Loading...
HomeMy WebLinkAboutC-3959 - Community Youth Center Rehabilitation* a CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC August 19, 2010 Mr. Thomas B. Copenhaver TBC Contractors Corporation 1241 N. Lakeview Avenue, Suite K Anaheim, CA 92807 Subject: Community Youth Center Rehabilitation (C-3959) Dear Mr. Copenhaver: On August 11, 2009, the City Council of Newport Beach accepted the work for subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 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 Labor & Materials Bond was released on September 22, 2009. The Surety for the contract is Insurance Company of the West and the bond number is 2276550. Enclosed is the Faithful Performance Bond. Sincerel Leilani I. Browrl, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us *Executed in quadruplicate* r CITY OF NEWPORT BEACH Premium: $8,066.00 PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 BOND NO. 2276550 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,066.00 11/per thous for 1st $500,000 being at the rate of $ 8/per thous for remaining thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to TBC Contractors Corporation, hereinafter designated as the "Principal", a contract for construction of COMMUNITY YOUTH CENTER REHABILITATION, Contract No. 3959 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3959 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Insurance Company of the West , 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 Eight Hundred Twenty Thousand, Seven Hundred and 00/100 Dollars ($820,700.00) 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. 9 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of January J2009. TBC Contractors Corporation (Principal) Insurance Company of the West Name of Surety 11455 E1 Camino Real San Diego, CA 92130 Address of Surety 858-350-2400 Telephone Authorized Sig'natureNitle �r Authorized Ag nt Signature Ryan Tash/Attorney-in-fact'. Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC September 22, 2009 Mr. Thomas B. Copenhaver TBC Contractors Corporation 1241 N. Lakeview Avenue, Suite K Anaheim, CA 92807 Subject: Community Youth Center Rehabilitation (C-3959) Dear Mr. Copenhaver: On August 11, 2009, 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 35 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 August 18, 2009, Reference No. 2009000445011. The Surety for the contract is Insurance Company of the West and the bond number is 2276550. Enclosed is the Labor & Materials Payment Bond. Sincerely, CUTX myk City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www. city. newport-beach.ca.us *Executed in quadruplicate* CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 BOND NO. 2276550 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to TBC Contractors Corporation, hereinafter designated as the "Principal," a contract for construction of COMMUNITY YOUTH CENTER REHABILITATION, Contract No. 3959 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3959 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, Insurance Company of the West duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Twenty Thousand, Seven Hundred and 00/100 Dollars ($820,700.00) 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 attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 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 or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of January 2009. TUC Contractors Corporation (Principal) Insurance Company of the West Name of Surety 11455 E1 Camino Real San Diego, CA 92130 Address of Surety 858-350-2400 Telephone Authorized Si nature Ale Au horized Agefit Signature Ryan Tash/Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 No. 0004066 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint WILL MINGRAM, JENNIFER WAYNE, RYAN TASK JEFF DAVIS, RACHEL HOLBROOK, JEFF ARSE, JANELLE L. MILLER their true and lawful Attomey(s)-m-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. �,,st�raanwYaff �d`' p0""Co 'Wow aaoaroxs4,a s o°p ��m p� cy �4(/� G� INSURANCE COMPANY OF THE WEST o „SEAL EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary State of Calilmn a 11 County of San Diego I ss. J. Douglas Browme, Senior Vice President On January 2, 2005, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARY COBB COMM. *1602390 N NCTARY PL%Lr.�s �J SAN DIEGOCDUN7Y MY Comtalomm City m i SEPTEMBER 20.2009 Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be fammile representations of those signatures; and the signature and seat of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effecS and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. - INWnNESSWHEREOF,lhavesetgtytandthis 12th dayef January 2009 Jeeffny D. Sweeney, Assistant Secretary To verify the autheMiclty.of this Power of Attorney you may call 1.800.877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and d4ai)`.of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 EI Camino Real, San Diego, CA 92 1341-2 0 4 5 of eall (858) 350-2400. 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Los Angeles J} On 1/12/09 before me, Cesira L. Scarnici-Notary Public Date Here inaert Name and Title of Aa officer personally appeared Ryan Tash Names) of Signerts) CESIRA L, g— C�- Commission # 1561247 `e Notary public - t Los Angeles County ty to M1' Comm. E><ptres Mar 19.2a Piece Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Ynd And 1I. n A Signature \ /'-'" - Signature of Notary Pudic 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(les) Claimed by Signer(s) Signer's Name: Individual__ ❑ Corporate Officer—Title(s): — ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINTER OF SIGN Number of Pages: Signer's Name: Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OFSIGNER 0 02007 National Notary Association•9360 De Soto Am, P.O. Box 2402•Cbatsaorth, CA 9131&2492•w .NationalNotary.org Item 48907 Reorder: Call Toll -Free 1-8D0876-6827 ACKNOWLEDGMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I State of California County of bl;Lpv,rGc } ss. On Yv kAY z- -2,;t before me, jl t".-1 z3. itip<L o , Notary Public, personally appeared TNnrnsn Bu f 9 C Jb e iv #jtyevL_ who proved to me on the basis of satisfactory evidence to be the personA whose namek4 is/W subscribed to the within instrument and acknowledged to me that he/,skte/tbey executed the same in his/l;i&ltb& authorized capacityoei`), and that by his/fjerr/tWr signatures,(s) on the instrument the persons), 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. JOHANJ. HARDY w COAMM. #1812155 CU P 0 � NOTARY PUBLIC -CALIFORNIA 0 LOS ANGELES COUNTY CID My Comm. ExPiies Sept, 05. 2012 Sig - u -re (seal) ........................................•...............................r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Thumbprint of Signer E] Check here if no thumbprint or fingerprint Is available. '.. '01':S 41:clatr !.Ir.,lAr P�=per2tinn_ Inr. - (BUU I fi86-84SG - wmrr;.alls{a lenofary.COm RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TBC Contractors Corporation, of Anaheim, California, as Contractor, entered into a Contract on January 27, 2009. Said Contract set forth certain improvements, as follows: Community Youth Center Rehabilitation (C-3959) Work on said Contract was completed, and was found to be acceptable on August 11. 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on I1 ��I �%vV �?', �lf!� at Newport Beach, Califomia. BY ""Co City Cleric U 9�/PoRN%P 0 Recorded in OffiAecords, Orange County RF� �% Toni Daly, Clerk -Recorder RECORDING REQUESTe[�Bi' �J ED lliil .II IIIIiIIIIIIIIIIIIIiIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII111ld4 FEE WHEN RECORDED RETURN TO: 2009000445011 12:49pm 08/18109 2819 AUG 25 AM 9= 12 100 286 N12 1 City Clerk 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 City of Newport Beach OFFICE OF 3300 Newport Boulevar�I�, THE CITY CLERK Newport Beach, CA 9286'3 OF NIPAPORT BFEXH "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and TBC Contractors Corporation, of Anaheim, California, as Contractor, entered into a Contract on January 27, 2009. Said Contract set forth certain improvements, as follows: Community Youth Center Rehabilitation (C-3959) Work on said Contract was completed, and was found to be acceptable on August 11, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ► I ��I �/�UV 1 y �1t!� at Newport Beach, California. ` 4 NEVvpO BY O VUVv'— O 'Q� City Clerk A. 9�'F0 R W'� 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Lcilani L Brown, MMC August 12, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following project: Community Youth Center Rehabilitation (C-3959) Community Youth Center Parking Lot Improvements (C-4132) Please record the enclosed document and return it to the City Clerk's office. Thank you. Sincerely, Leilani I. Brown, MC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www. city. newport-beach.ca.us • ! 2s°G�Oo7L! CITY OF NEWPORT BEACH( I All11 1 1 7099CITY COUNCIL STAFF REPORT August 11, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse 949-644-3321 or ftse(a)newportbeachca.aov SUBJECT: COMMUNITY YOUTH CENTER REHABILI,TA-T ON — COMPLETION AND ACCEPTANCE OF CONTRACT NO 395 RECOMMENDATIONS: 1. Accept the completed work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On January 27, 2009 the City Council awarded the Community Youth Center (CYC) Rehabilitation project to TBC Contractors Corporation to remodel the center's interior and exterior. The extensive rehabilitation work included: • new glass partitions to minimize sound spillage across activity rooms; • new reception, office spaces, and restrooms; • new flooring; • new ceiling systems; • an upgraded HVAC system; • electrical and plumbing system upgrades; • new wirings and provisions for future audio-visual equipment; • new energy efficient solartubes/circular skylights in the restrooms; • rebuilt exterior door hardware; • CYC Rehabilitation - Completia,d Acceptance of Contracl No. 3959 August 11, 2009 Page 2 • enlarged concrete patios; • secondary exit staircase; • new entrance trellis and walkway; • new signage; • new exterior stucco; • new interior and exterior paint; and • new landscaping. While the designers of building rehabilitation projects cannot be expected to have included all subsurface work items on the plans, the contract documents for this project could have been more complete and included more details. Numerous changes and extra work items totaled $85,487.00 (see attached tabulation sheet). The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $820,700.00 Actual amount of bid items constructed: $820,700.00 Total amount of change order: $ 85 487.00 Final contract cost: $906,187.00 The final overall construction cost including the extra work and credits was $85,487.00 or 10.4% over the original bid amount. The following is a summary of the project schedule per the Fiscal Year 2008-2009 Master Project Schedule, Schedule Summary Estimated completion date per June 2008 Schedule: June 19, 2009 Project award for construction: January 27, 2009 Estimated completion date at Award: June 2, 2009 Actual construction completion date: June 5, 2009 Environmental Review: The project is Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. CVC Rehabilitation - Completiood Acceptance of Contract No. 3959 August 11, 2009 Page 3 Funding Availability: In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction $ 906,187.00 Design 132,165.10 Project Management 26,85927 Surveying 9,564.00 Landscape Design 6,484.00 Materials Testing 5,216.00 Construction Drawings 4,396.90 Printing and Incidentals 1,806.17 Total Project Cost $1,092,678.44 Funds for the construction project were expended from the following account: Account Description CYC Rehabilitation - General Fund CYC Rehabilitation — Building Excise Tax Prepared Civil Engineer Account Number Amount 7011-C4120806 $ 904,187.00 7271-C4120806 2,000.00 $ 906,187.00 Submitted by: CYC Rehabilitation - Completions Acceptance of Contract No. 3959 August 11, 2009 Page 4 CYC Rehabilitation Contract No. 3959 List of Change Orders Work Chan es Description Amount 1 Additional construction site temporary edmeter fencing $ 976.00 2 Replace existipA patio railings to meet Building Code $ 9,287.00 3 Install restroom solid countertop in lieu of specified laminates $ 3,348.00 4 Add above grade area drainage connections and new grates $ 3,897.00 5 Separate and rewire conduits in attic sub panels per Building Code $ 6,112.00 6 Removelrewire above ground junction box. Add two duplexes and lower two plu s. $ 2,466.00 7 Rebuild, certify, and re -install reduced pressure backflow preventer $ 2,460.00 8 Concrete encase existing Edison feed under new trellis $ 4,703.00 9 Reconstruct ceiling in Offrce/Room 9 $11,308.00 10 Sandblast interior walls next to entrance $ 2,240.00 11 Credit — Light fixtures substitution -$ 5,346.00 12 Galvanize exterior guardrails $ 1,344.00 13 Credit — Acoustical ceiling chane -$ 8,084.00 14 Exterior concrete staircase re -alignment $12,203.00 15 CMU planterwalls $ 1,666.00 16 Paint exposed spiral mechanical ductwork $ 1,913.00 17 Rework walls and install wirings and conduits for AV equipment $15,902.00 18 Credit — Delete trash receptacles -$ 1,884.00 19 Replace existing soffit with new $ 6,439.00 20 Reworklinstall new front entry header $ 1,791.00 21 Repair irrigation lateral andsprinkler wires $ 4,276.00 22 Roof water testing $ 1,118.00 23 Additional landscaping in front of entrance $ 2,979.00 24 Sign modifications $ 481.00 25 Exterior door hardware replacement $ 3,824.00 26 Rework and re -finish interior wood ca $ 593.00 27 Credit — Delete independent air balance testing -$ 1,000.00 28 Re-route existing condensate lines $ 475.00 Total Project Changes $85,497.00 • • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:OOAM on the 6th day of January, 2009, at which time such bids shall be opened and read for COMMUNITY YOUTH CENTER REHABILITATION Title of Project Contract No. 3959 $700,000 Engineer's Estimate �4FOR� t6phen G-Badum blic Works Director Contract documents and Special Provisions may be obtained at Public Works Department for $10. Bidders must obtain the Building and Landscaping Plans and Building Specifications through Reliable Graphics of Costa Mesa. Contact Frank Arevalo, Manager via fax or email: RG6(a�reliablegraphics.com or Fax 714-445-0008. Contractor License Classification(s) required for this project: `B" For further information, call Fong Tse, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://wwwcity. newport-beach.ca. us CLICK: e-onlineservices/e-bidPublicWorks CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................7 NON -COLLUSION AFFIDAVIT.....................................................................................11 DESIGNATION OF SURETIES.....................................................................................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA.......................................................................15 INFORMATON REQUIRED OF BIDDER......................................................................16 NOTICE TO SUCCESSFUL BIDDER..........................................................................19 CONTRACT..................................................................................................................20 LABOR AND MATERIALS BOND.................................................................................26 FAITHFUL PERFORMANCE BOND.............................................................................28 PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................SP-1 ARCHITECTURAL SPECIFICATIONS............ Bidder to order from Reliable Graphics FA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS 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) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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 bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in i • 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 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 641460 B Contractor's License No. & Classification TBC Contractors Corporation Bidder '. AThom°aseB SOopenhaveie, President & CEO 01/05/2009 Date 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 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 Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of COMMUNITY YOUTH CENTER REHABILITATION, Contract No. 3959 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void.. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 2nd day of January 2009. TBC CBntractors Corporation Name of Contractor (Principal) Insurance Company of the West Name of Surety !_� Authorized Signat" ure/TW Pre7' ent & CE Authorized Agieht Signature 11455 E1 Camino Real, San Diego, CA 92130 Ryan Tash (Attorney-in-fact) Address of Surety Print Name and Title 858-350-2400 Telephone (Notary acknowledgment of Principal & Surety must be attached) - No. 0004066 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint WILL MINGRAM, JENNIFER WAYNE, RYAN TASH, JEFF DAVIS, RACHEL HOLBROOK, JEFF AASE, JANELLE L. MILLER thew true and lawful Atmmey(s)-m-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents in be executed by its duly authorized officers this 2nd day of January, 2008. 3'caaPM'Yy' SAS eRA,Vo V" .. 3' espVOt+>eny* 47 `P �rF o cY INSURANCE COMPANY OF THE WEST O: O SEALEXPLORER d� r a EXPLORER INSURANCE COMPANY ++• "40 Jeffrey INDEPENDENCE CASUALTY AND SURETY COMPANY °a�was ,.:•.d 7etfrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } ss. County of San Diego On January 2, 2008, before me, Mary Cobb, Notary Public, personalty appeared J. Douglas Browne and Jeffrey D. Sweeney, who 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 they executed the same in thew authorized capacities, and that by thew signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARY CCM COMM. *9602890 NOTARY PUBLE-ON MC NIA q �y SANDIEGOCOUINTY n My Commission Expif¢s SEPTEMBER 2D. 2009 Mary Cobb, Notary Public I;i:f.Ya7Sa1YLi]287 This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers cf Artom.y appointi.^.g the peknn(s) :caned as Aftomey(s)-m-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contacts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred in herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF; I have yet my hand this 2nd dayof January . 2009 . d-11�, - Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity ofinis Power of Attorney ;,ou may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of rhe :xiui'uwhich the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 EI Camino Real, San Diego, CA 92130-2045 oroall (858) 350-2400. F_ 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT <�'.C,C' �.:.vs �`t'.C`CtC."+•C"_"�s – – – ��f'�iK�-£"'�-c.X'–.el'.E�.cvoi�,Fi`i�.i�Y'a'P' — .6f�.fY��`K State of California l County of Los Angeles Jy On /A Lot before me, Cesira L. Scarnici-Notary Public Date Here Imert Name and Title of the OR'" personally appeared Ryan Tash Name(e) of Signer(s) CESIRA L. SCARNICI CommlaaIon # 1561247 Notcry RbVC - Couromlo Mycomm Mar9r,2004 1919 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand fficial seal. Signature gnetum of Notary 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Nat ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General • El in Fact Top OF Thumb here Top of Thumb here LJ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0200WNational Notary Assodation• 9350 De Soto Ave., P.0.9ox 2402 -Chat orth, CA 913132402-w .NatlonalNotaryonj tem #5907 Reorder: Call Toll -Free 1-80M79A827 ACKNOWLEDGMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I State of California County of 0A -A ,AGE } ss. On JfovvrmY .5— 20oc, before me, JoNrrj 5- Hi+v-vY Notary Public, personally appeared _7Hymnc_ [io`f 9 Loftlu I+Pt/&rz who proved to me on the basis of satisfactory evidence to be the personA whose name;A is/Ore subscribed to the within instrument and acknowledged to me that he/�Pe/tJxy executed the same in his/ja r/ttir authorized capacity(Jes`), and that by his/bcr/titer signaturesA on the instrument the person(4, or the entity upon behalf of which the personA acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sibfa6re ,, eP , ) ..........................................•.............................r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO Other President / Vice -President / Secretary 1 Treasurer Other: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. _ v r 'MWPi t ,='.coin JOHAN J. HARDY COMM. #1812155 n NOTARY PUBLIC -CALIFORNIA LOS ANGELES COUNTY m My Comm. Expires Sept. 05. 2012 ,, eP , ) ..........................................•.............................r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO Other President / Vice -President / Secretary 1 Treasurer Other: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. _ v r 'MWPi t ,='.coin Best's Rating Center - ComW Information for Insurance Compo of the West Page 1 of 2 Center Industry Research Ratings Definitions F Search Best's Ratings Press Releases Related Products r ift, i 'View Ratings: Financial Strength Issuer Credit Securities Advanced Search Insurance Company of the West IA—Wr flew o,00nt AM.Baarp:.. lli11. FEINY: 02161 Address: P.O. Box 85563 San Diego, CA 92186-5563 Country Risk Best's Ratings Structured Finance Financial Strength Ratings View Definitions How t0 Get Rated Rating: A. (Excellent) Contact an Anal St I AH'lllatnn Code: p (Pooled) Y Financial Size Category: IX ($250 Million to $500 Million) Oullock: Stable Action: Affirmed Effective Dale- August 15, 2008 Phone: 858-350-2400 Fax 85&350-2792 Web: www_igwgroup.com Cuter web Camera. sale, has nits' moan oro a i Fir oov�op' abo�o om.,e oaia.Im�a io rm�rro::. Issuer Credit Ratings View Definitions Lang -Term: a- Oullook: Stable Aolian: Affirmed Date: August 15, 2008 * Denotes Under Review Ratings. See rating definitions. Reports and News Visit our NewsRoom for the latest news and press releases for this company and its A.M. Best Group. { AMB Credit Report - Insurance Professional (Unabridged) (formerly known as Best's Company Report)- includes Best's FRI 1 rationale along with comprehensive analytical commentary, detailed business overview and key financial data. 1 Y Report Revision Date: 08/15/2008 (represents the latest significant change). ` Historical Reports are available in AMB Credit Report- Insurance Professional (Unabridged) Archive. Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance s _ key financial performance tests including probability, liquidity and reserve analysis. Data Status: 2008 Bears Statement File - P/C, US. Contains data compiled as of 12127/2008 (Quality Cross Checked). I Single Company -five years of financial data specifically on this company. I Comparison- side-by-side financial analysis of this company with a peer group of up to five other companies you select. a Composite -evaluate this company's financials against a peer group composite. Reports ieplays both the average and total composite group. "k AMB Credit Report -Business Professional- provides three years of key financial data presented with colorful charts and tables. Each re latest Best's Ratings, Rating Rationale and an excerpt from our Business Review commentary. Data Status: Contains data compiled as of 12/27/2008 (Quality Cross Checked). Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Ruling and financial data as provided in Best's Key Re Data Status: 2007 Financial Data (Quality Cross Checked). a§ Financial and Analytical Products Best's Property/Casually Center- Premium Data & Reports Best's Key Rating Guide - PlC, US & Canada Best's Statement File - Pi US Best's Statement File - Global Best's Insurance Reports - PIC, US & Canada Best's State Line - PIC, US Best's Insurance Expense Exhibit (IEE) - PIC, US Best's Schedule F (Reinsurance) - PIC, US Best's Schedule D (Municipal Bonds) - US Best's Schedule D (Common Stocks) - US Best's Schedule D (Preferred Stocks) - US Best's Schedule P (Loss Reserves) - P/C, US Best's Schedule D - Hybrid - Pic & UH, US Best's Schedule D (Corporate Bonds) - US Customer Service I Product Support I Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing http://www3.ambest.com/ratings/Full Profile. asp?BI=O&AMB Num=4667&AItS rc=... 01106/2009 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work %of Total Bid Name: Bidder Authorized Signature/Title Address: 1 o 0oX 2�) Z Co(i-on,Ci2l Rz32-4 [� Phone: -760, ZL{-b, g7�•�-� State License Number: g 43 70-7 Name: 0r V'IIe 4dlyt��S Address: mt c; P. or"ee, e Oct 7,86-7 5 I Phone: I 1 Q9-7, Z-00'01 5'3 3 4q I State License Number. Name: Moo-0-Iil Address: Phone: C{l)-t I q T gCDS 0 -3&9 Ct ` State License Number: 1 TBC Contractors Corporation nk f Bidder Authorized Signature/Title 1 lee t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S)i 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 Number Description of Work % of Total Bid Name: c Address:Y\ , {-& � 5GLX IP4 zri Phone: 11+ Lf 7--7 0 foo State License Number: -7 335,1 c) Name: Address: 1-7 T 3 11 �fNbG-WY�V�t CVS c(2"Phone: -7 H . 5-n , 0515 State License Number: -7 5 Name: *D_\ DC J &_ (V44 Address: Z-700 �LAv-� S�� C(` ' Phone: 6-&Z , C(ggr , 3goo State License Number: (oZ4 500 TBC Contractors Corporation tV4 1 Bidder Authorized Signature/Title 6 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work % of Total Bid Name: Z u)n co SI LL�e� Address: `1T1 W ATrvv__ � V J tip q n l�b 5 qtM Phone: JO_(.Q ` —` Li State License Number: 3 Name: Address - t X! Phone. State License Number. Name:ee Address: 5 `v_l l-kuv~,t-t � q 1 ictt�S ('Gw1�S L-1}- /n� Phone: L4 --I �jLf Ifl a_fJ AI State License Number: 3 Z_ TBC Contractors Corporation Bidder Authorized Signature/Title 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work %of Total Bid Name: �j j t L�111(� Gl l L ���t ` Tole�- lkecessones Address 3�3 N ktcA C((" 5 P&CA , � UV� S 1 Y f Phone: 81g Zq0 i & 2-7 State License Number: 2S9 Gq 72 + Name: (;.(QT((.e_, T1 e, �" Add ress:2bjlJZ r/ S. LJ�(Tck(vi Phone: State License Number. �� Z S 6 Name: VtkfA f loo n fl) AddressAlsoku S �lar�te�c�t �yC%_ �—C1i2�{ D Phone: Q cJ 6 CLOOt ` State License Number: 334 � `Z TBC Contractors Corporation (nW� Bidder Authorized Signature/Title S 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work %of Total Bid Name: l6 }(yl C) CCS L Address: G� —1 Phone: nj State License Number: Sg 4l ll 11 Name: lern� Address: -7j Z. N - D�OIVFt�?1' lO tk-yI6 &LT IcAq k 1 jI(oc� PhoneI0 Ip , p! 60 ZI (7 00 � 1f State License Number: Name: K!>wL�r LO ,_ P(ctSi Address: t��yvl � 5 ` O t014Z `I Phone: q5J -2-79,61960 �0 5,3 -7 State License Number: TBC Contractors Corporation Bidder Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work %of Total Bid Name: Pr t ZC ,,1l+c,, „p �� F('+`6i � n 11 YC� Address: i O l` toy- qZ's 6-1 Phone: Cr) t -7 -J� -I d State License Number: Name: Sj () �� 4 Address: �6tt((S'Q'�(f!�,(l 1��nil O / /i't0"fL� Phone: a'5 ( 365 oU State License Number:L- Name:2��}(�lp� Address: bnt (�(p(1n /V n1 V Ii �S c c� g2b�s Phone: State License Number: Zb 5 1 L TBC Contractors Corporation Bidder Authorized Signature/Title Cp 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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 Number Description of Work %of Total Bid Name: Ah f pPf Address: Z1, O Phone: 'M 1535100 State License Number: J5`A Name: ?/ f e us C5 ��J�U Address: 15 Phone: q`51 f7a 2 b( z 3 State License Number. -1 No� f q I Name:/, S [+J� (NA rESo t �pu Address 11ftl� Phone: 160 LJ _t`j]umber: State License TBC Contractors Corporation Bidder 61i�� Au�hor�� iz�ed Si tur 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor 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: C Qth' af\` Address: 32-95 f V`T\e_<* mvca, Lo 106 Phone:, 4� 5 �5� $ 5 State License Number: L 51 O Ll{ o 1 Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: TBC Contractors Corporation Kyl- ; /C�� Bidder Authorized Sig ature/ itle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. TBC Contractors Corporation 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 Forensic Biology Laboratory Remodel #8503 Project Description Remodel of Sheriff's Investigation Lab Approximate Construction Dates: From 04/21/2008 To: 5/21/2008 Agency Name County of San Bernardino Contact Person L Herkelrath Telephone ( ) 909.387. 3165 Original Contract Amount $ 108, 953Final Contract Amount $ 115,793 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No VA E 0 No. 2 Project Name/NumberPolice Department Air Conditioning Upgrade #08-132 Project Description HVAC Upgrade Approximate Construction Dates: From Agency Name Contact Person 10/13/2008 To: 10/17/2008 City of Rialto John Wheatley Telephone ( ) 909-841.0285 Original Contract Amount $ 41, 667 Final Contract Amount $ 41,667 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. No No. 3 Project Name/Number UCI : Project Description 3rd Floor Renovation Social Science Lab #5100764 I classroom remodel Approximate Construction Dates: From 07/07/2008 To: 09/09/2008 Agency Name The Regents of the University of California Contact Person Kyoko Adachi Telephone ( ) 949/824-9520 Original Contract Amount $ 103 , 678Final Contract Amount $ 116,817 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 0 No. 4 Project Name/Number UCI Medical Center S1 1] Quarters 4999125 Project Description Underground Utilities for Modular Sleep Qtrs. Approximate Construction Dates: From 07/14/2008 To: 09/14/2008 Agency Name The Regents of the University of California Contact Person Jerry Wetsch Telephone ( ) 714-456-6511 Original Contract Amount $165, 90017inal Contract Amount $ 173,796 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/NumberUCl: Renovate LARC Offices Rowland Hall #997440 Project Description Renovation of Offices @ UCI Approximate Construction Dates: From 09/08/2008 To: 10/31/2008 Agency Name The Regents of the University of California Contact Person Dave Anderson Telephone( ) 949.824.4846 Original Contract Amount $ 14 8 , 730Final Contract Amount $ 175,974 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 2 No. X 7 ProjectName/NumberUCI: Relocate Academic Senate Berkeley Place #5108159 Project Description Renovation of Offices Approximate Construction Dates: From 10/31/2008 Agency Name Contact Person 12/16/2008 The Regents of the University of California Kyoko Adachi Telephone( ) 949.824.9520 Original Contract Amount $123, 199Final Contract Amount $ 129,410 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No.1+ 8 ProjectName/NumberUCI: Dean's Suite Berkeley Place North 1000 #5107957 Project Description Renovation of the Dean's St Approximate Construction Dates: From 11/03/2008 To: 01/06/2009 Agency Name Contact Person The Regents of the University of California David Hooks Telephone ( ) 949-824.9328 Original Contract Amount $ 229, 750 Final Contract Amount $ 255,159 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 9 • No. 6 Project Name/Number Remodel 3200 Berkeley Place #5108008 Project Description Remodel of offices @ UCI Approximate Construction Dates: From 09/08/2008 To: 10/10/2008 Agency Name Contact Person The Regents of the University of California Dave Anderson Telephone( ) 949.824.4846 Original Contract Amount $99, 662 Final Contract Amount $ 114,982 If final amount is different from original, please explain (change orders, extra work, etc.) Owner Initiated Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. TBC Contractors Corporation Bidder 10 qed S' natur itle Thomas B. ope aver, President & CEO CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) Thomas B. Copenhaver being first duly sworn, deposes and says that he or she is President & CEO of TEC Contractors Corporation , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. TBC Contractors Corporation Bidder Authorized Sign ture/Titl Thomas B. Copenh ver, President & CEO Subscribed and sworn to (or affirmed) before me on this day of 12009 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL] 11 ec- f4-rtrka, Notary Public My Commission Expires: • ACKNOWLEDGMENT State of California County of CiEA-i-GI ) • On jf7xSU rn.-`f 5 —1-cN:�i`t before me, cSzt -A „+ 5. ftt%Tyy CNUTYM-e po-C�LL`i (insert name and title of the officer) personally appeared /Nm Ws 6NK9 CoPew fhRJtIz- who proved to me on the basis of satisfactory evidence to be the persona whose name(%] is/qf4 subscribed to the within instrument and acknowledged to me that he/sKe/tljefi executed the same in his/t er/thefauthorized capacity, and that by his/hOht*r signatureWon the instrument the personK. or the entity upon behalf of which the person -(o 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. JHANJ. HARDY COMMCOMM. k1812155 W m NOTARY PUBLIC -CALIFORNIA 1 LOS ANGELES COUNTY 10 l My Comm. Expires Sept. 05, 2012 Signature ------ (Seal) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 DESIGNATION OF SURETIES Bidders name TBC Contractors Corporation 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): e (GL & Auto) Aon Risk Services Philip Arzu 1901 Main St #300; Irvine, CA 92614 Insurance (Worker's Comp) State Fund 877.405.4545 Bonds (Bid/Perf/Pmt) Bond Services of CA, LLC Ryan Tash 900 Wilshire Blvd; Ste. 1400, LA, CA 90017 12 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name TBC Contractors Corporation Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Ii67 Current Record Record Record Record Record Year of for for for for for Record 2008 2007 2006 2005 2004 Total 2009 No. of contracts 0 15 27 48 37 50 177 Total dollar Am Conttractsracts (in 0 $1.216 $9.097 $8.772 $7.213 $4.315 $30.613 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 1 1 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Ii67 • 0 Legal Business Name of Bidder TBC contractors Corporation Business Address: 1241 N Lakeview Ave;Ste.K Anaheim, CA 92807 Business Tel. No.: 714. 693. 3993 State Contractor's License No. and Classification: 641460 B Title General Building Contractor The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title _ President/Secretary/CEO _ Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 C� ACKNOWLEDGMENT State of California County of Cm (, e On SR�1U14tiY �' w9 before me, cS FtYi� K9Y Ci�iSJYtVL PU6L1c) (insert name and title of the officer) personally appeared rJuM6S hoz ID corvNrrryve,` 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/04/tl?4 executed the same in his/lyef/tl3K authorized capacity,(4K, and that by his>6r/ter signatureW on the instrument the personX or the entity upon behalf of which the person(s-racted, 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) JOHAN J. HARDY f COMM. 61812155 W V � NOTARY PUBLIC -CALIFORNIA -4 m LOS ANGELES COUNTY to J My Comm. Expires Sept. 05, 2012 4 (Seal) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 ACKNOWLEDGEMENT OF ADDENDA Bidders name TBC Contractors Corporation The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si to 1 12/29/08 15 0 . Page: 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO DATE: 12/29/2008 BY: Principa,rivil Engineer TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. PLAN SHEET NO. A101: 1. Delete C.M.U. Wall "N.I.C." notation as shown below. The lump sum price bid for Bid Item No. 5 "CYC Building" shall have included the costs of said walls completed in place. M C.M.U. WALL 8" MIN. I v �^ u FINISH GRADE, io (} 45 2„ — Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. 1130 ('c7�� Bidder's Name (Please Print) �2 -1. o� Date u -S t ri I ija y fug, t -t 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 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: TBC Contractors Corporation Business Address: 1241 N. Lakeview Ave.,Ste.K Anaheim, CA 92807 Telephone and Fax Number: 714.693. 3993 & 714. 693. 3998 California State Contractor's License No. and Class: 641460 B (REQUIRED AT TIME OF AWARD) Original Date Issued: 04/02/92 Expiration Date: 04/30/2010 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: Thomas Copenhaver - President / Jeff Parrott - Project Manager 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 Corporation organized under the laws of the State of California 16 27160 Big Horn Mountain Way Thomas B Copenhaver President/Secretary Yorba Linda CA 92887 714.692.1457 27160 Big Horn Mountain Way Jamie P Copenhaver Vice President Yorba Linda. CA 92887 714.692. 1457 Corporation organized under the laws of the State of California 16 • The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A 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 la Fompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?YO No Are any claims or actions unresolved or outstanding? / No 17 If Ifyes 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. TBC Contractors Corporation Bidder Thomas B. Copenhaver (Print name of Owner or President of Corp ation/Company az AAorized �gn mure>� omas op aver President/CEO Title Date 01/05/2009 Subscribed and sworn to (or affirmed) before me on this day of by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL] IE Notary Public My Commission Expires: 2009 10 ACKNOWLEDGMENT State of California County of CJgFMIZ-Ic 0 On JP1rwt}r1-`; 24-301 before me, 3- 1llaDY CivDm(,%r Vu 6L1 ) (insert name and title of the officer) personally appeared TNvmf-S 6u`f 9 6oFC7rJ Lhg\/ E" who proved to me on the basis of satisfactory evidence to be the persona whose namex) is/are" subscribed to the within instrument and acknowledged to me that he/500/tlwy executed the same in his/>cs'r/tl & authorized ca pacity (i9sj and that by his/lief/tWr signature(.z�-on the instrument the person(e,, or the entity upon behalf of which the person(M 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.JOHAN J. HARDY of COMM. #181215`_ VNOTARY PUBLIC-CALIFCrINIA ...{ m ° LOS ANGELES COLN OP' My Comm. Expires Bepl- Signature ^^ (Seal) 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 CONTRACT THIS AGREEMENT, entered into this of 1 Baty oKM , 2009, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and TBC Contractors Corporation, a California Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: COMMUNITY YOUTH CENTER REHABILITATION The work necessary for the completion of this contract consists of remodeling the interior and exterior of the existing Community Youth Center building and constructing site improvements such as entrance trellis, patio walls, concrete stairs, landscaping, irrigation, parking lot pavement, striping, and other improvements shown on the Contract Plans and in the Specifications. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows A. 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3959, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents"). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. 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. C. COMPENSATION 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 Eight Hundred Twenty Thousand, Seven Hundred and 001100 Dollars ($820,700.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. 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, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Fong Tse (949)644-3321 CONTRACTOR TBC Contractors Corp. 1241 N. Lakeview Ave. #K Anaheim, CA 92807 714-693-3993 714-693-3998 Fax F. INSURANCE Without limiting Contractor's indemnification of City, andrip or to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. 1. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. 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. 21 Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 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. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees 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 the laws of the State of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non-payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, 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 occurrence. 5. Deductibles and Self -Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 0 0 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self-insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification/hold harmless provision contained in this Contract. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 23 0 0 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. Right to Stop Work for Non -Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. G. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the active negligence or willful misconduct of City, its officers or employees. 4. 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. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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 24 0 performed, and has correlated all relevant observations with the requirements of the Contract Documents. I. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. ATTEST: CITY CLERK APP OVED AS TO FORNj: AA N C. HARP Assistant City Attorney 3 TBC CONTRACTORS CORPORATION By. r .-t (Corporate Offi r) Title: 44Al Print Name: /-Wey5tC 1, is (Finan ialOytcer) Please note: Corporations must complete and sign both places above even if each office is held by the same individual 25 Fax #: 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 1/28/09 Dept./Contact Received From: Shauna Date Completed: 1/28/09 Sent to: Shauna Oyler By: Jessica Scherer Company/Person required to have certificate: TBC Contractors Corporation GENERAL LIABILITY A. INSURANCE COMPANY: Scottsdale Insurance Compan B. AM BEST RATING (A: VII or greater): A+XV C. ADMITTED Company (Must be California Admitted) I1. AUTOMOBILE LIABILITY Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $1M Each Occ/$2M Agg E. PRODUCTS AND COMPLETED OPERATIONS (Must (A Yes ❑ No ADMITTED COMPANY (Must be California Admitted): include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The ® Yes ❑ No LIMITS (Must be $1M min. BI & PD and $500,000 UM): City its officers, officials, employees and volunteers): Is it What is limits provided? included? E. G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be ❑ Yes ® No officers, officials, employees and volunteers): Is it included? included): Is it included? F. H. CAUTION! (Confirm that loss or liability of the named ❑ Yes ® No Haulers only): insured is not limited solely by their negligence) Does Is it included? N/A endorsement include "solely by negligence" wording? ❑ No G. I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the notification of cancellation by certified mail, per Lauren Farley, the City will accept the endeavor wording. I1. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Scottsdale Insurance Company B. AM BEST RATING (A: VII or greater) A+XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): $1,000,000 What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its ❑ Yes ❑ No officers, officials, employees and volunteers): Is it included? F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A: VII or greater): Not Rated C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes ® No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ® No IF NO, WHICH ITEMS NEED TO BE COMPLETED? GL: Additional insured forin CG 20 37 07 04 not attached. COveFa Ee only shows nrimary not non-contributorv. WC: carrier not rated. Waiver of subrogation not included. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. iK • U U U U TBC contractors corporation Company Profile TBC Contractors Corporation has been a leader in commercial building construction for over 20 years. Projects include ground up buildings and all types of facility and office improvements. Project specialties include healthcare, manufacturing facilities, clean rooms, industrial, and commercial office improvements. Our reputation in the industry is outstanding. We place a high value on successful long-term relationships with our clients. We are easy to work with, yet attentive to quality and details. Our goal is to provide unparalleled service, quality, timeliness, value, and professionalism to our clients. Our professional management team is our greatest asset. Our team consists of good communicators who listen and understands your needs, who focus on craftsmanship, financial accuracy, and schedule control through meticulous communication with all who are involved in the project. Our Leader Thomas B. Copenhaver, President & CEO Tom has been the Chief Executive Officer at TBC Contractors for over 20 years. He has a strong background in construction management as well as architectural and engineering design. Tom did his undergraduate work at California State University at Fullerton earning a Bachelor of Science degree in Engineering. He went on to graduate from the University of California at Berkeley with a Master of Science degree in Engineering. He is a State of California licensed Civil Engineer. His project design background includes five years of managing major projects with Brandow & Johnston Associates including the major structural engineering design role for the Tom Bradley International Airport Terminal. Tom combines excellent business leadership capabilities with excellent construction management and design. His construction experience includes major shell and core projects as well as all types of tenant improvements from acute care hospital to major industrial facilities. PERSONNEL PROFILE JEFFREY PARROTT Project Manager/ Superintendent BACKGROUND: Jeff Parrott has over 15 years of experience in the construction industry. He has managed all phases of construction and exceeds in supervising and coordinating each projects progress to comply with schedule deadlines. He is responsible for generating and implementing the construction completion strategy, managing the construction team, ensuring quality control and value engineering. EDUCATION: SADDLEBACK JUNIOR COLLEGE Mission Viejo, California California State General Contractors License RECENT EXPERIENCE PROJECT PRICE ENTERPRISES —AZUSA SELF STROAGE EXPERIENCE: AZUSA, CA A self -storage complex built from the ground up consisting of seven (7) large storage buildings and a two story managers office/apartment. The office managers apartment was wood framed, while the rest of the storage buildings were built from the ground up out of concrete masonry unit (CUM). The project spans six acres of previously undeveloped land. HEWLETT PACKARD COMPANY INTERMEDIATE ASSEMBLY AREA SAN DIEGO, CALIFORNIA Approximately 10,000 s.f. Class 10K clean room, NOz, Oz, CDA, process piping, integrated column systems with Unistrut pre -fabricated clean room construction. Project also included an exterior utility/equipment room constructed of tilt -up panels and exposed river rock finish surface. All work accomplished within existing manufacturing facility under production and with adjacent Class 100K clean rooms operational. PERSONNEL PROFILE JEFFREYPARROTT Project Manager Continued... SCIENCE APPLICATIONS INTERNATIONAL CORP. SAIT MANUFACTURING FACILITY SAN DIEGO, CALIFORNIA Approximately 30,000 s.f. mixed-use tenant improvements including light manufacturing facility, office areas, conference rooms, exterior ramp and equipment pads, window wall re -work, thermotron equipment rooms and move/installation of thermotrons and lab testing areas. SCIENCE APPLICATIONS INTERNATIONAL CORP. RANCHO BERNARDO 65,000 sf — complete renovation of existing 2 story building including administrative and executive offices, light industrial assembly area, R & D labs, x-ray room and skiff rooms ENTERPRISE RENT -A -CAR LAGUNA NIGUEL, CA 6500 s.f. building remodel and expansion. All new site works, retaining walls, landscaping with 80,000 square foot parking lot complete with hydraulic car lifts and car wash. KENTUCKY FRIED CHICKEN SAN MARCOS, CA Demolished existing bank and parking lot. Build from the ground up KFC restaurant with drive-thru, parking lot, kitchen and dining area. • PERSONNEL PROFILE JEFFREY PARROTT Project Manager Continued... WESTERN BUSINESS CENTER RIO VISTA TOWER SAN DIEGO, CALIFORNIA 0 Complete build -out of entire Bch floor of high rise building (Rio Vista Tower) in San Diego. Scope included central mail/US Postal office, high-end executive offices, conference rooms, kitchen, reception and lobby. PIC-NSAVE ANAHEIM, CA Construct 22,000 square foot Pic -N -Save within retail strip mall, including seismic upgrade in existing shell, complete with loading docks, warehouse, storefront, exposed rigid mechanical system ducting. TRACK AUTO TRACK AUTO ANAHEIM PLAZA Convert and expand Convert and expand existing Pep Boys to Track Auto. Double square footage and total remodel. Work to be performed after-hours to maintain fully functional facility during construction. • Renato (Rey) Dabu Superintendent Work Experience 2000 — Present TBC Contractors Corporation Position: Superintendent Duties and responsibilities: Daily management and scheduling of trades, pulling permits, leasing equipment, obtaining general labor, conducting safety meetings, preparing and doing the final punch with client and maintain accurate records (i.e. change orders, RFI's, punch list, submittals, warranties, as builts, etc.). 1996 —2000 Architectural Drawings & Remodeling Contractor Position: Architectural Draftsman/Remodel Contractor Duties and responsibilities: Provide blueprint as per owner request for room addition, submit to City for approval and to obtain building permit for construction, remodel kitchen, bathroom, upgrade main panel service for electrical & rewiring, upgrade windows and perform other job related to construction. 1994-1996 Majestic Home Health Agency Newport Ave. Tustin, CA Position: Medical Transcriber Duties and responsibilities: Prepare patient chart and gather personal information for each individual patient base on the nurses evaluation, and input to computer, construct goal for each patient and submit to the DON for correction and send to MD for signature and perform other related clerical work. 1989-1994 Bensinzon Construction Eckhoff Ave. Orange, CA Position: Carpenter/Architectural CAD Operator Duties and responsibilities: Designing and drafting of Architectural working drawings for building construction. 1985-1989 Tilbury Engineering Delta, British Columbia CANADA Position: Architectural Draftsman Duties and responsibilities: Preparing of working drawings and as -built shop drawings for interior and exterior finishes of the buildings, residential and offices including drywall and demountable partition. 1982-1985 United Engineering and Technical Consultant Vancouver, British Columbia CANADA Position: Architectural Draftsman Duties and responsibilities: Drafting of architectural drawing, incorporate revisions as per supervisor noted. 1975-1982 ECCO-ASIA Engineering Corp. Manila, Philippines Position: Architectural Draftsman Duties and responsibilities: Preparing architectural drawings, fabrication drawing and incorporation of redlines per customer specifications. Renato (Rey) Dabu • • Superintendent EDUCATION 1970-1975 National University College of Architecture Manila, Phils. Associate in Architecture 1998-1999 Lincoln Adult Educational Center Computer Aided Drafting Auto CAD 14 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. 3959 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ �� 000 Dollars and -9— Cents $ 00D Per Lump Sum 2. Lump Sum Traffic Control @ Dollars and 000 Cents $ Per Lump Sum 3. Lump Sum Survey Services @ ,2iJ�Ct Dollars and 2� $00 Cents $ Per Lump Sum 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 20 L.F. Replace Existing 4" Sewer Lateral Section @ 00 Dollars and �1UQ Cents $ Z� $ �—I Per Linear Foot 5. Lump Sum CYC Buildingq @ J D D Dollars "V Cents $1-90900 Per Lump Sum 6. Lump Sum Relocate Existing and Install New Irrigation System @ (D ND Dollars and Cents $ 16 Q0 b �� Per Lump Sum 7. Lump Sum Install Landscaping @ 33C�0 Dollars and -500 Cents $ Per Lump Sum 8. Lump Sum 90 -Day Pant Establishment and 90 -Day Maintenance Period @ �()o C)—Dollars / — and le— Cents $ ?,C00 Per Lump Sum 9. Lump Sum As -built Drawings @ Five Thousand Dollars and Zero Cents $ 5.000.00 Per Stipulated Lump Sum 0 TOTAL PRICE IN WRITTEN WORDS and --&� Cents Additive Bid Item PR3of3 �620�`Z Db , 00 Total Price (Figures) ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE Al. Lump Sum Remove and Replace Existing Exterior Glazing 36( 7LOo @ Dollars and Cents $ 36 7 Per Lump Sum The award of Contract shall be made based on the total price submitted for bid items numbered 1 through 9. The City, at its discretion, may or may not include Additive Bid Item No. Al as a part of the total contract. 01/05/2009 Date 714.693.3993 714.693.3998 Bidder's Telephone and Fax Numbers 641460 B Bidder's License No(s). and Classification(s) Bidder's email address: TBC Contractors Corporation Bidder Kidder's pput orize i nat p anal Tit e Thomas B. open ar, Presiden & CEO 1241 N Lakeview Ave; Ste.K Anaheim, CA 92807 Bidder's Address tcopenhaver@tbccontractors.com 3-3 PUBLIC WORKS DEPARTMENT 3-3.2 INDEX 3-3.2.3 FOR SECTION 4 SPECIAL PROVISIONS 4-1 COMMUNITY YOUTH CENTER REHABILITATION 4-1.3 Inspection Requirements CONTRACT NO. 3959 Inspection and Testing INTRODUCTION UTILITIES PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.3 Survey Service 2-9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup 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 5-8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 1 1 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 2 0 0 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6-2 PROSECUTION OF WORK 4 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-7.2 Working Days 4 6-7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 PROJECT SITE MAINTENANCE 6 7-8.5 Temporary Light, Power and Water 6 7-8.5.1 Steel Plates 6 7-8.6 Water Pollution Control 6 7-8.6.1 Best Management Practices and Monitoring Program 6 7-10 PUBLIC CONVENIENCE AND SAFETY 7 7-10.1 Traffic and Access 7 7-10.2 Storage of Equipment and Materials in Public Streets 7 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Public Safety 8 7-10.4.1 Safety Orders 8 7-10.5 "No Parking" Signs 8 7-10.7 Notice to Residents and Temp Parking Permits 9 7-15 CONTRACTOR LICENSES 9 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment 11 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 11 201-1 PORTLAND CEMENT CONCRETE 11 207-1.1.1.2 Concrete Specified by Class 11 0 �J SECTION 201-2 REINFORCEMENT FOR CONCRETE 12 201-2.2.1 Reinforcing Steel 12 201-7 NON -MASONRY GROUT 12 201-7.2 Quick Setting Grout 12 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 12 300-1 CLEARING AND GRUBBING 12 300-1.3 Removal and Disposal of Materials 12 300-1.3.1 General 12 300-1.3.2 Requirements 12 300-1.5 Solid Waste Diversion 13 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 13 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 13 303-5.1 Requirements 13 303-5.1.1 General 13 303-5.4 Joints 13 303-5.4.1 General 13 303-5.5 Finishing 13 303-5.5.1 General 13 F:\Users\PBW\Shared\Contracts\FY 08-09\CYC REHAB C-3959\SPECS INDEX C-3959.doc 0 • SP 1 OF 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS COMMUNITY YOUTH CENTER REHABILITATION CONTRACT NO. 3959 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B -5204-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The Building Plans and Specifications may be purchased directly from Mr. Frank Arevalo, Manager of Reliable Graphics of Costa Mesa (RG), CA. RG will accept and process orders received via email or fax only. RG's email address is RGG(a)reliablegraphics.com. Their fax number is (714) 445-0008. It is the City's understanding that each Building Plans and Specifications set costs approximately $100. 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 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of remodeling the interior and exterior of the existing Community Youth Center building and constructing site improvements such as entrance trellis, patio walls, concrete stairs, landscaping, irrigation and other improvements shown on the Contract Plans and in the Specifications." • SP2OF13 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilizelfollow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Bush & Associates of Irvine and can be contacted at 949-752-1888. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. 2-9.6 Survey Monuments. 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. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(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 ............................................ 20 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, 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 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. • SP 3 OF 13 SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 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 3rd paragraph: "upon one week of completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover not scheduled as a part of the contract 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." 5-7 ADJUSTMENTS TO GRADE. Where applicable, the Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall contact Southern California Edison, The Gas Company, AT&T, cable television, and other utility facilities to have their respective existing utilities adjusted to finish grade. The Contractor shall timely coordinate with each utility company for the adjustment of their facilities so as not to cause a delay in project schedule. 5-8 SALVAGED MATERIALS. Where applicable, the Contractor shall salvage all existing sewer/storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718-3402. 0 • SP4OF13 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.' The Contractor shall submit a construction schedule and a traffic control plan to the Engineer for approval a minimum of five working days prior to pre -construction meeting. The Schedule may be bar chart or CPM style. 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 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." 6-2 PROSECUTION OF WORK. Add to this section: "The Contractor shall make every effort not to impact the nearby school's operations such as student drop-offs and pick-ups on school days." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all construction work, excluding plant establishment and maintenance, under the Contract within seventy-five (75) consecutive working days after the date on the Notice to Proceed, excluding a 90 -day Plant Establishment Period followed by a 90 -day Plant Maintenance Period. Work during non -working days will not be counted against the seventy-five (75) working days allotment. The Contractor shall ensure the availability of all materials 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 lac 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 — half day), December 25th (Christmas), and December 31" (New Year's Eve — half day). If • • SP 5 OF 13 January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7AM to 6PM, Monday through Friday. However, since the building will be closed to the public during construction, the Contractor with prior authorization from the Engineer may continue work inside the building during non -working hours, including weekends. The cost of conducting work during non -working hours shall be borne by the Contractor and no additional compensation shall be made. If the work is progressing ahead of schedule, the Engineer could consider exempting the Contractor from paying the after -hour supplemental inspection fees at the rate of $123.00 per hour when inspection is required for after -hour work. 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. 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 $1,000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 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 the public using the Center." SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Replace this section with "The project is deemed 'permit -ready' by the City's Building Department (Plan Check No. 1770-2008). The Contractor shall obtain building permits from the Building Department prior to starting work. City of Newport Beach Building Department permit and inspection fees will be waived." 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 give the City seven calendar days notice of the time he desires the shut down of facilities to take place. • 0 SP 6 OF 13 A four-hour shut down of water facilities during the daytime hours of 10:00 AM to 2:00 PM or a six -hour shut down between the hours of 11:00 PM to 5:00 AM. 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 City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. Where required by the Contract Documents, all Contractor provided water meter and valve boxes shall be new units. 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 Mr. Ed Burt, Utilities Operation Manager, at (949) 718-3402." 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and 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." 7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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 http://www.city.newport- beach. ca. us/pubworks/links. htm." 7-8.6.1 Best Management Practices and Monitoring Program. 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. 0 • SP7OF13 b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City 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. 7-10 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. The Contractor shall cooperate with the Engineer to provide advance notice to the nearby residents and the adjacent elementary school whose access will be impacted by construction operations. The existing parking lot is used by parents to drop-off and pick-up their children attending the adjacent elementary school. The contractor shall implement traffic control measures that will allow for meaningful work progress and at the same time provide safe access for the students and parents. By submitting a bid, the Contractor has visited the site during a regular school day; has observed the extent of traffic expected on the parking lot; has included the potential work intereference into the his work schedule; and has incorporated the cost of traffic control measures into the bid. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.2 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. 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 • • SP8OF13 Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer a traffic control plan at least five working days prior to the pre -construction meeting. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. The traffic control plan shall be prepared by a California licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. The traffic control and detour plans shall meet the following requirements: 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. 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. 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." 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 at no cost to the Contractor. However, the City reserves the right to charge $1.50 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 signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. SP 9 OF 13 The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 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, what disruptions may occur, and approximately when construction will be complete. 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. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a valid Class -B California State Contractor's License. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. The "As -Built" plans and their electronic AutoCAD files on CDs shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. • SP 10 OF 13 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 providing bonds; insurance and financing; establishing a field office; preparing the SWPPP or BMP Plan construction schedule, and Schedule of Values; and all other related work as required by the Contract Documents. The Schedule of Values shall be itemized to clearly show the value of each work trade and each work task or group of work tasks valued at $10,000 or more each. Item No. 2 Traffic Control: Work under this Item shall include delivering all required notifications, post signs and all costs incurred notifying residents and the nearby elementary school. 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, flagpersons and other arrangements that might be required to provide traffic control within the parking lot for the safe and efficient drop-off and pick-up of students on school days. 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 Survey Services: Work under this Item shall include all surveying work required for the removal and construction of improvements shown in the Contract Documents, the restoration of impacted survey monuments, and the filing of required of records with the County Surveyor. Item No. 4 Replace Existing 4" Sewer Lateral Section: Work under this Item shall include all materials, tools, equipment, and labor to complete all work necessary to locate; pothole; excavate; shoring as required, remove and dispose of existing; install and connect new 4" ABS sewer lateral; and backfill and compaction as required for the existing sewer lateral below the new exterior staircase footprint. Item No. 5 CYC Building: Work under this Item shall include all materials, tools, equipment, and labor to complete all work shown on the (A)rchitectural, (S)tructural, (M)echanical, (P)lumbing, and (E)lectrical Plans and Specifications. Additionally, the cost of work items required to complete the work but not shown on the Contract Documents such as air -balancing, flow tests, etc. The cost to remove and replace SP 11 OF 13 existing exterior glazing shall not be included in this bid item (see Additive Bid Item No. Al). Item No. 6 Relocate Existing and Install New Irrigation System: Work under this Item shall include all materials, tools, equipment, and labor for relocating interferring existing system and installing new irrigation system and all other work items as required to complete the work in place as shown on the Irrigation Plans and Specifications. Item No. 7 Install Landscaping: Work under this Item shall include all materials, tools, equipment, and labor for weed kill, soil preparation, soil amendments, installing trees, turf, shrubs, and ground covers, and all other work items as required to complete the work in place as shown on the Landscaping Plans and Specifications. Item No. 8 90 -Day Plant Establishment and 90 -Day Plant Maintenance: Work under this Item shall include all materials, tools, equipment, and labor for plant establishment and maintenance per the Plans and Specifications. Item No. 9 As -built Drawings: Work under this Item shall include all materials, tools, equipment, and labor to produce and submit one (1) set of mylars and one (1) copy of as -built plans in AutoCADD format on CD to the Engineer. Retention payment will not be released to the Contractor until this work task has been completed. Additive Item No. Al Remove and Replace Existing Exterior Glazing: Work under this Item shall include all materials, tools, equipment, and labor to remove and dispose of the existing exterior glazing and replace with aluminum storefront. Additionally, the cost of work items required to complete the work but not shown on the Contract Documents such as air -balancing, flow tests, etc. 9-3.2 Partial and Final Payment. 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 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: `Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 0 0 SP 12 OF 13 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 215 --- CONCRETE PRODUCTS 215-1 TRASH RECEPTACLE Trash receptacles shall be 40 -gallon pre -cast concrete units Model Classic QR- CLS3031 W with Model "P" custom size lid as manufactured by Quickcrete Products, Inc. (909) 737-6240. No other products will be accepted. 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://www.city.newport-beach.ca.us/GSV/Frachised Haulers.htm." 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 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 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 will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. 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". i • SP 13 OF 13 300-1.5 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 on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.4 Joints 303-5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." The Contractor shall fully comply with the ARCHITECT'S TECHNICAL SPECIFICATIONS under separate cover which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction. � P0 CIW OF NEWPORT BIPiCH TBC CONTRACTORS CORP 1241 N LAKEVIEW AVE #K ANAHEIM, CA 92807 INSTRUCTIONS AND CONDITIONS ACCOUNT NUMBER: BT30026417 EXPIRATION DATE: 01/31/2010 Welcome to the City of Newport Beach, and thank you for your business tax payment. This business tax certificate is evidence that the named business has paid a tax to conduct the business activity designated, within the City of Newport Beach, until the expiration date shown. Please notify the Revenue Division immediately if any of the information on the certificate changes. This certificate is valid only at the address indicated and must be displayed in a conspicuous location. If your business is not conducted at a permanent location Municipal Code requires that any representative, while transacting business within the city, carry this certificate. This business tax certificate does not authorize the named business to conduct any activities regulated by the City of Newport Beach or other agencies. Authorization for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates are not transferable to any other party or person and are not pro -rated. Refunds are not provided once the certificate has been issued. Your business tax certificate is valid until the expiration date, and must be renewed annually prior to that date. Changes in type of ownership (i.e. from a sole proprietorship to a partnership or LLC), nature of business, or ownership void the current certificate and require filing of and payment for a new application. Additional certificates are required if additional types of business activity are initiated at the same address, or additional locations of the same business are established (Municipal Code sections 5.04 through 5.08). For your convenience, the Revenue Division will mail a courtesy renewal notice, prior to the expiration date, to the billing address of record. Non -receipt of the notice does not alleviate the requirement to renew. Penalties are imposed for late renewal at a rate of 25% per month to a maximum of 100% of the base tax.. The Revenue Division is available to answer any questions regarding business tax certification and requirements. Call (949) 644-3141; e-mail us at: RevenueHelpacity.newport-beach.ca.us, or visit us on the internet at www.citynewport-beach.ca.us and view the Municipal Code on-line. DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED THIS TAX PAYMENT EXPIRES: SERVICE ADDRESS: TBC CONTRACTORS CORP 1241 N LAKEVIEW AVE #K ANAHEIM CA 92807 BUSINESS CATEGORY: GENERAL CONTRACTOR CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE 01/31/2010 ACCOUNT NUMBER: BT30026417 SELLERS PERMIT: NO SELLERS PERMIT OWNER/PRINCIPAL NAME: COPENHAVER, THOMAS OWNERSHIP TYPE: CORPORATION TAX INCLUDES PAYMENT FOR: 0.00 EMPLOYEES DATE OFISSUE: 01/09/2009 PRINT DATE: 01/15/2009 V) Y L C C O 0 w O Aj 2. E @ u a � E M v - O O U O a d Z O U U v E N m g L = d m O V C C N p O N � U U � C @ m o m w � o � C U O w U _ C a m � d C ED O f6 O N a U m o ry a U rl E N m a O COa0 y Y N 0 O E t ul crn wa C O Cl o c v c y L d ' C d w a o m Y 3— o d o G% Ud UO Q N s L U N � is U � i11 3 L n C d c J U O y y V) fG N L @o O 0 w Q= Aj 2. E @ u J O M v - L E U O a d Z O U U v E N m g L = O O rn N U o C O XJ U R U W U 40 Z O fG N M rn c ¢ 0 O a O U Y Lu U U) M v - ❑ U O a d Z O U U v E Lij ¢ - W Q J� Z _= M M m ¢ U W z E C C O d O c E co '- @ p a U o_ O O n N o o M o 0 J 0 z O m N 0 O H U z z O U 1 fG N c R U) 0 ❑ ❑ N wU a N XJ U R W N W U 0 z O m N 0 O H U z z O U 1 California Business Search • Page 1 of 1 i� DISCLAIMER: The information displayed here is current as of JAN 02, 2009 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation TBC CONTRACTORS CORPORATION Number: C1804132 Date Filed: 11/14/1991 Status: active Jurisdiction: California Address 1241 N LAKEVIEW ST K ANAHEIM, CA 92807 Agent for Service of Process THOMAS B COPENHAVER 27160 BIG HORN MTN YORBA LINDA, CA 92887 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http://kepler.ss.ca.gov/corpdata/ShowAilList?QueryCorpNumber=Cl 804132&pri... 01/06/2009 • /0()- TNNMY MY C rm ne acwon CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT iAia C 7 9'.' r., q Agenda Item No. 9 January 27, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse, Principal Civil Engineer 949-644-3321 orftse@city.newport-beach.ca.us SUBJECT: Community Youth Center Rehabilitation -Award of Contract No. 3959 Recommendations: 1. Approve the project plans and specifications. 2. Award Contract No. 3959 to TBC Contractors Corporation for the Total Bid Price of $820,700 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $122,300 (15% of Total Bid) to cover the cost of unforeseen work. Discussion: At 11:00 a.m. on January 6, 2009 the City Clerk opened and read the following bids for this project: Corrected Bid Amount is $948,922.00 BIDDER TOTAL BID AMOUNT Low TBC Contractors Corporation $820,700.00 2 MJ Contractors, Inc. $842,500.00 3 Paul C. Miller Construction Company, Inc. $915,850.00 4 Nile Advanced Construction, Inc. $948,500.00' 5 Metro Builders & Engineers Group Ltd. $957,607.00 6 Tek -Up Construction, Inc. $1,086,000.00 7 States Link Construction, Inc. $1,088,413.00 8 Horizons Construction Company, Int'I Inc. Non-responsive Corrected Bid Amount is $948,922.00 Community Youth Center Rehabilitation - Award of Contract No. 3959 January 27, 2009 Page: 2 The low total bid amount is seventeen percent above the Engineer's Estimate of $700,000. The difference between the engineer's estimate and the low bid amount was unexpected. Staff expected the cost of building construction to be more favorable as compared to the past. The low bidder, TBC Contractors Corporation (TBC), possesses a California State Contractors License Classification "B" as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed building projects for other local public agencies. The existing Community Youth Center (CYC) poses challenges for staff to accommodate the different classes and activities held at the facility as the building's `open space" design allows sound spillage across activity rooms. It also lacks adequate storage space for users, reception and office space for staff, and restroom capacity. This rehabilitation project will not only remedy existing functionality issues, but will also enlarge the existing patios; reconstruct restrooms, lobby, and office/lounge areas; construct new entrance walk, trellis and signage; construct new exterior staircase as a secondary exit per building code; update the electrical, plumbing, mechanical, and roofing systems; and install new landscaping and irrigation surrounding the building. Pursuant to the Contract Specifications, TBC will have seventy-five consecutive working days to complete the construction, followed by a 180 -day plant establishment and maintenance period. Since some OASIS users are expected to use the CYC building while the new OASIS building is under construction, the contract allows TBC to work after-hours to expedite work completion. Liquidated damages in the amount of $1,000 per calendar day will be assessed if TBC fails to complete the building construction within the allotted time. As with many building rehabilitation projects where hidden conditions not identified during design through visual inspections often require costly corrective work, staff thinks that a fifteen percent construction contingency is appropriate. The parking lot reconstruction project, if awarded, will be under separate contract. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Implementation Guidelines. This Exemption covers the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work two City prepared notices are • Community Youth Center ARM —Award of Contract No. 3959 January 27, 2009 Page: 3 distributed by the contractor to both residents and the nearby elementary school. The first notice will be distributed ten days before work and the second notice 48 hours prior to starting work. Other Costs: In addition to the contract costs, $2,000 is included for printing and other incidentals. Surveying, geotechnical engineering, and consultant inspection services are not required for this project. Funding Availability: There are sufficient funds available in the following account(s) for the project: Account Description General Fund Building Excise Tax Proposed uses are as follows: Account Number Amount 7011-C4120806 $ 942,100.00 7271-C4120806 $ 2,900.00 Total: $ 945,000.00 Vendor Purpose Amount TBC Contractors Corporation Construction Contract $ 820,700.00 TBC Contractors Corporation Construction Contingency $ 122,300.00 Various Printing and Incidentals $ 2,000.00 Total: $ 945,000.00 PrinopA Civil Engineer Submitted b . (-a./Stephen G. Badum Public Works Director Attachments: Project Location Map aura Detweiler Recreation & Sr. Services Director GRANT HOWALD PARK PROJECT J ul P � o p�2 qhn �G �`y F Z f y'� P 41 PQ - LOCATION MAP NOT TO SCALE CYC (COMMUNITY YOUTH CENTER) REHABILITATION 3000 FIFTH AVENUE, CORONA DEL MAR C-3959