O
O
W
Co
W
N
N
N
W
N
N
�
-i
-+"
N
O
X
0
0
<
CO
O
W
(O
W
w W
w W
N
W
Ut
Ut
O
O
N
W
O
O
a O
O
N
00000
zzzzzzzz
m
m0
m
G)
mmcom
wtowwwwww
�uxA
00000
0
0
0
0
0
0
0
0
0
0.
0
0
y
N
N
N
r
C
C
C
C
C
C
C
C
C
C
C
C
C
T
N
N
0
m
w
•�+
•�•
r
•�.•
•�+
.�
.�-•
.�-•
N
O
O
3
<
'�
.C -n
�
i�
i
i
//��
w
w
ui
w
w
m
m
w
N
N
�N(
N
J N(
� N(
N
G)
G)
G)
G)
m
m
m
m
m
m
m
m
J
J
3
3
3
3
r
r
r
r
r
r
r
r
DOD
0
3
3
3
3
3
3
3
3
0
O
as
��
-4y
o�
of
0 0
XZ
r
m
J
N
N
O�J�O
Q)�cnA�Nv
V
O
NOA
A
A
O
p
W
�A
NO1��Ot
W
N
�AANA
O
O
O
O
O
O
O
O
O
d)
O
O
O
O
O
O
W
O
W
O
O
O
O J
A
O
O J
O
O
O
N
O
O
cocoO
O t
y D
r
x
T �
3 �
� A
T. <
A <
A
Nt
NIt
= O
It
I
o
D
� o
�
A
_
N
D
O
O F
=D
N {
T
C O
o
m
� m
w m
T
C
D �
0
w
0
0
�
3
N
�
N
L�
W
N
W
j
m
W
W
w
0
0
O
O
O
m
w-----
m
o
m
mA
o
mP
mP
mA
O
CP
O
W
W
CP
(b0
(P
fb
(P
CPO
mmm
A
O
(%>
Cl)
to
U)
<
N
<
(D
<
[D
O
m
7,
mmmmmm***OODDD
OOO
d
N
N
N
7
N
N
N
O
j
N
to
to
N
N
ti
0
0
0
0
D.
�-
O
O
O
N
{y
Ei
-
N
6l
N
O
O
N
°'
O
O
j
=
o
0
N
N
m
0
0
0
J
D
D
rrr
r
o
0
o
mo
mn
mo
mo
O
3
rrrrrr���rrs
>
>
?
a
O
v
v
d
n.
>
>
>
>
o
>
oo
o
l
>
>
>
o
�
>
>
>
o_
o
Oj
O=
j
O
O
S
A
=
O
J
O
j]
N
N
NO
�xx
<
m
mmmmm
mo
3
m
d
m
N
m
m
m
n
3
3
r
r
r
.
n
o
v z
m
j
?
N
W
(b
(b
A
y
N
0
N
N
W
(P
A
N
O
O
CD
O
O
fV
'
(P
O
A
O
N
'O
O
N
CP
(b
y 0
m
N
O
(P
(b
O
A
O
O
O
O
O
C)
O
O
0
0
0
0
0
0
0
O
O
O
O
O'r,
(PO
O
O
O
D
O
CP
T f7^
3 m
A <
T
;DA
Z�
z o
n
T
T A
N
O
O
00
n
2 n
N <
T
C
al
w
f~11 N
N
T
I
C I
i?
o
x
i
o
3
0
s
3
�
�
N
N
Loll
r
m
CA
T
m
m
N
N
N
N
N
N
N
N
N>>>
—
>>>>>>>>
>>����
��
N
O)
A
A
A
A
A
A
A
A
N
N
0
0
0
0
0
0
0
-P
AW
W
W
W
N
N
N>>>
--�
0
0
0
0
0
0
0
0
O
W
j
O
O_
O
O_
A-�
CO
W
N
Nm
OO>
OOO
N
N
CIi
�
�
Ut
OO
W
OJJJ>
O)-�-+00000
>
N
(T
T
-a
-u
-u
-0-0-u
T
T
T
m
T
T
m
-u
-'D
-a
-u
T
-u
- UMMMTTT
-v
T
T
T
-0'D
fnrrrrrrr
rrr
3
(D
N
N
fD
N
N
N
(D
N
(D
3
3
3
3
3
3
3
3
E
3
3
3
3
3
3
3
3
3
E
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
E
3
3
3
3
3
3
E
3
�D
o
0
0
0
0
6
O'
Q
Q
a-
D•
0
0
0
0
o
0
0
S
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
T.
T.
T.
.T
iT
N
(D
(D
M
0
(D
0
(D
fD
fD
0
(D
m
fD
(D
m
(D
m
(D
0
m
(D
(U
0
N
0
0
(D
m
N
N
(D
(D
0
(O
N
0
0
(D
m
(D
0
(D
lD
(D
0
0
N
(D
m
m
fD
(D
m
0
fD
m
fD
(0
0
Jr
J
J
D
3
J
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
°
o
o
o
N
1
M O
m
-q n
0
pni
r
>
>
>O
m z
m
N
N
N
WO
N
d)
O
d)
O)
n
T
O
D
C
A<'
p {
A � �
2
O
D
v A
AI
�
� m
0
I
D
=
T I
C
1 n
O
m
,T N
N N
T
C
X
X
n
O
3
3
N
Llm
CA
T
m
m
04k
J
OJ
W
W
W
W
W
W
O)
W
OJ
00
CO
(n
GiN
Ot
Ut
Ut
Ot
W
N
0
0
0
0
0
0
0
0
0
0
N
N
N
O
n
C)
C)
n
n
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
m
v
w
m
m
m
<
D�
v
m
m
m
m
m
m
m
m
m
m
v
m
a]a7
�1��AAA�T1�
;u
;o
x
A
;uA
A
A
A
A
X
X
X
w
rrrrrrrrrrrrrrrrrrr
(n
m O
1 n
�
D D
7�
00
a
A Z
m
W
N
m
N
N
AA-•
W.91
y-�
�—
W
Am>
m
A
d)
O)
d)
O
O
O
W
O
R
N
d7
D7
W
d)
O1
O
d1
W
O
O)
moommAm
0)
O
D)
O
d)
W
O)
N
A
a
O
m
m
O
N
W
O)
m
T x
ix
3 N
A <
�A
Z�
D
�o
�
A
Wn
o
A
O m
0
0
o
O
o�
D
�<
i
O
C n
y A
o
o
m 0
A
y
N
T
I
C �
ID �
X
(7
C7
(7
i
O
O
O
3
3
3
3
3
3
3
N
N
N
04k
W
W
N
j
N
W
W
W
A
j
j
j
A
J
J
>
J
—-4
J
J
>
J
- �
J
- �
J
- -�
J
>
J
>
J
>
N
>
N
. �
N
>
N
>
N
>
N
>
N
>
N
>
. �
>
N
OD
A
A
A
A
W
W
W
W
A
A
Cn
W
W
m
W
W
coN
m
N
j
T
T
O
W
O
O
N
C
N
U
N
N
W
W
co
N
O>
J
J
O)
O
W
CP
m
m
N
(xi
Oi
O1
w
(O
to
(O
(D
(D
T
_G
W
TTTTTT
TT
W
CO
WW
Ci
c)
c)
Ci
Cine
.T
�a
X
n
—
N
N
0)
9I
N
N
N
9l
9)
N
O
O
O
O
(D
O
m
0
0
0
(D
>
CD
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>Z
.C..
.C.
,C+
3
SU
N
N
--966--
(D
(D
(D
(D
(D
(D
O
>
j
91
F
N.
C
3
0
C
>
>
>
>
>
m
m
n
0
0
0
0
0
0
O
O
�T
T-
-
=
AA
17
X7
a
7
xxALTJ
(n
O
O
A
3
N
m O
co
co
-4 n
D
Lv
°
os
m
m
m z
<
m
m
N
v
m
Vl
W
W
A
WO
A
A
(T
co>
A
N m
a)
O
o
o
O
m
O
O
W
O
D
o
m
0;00
0
0
0
A
O
O)
A
Cb
-1 D
' r
x
A
(n
Cn
tit
rn
p
m
O
3 N
AmM
<
N
�a
= O
Z �
O
D
O
o
A
CP
O
D m
O
O
= D
N {
T
C Q
0
m o
A N
N y
C
n W
X
0
O
3
m
n
o
3
v_
3
O
�
N
N
Z
rtlv
r
m
2
=
z
*
¥
m
«
r
»a
~
a
[[\)
\0co00§
E
6
\
(
\
0000
%//u
X00
}
\
}w
\
t
Ȥ\\
000
-
m
3=
--------
®
®
`)
0000
{\(\\\\\
f»a
[
{
0
7
)
+
m
_
/
\
»$
[
;
%
z
§
\
}
[
:
�
sE
CD=
9
S
CD
® k
-
_
E
-
8!
\
}
0
}
#
\
`
\
\
0
2
»
/
))
@t\/
\\
j(
���/0
�
)2i
(f
§
0
/\
{/i
R)|
Cl)
°/
(D/
CD
}
E
_
_
§
i
;
\
CD
\
CD 3
=3
\
[-
§
/
/
§
%
\
0
§
m
JOHN WAYNE
AIRPORT
P p
1p
CITY
CITY OF COSTA
MESA QIP : IRVINEOF
`P UPPER o P
o �Q�
NEWPORT
BAY
UNIVERSITY
Of
w �O
CDlyS a
17TH ST
ro AVE
iTH ST d\o� Q�� �� � DR
`��� rS�J� _ Fp�D-Rp BON(Tq CNNY� 73 F
' REEW,
PROJECT
tiro qy�� NEWPORT �LOCATIONS
EST CEN TER SPS
BALBOA I A JC3gQUI. . HILL
PROJECT
LOCA TI ONS°gciF/c o0�02ly _ o
oc" 9QF
dly� 9ST
VICINITY MAP
NOT TO SCALE
CONCRETE AND PAVEMENT
REPLACEMENT PROGRAM
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7009-1 12/13/16