HomeMy WebLinkAboutC-7066-1 - Balboa Island Coping RepairJuly 24, 2019
Bosco Constructors Inc.
Attn: Steve Robinson
21353 Mayall Street
Chatsworth, CA 91311
Subject: Balboa Island Coping Repair — C-7066-1
Dear Mr. Robinson:
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1949-644-3039 FAX
newportbeachca.gov
On July 24, 2018, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
July 25, 2018 Reference No. 2018000271094. The Surety for the contract is Hartford
Fire Insurance Company and the bond number is 72BCSHK5913. Enclosed is the
Faithful Performance Bond.
Sincerely
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT B
Balboa Island Coping Repair
Contract No. 7066-1 CITY OF NEWPORT BEACH
BOND NO,72BCSHK5913
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 22 ,516.00 , being at the
rate of $ 13.56 per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Bosco
Constructors Inc. hereinafter designated as the "Principal," a contract for: constructing
approximately 7,400 LF of concrete cap raise on top of existing seawall cap around
Balboa Island, protecting light standards, providing openings for access to beach and
public docks, providing stop boards for such gaps in wall, replacing sidewalks,
constructing forms and pouring concrete in close proximity to privately owned docks, in
the City of Newport Beach, in strict conformity with the Contract on file with the office of
the City Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Hartford Fire insurance Company
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One
Million Six Hundred Sixty Thousand Four Hundred Forty Four Dollars and 001100
($1,660,444.00) 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, out heirs, executors and administrators, -successors, Or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Bosco Constructors Inc. Page B-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 27th day of October ,20 17 .
Bosco Constructors Inc.
Name of Contractor (Principal)
Hartford Fire Insurance Company
Name of Surety
-1-10 G Huntington Drive, Suite 317, Arcadia, CA 91006
Address of Surety
2�3-443-2476
Telephone
APPROVED AS TO FORM:
CITY ATTORN -Y'S OFFICE
Date: d 7
Aaron C. Harp WA c io>hr
City Attorney
71,x_::' — ,i 'tt'
Authorized Signature/Title
Authorized Agent Signature
Maria Pena, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Bosco Constructors Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of 4' - j ,' i
On _ / 'i l" r' 20 before me,,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in hislher/their authorized capacity(ies), and that by his/her/their signatures(s) on the Instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. Y
.� ,,,. GARY M. FLORES
O CoMM.#2108360
,�:. NOTARYPUBLIC•CALIFORNIA
LOS ANGELES COUNTY 0
COMM. EXPIRES APRIL 24.2019:'
Signature / , (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of )ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in hisiher/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Bosco Constructors Inc ���� Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public w other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and riot the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
OCT 272017
On , before me, Natalie K. Trofimoff, Notary Public personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the person(4whose
namek} is/ale subscribed to the within instrument and acknowledged to me that heEshe{they
executed the same in hisfher/theii: authorized capacity4es4, and that by his/her theif
signatures} on the instrument the person{4, or the entity upon behalf of which the person{4
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.
77 NATALf K.TROFiMOFF
NOTARY PUBLIC - CALIFORNIA
LO 1rIGELES COUNTY
�)
coMMl �sloN n zlzzeeo
i 17 : )MM EXPIRES OCT, 22, 2U lg
,
3
7
t
Signature:
(Seal)
Natalie K. Trofimoff, Notary ublic
Hartford Fire Insurance Company, it corporation duh' organized under the laws of the State of C'mlfleenCill
Hartford Casualty Insurance Company, a corporation duhorganized under the laws orthe Stare of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the .State of conneeticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws oldie State or Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws uf[he State of Indiana
Hartford Insurance Company of Illinois, it corporation duly' organized under the laws of the State uYllinous
Hartford Insurance Company of the Midwest, a c0lp0rati0n duh organized under the laws or the Slate orladiana
Hartford Insurance Company of the Southeast, it corporation duly organized under the Iays of the State or Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and
up to the amount of unlimited
E. S. Albrecht Jr., Patricia S. Arena, Tiffany Coronado, C.K. Nakamura, Marie Pena, Noerni
Quiroz, Jeffrey Strassner, Lisa L. Thornton, Tim M. Tomk-o, Natalie K. Trofimoff of LOS
ANGELES, California
their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surely(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies. the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
s�orr ray fav"-nr ¢ ,/JJ
',yam+.■� r-\ t,¢ tl al r, x,,p*
go
++))49$�.�
197 1j it 71
\\\y„»_ ,>- - _, ",�„�,"° \',� ,+y 33rd-- i� �. . , �,s✓ �{ t 910 �,
John Bray. Assistant Secretary
M. Ross Fisher, Senior Vice President
STATE OF CONNECTICUT
s. Hartford
COUNTY OF HARTFORD 11
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
�v- r
rrmip k
4,y;rf
Nw N,bt Suonko
Nuuuy Public
CERTIFICATE ,buy Cnnunusim, F.ep,rcs blotch it HrIN
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of �1t
Signed and sealed at the City of Hartford. .5 I
6 -
0---Q�
. �!°.1979/"`r t't f170t
44 A
Kevin Heckman, Assistant Vice President
Direct Inquiries/Claims to:
POWER OF ATTORNEY
THEHARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
Song Clauns a,thehartt -d - -m
caro 888-266-3488 orfax: 860457-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: ALLIANT
Agency Code: 72-256704
INSURANCE SERVICES INC
Hartford Fire Insurance Company, it corporation duh' organized under the laws of the State of C'mlfleenCill
Hartford Casualty Insurance Company, a corporation duhorganized under the laws orthe Stare of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the .State of conneeticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws oldie State or Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws uf[he State of Indiana
Hartford Insurance Company of Illinois, it corporation duly' organized under the laws of the State uYllinous
Hartford Insurance Company of the Midwest, a c0lp0rati0n duh organized under the laws or the Slate orladiana
Hartford Insurance Company of the Southeast, it corporation duly organized under the Iays of the State or Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and
up to the amount of unlimited
E. S. Albrecht Jr., Patricia S. Arena, Tiffany Coronado, C.K. Nakamura, Marie Pena, Noerni
Quiroz, Jeffrey Strassner, Lisa L. Thornton, Tim M. Tomk-o, Natalie K. Trofimoff of LOS
ANGELES, California
their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surely(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies. the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
s�orr ray fav"-nr ¢ ,/JJ
',yam+.■� r-\ t,¢ tl al r, x,,p*
go
++))49$�.�
197 1j it 71
\\\y„»_ ,>- - _, ",�„�,"° \',� ,+y 33rd-- i� �. . , �,s✓ �{ t 910 �,
John Bray. Assistant Secretary
M. Ross Fisher, Senior Vice President
STATE OF CONNECTICUT
s. Hartford
COUNTY OF HARTFORD 11
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
�v- r
rrmip k
4,y;rf
Nw N,bt Suonko
Nuuuy Public
CERTIFICATE ,buy Cnnunusim, F.ep,rcs blotch it HrIN
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of �1t
Signed and sealed at the City of Hartford. .5 I
6 -
0---Q�
. �!°.1979/"`r t't f170t
44 A
Kevin Heckman, Assistant Vice President
September 28, 2018
Bosco Constructors Inc.
Attn: Steve Robinson
21353 Mayall Street
Chatsworth, CA 91311
Subject: Balboa Island Coping Repair C-7066-1
Dear Mr. Robinson:
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1949-644-3039 FAx
newportbeachca.gov
On July 24, 2018 the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
July 25, 2018, Reference No. 2018000271094. The Surety for the bond is Hartford Fire
Insurance Company and the bond number is 72BCSHK5913. Enclosed is the Labor &
Materials Payment Bond.
Sincerely,
�Aiw .A � `�n
Leilani I. Brown, MMC
City Clerk
Enclosure
Balboa Island Coping Repair EXHIBIT A
Contract No. 7066-1
CITY OF NEWPORT BEACH
BOND NO. 72BCSHK5913
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Bosco
Constructors Inc. hereinafter designated as the "Principal," a contract for: constructing
approximately 7,400 LF of concrete cap raise on top of existing seawall cap around
Balboa Island, protecting light standards, providing openings for access to beach and
public docks, providing stop boards for such gaps in wall, replacing sidewalks,
constructing forms and pouring concrete in close proximity to privately owned docks, in
the City of Newport Beach, in strict conformity with the Contract on file with the office of
the City Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Hartford Fire Insurance Company duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as
"Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One
Million Six Hundred Sixty Thousand Four Hundred Forty Four Dollars and 00(100
($1,660,444.00) 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 Contra4't; for which payment well and truly to -be made, we bind ourselves, -our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
Bosco Constructors Inc. Page A-1
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 27th day of October 12017 .
Bosco Constructors Inc.
Name of Contractor (Principal)
Authorized Signature/Title
Hartford Fire Insurance Company
Name of Surety Authorized Agent Signature
440 E Huntington Drive, Suite 317, Arcadia CA 91006
Address of Surety
219-443-2476
Telephone
APPROVED AS TO FORM:
CM ATTORI4EY,S OFFICE
Date: IDl/
By:
Aaron C. Harp LAM zto�ln
City Attorney
Maria Pena, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Bosco Constructors Inc. Page A-2
ACKNOWLEDGMENT
A notarypubiic or other officer completing thls
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of Galifomia
County of )SS.
On 20 before me, _
Notary Public, personally appeared Ji r i1 j
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 he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and off tai seal.
G.1RY M FLORES
x. COMM. At 2108380
.� NOTARYPUBUC-CALIFORNIA Li
777 c LOS ANGELES COUNTY 0
Signature (Seal) COMM. EXPIRES..WRIL24,2019;
2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed 'the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of }ss.
On '20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/herltheir signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Bosco Constructors Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
L OUT
2 7 2017
On before me, Natalie K. Trofimoff, Notary Public, personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the personkqwhose
names} isfere subscribed to the within instrument and acknowledged to me that 4+e�she4hey
executed the same in #is/her -heir authorized capacity4es4, and that by #igher 4eir
signatures on the instrument the person{4, or the entity upon behalf of which the person{4
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.
NATALIE K. TROFIMOFF ,,r`-
G NOTARY P 18LIC • CALIFORNIA
LOS ANGELES COUNTY
COMMISSION 4 2127860 1=/
ivPl r 7MM. ;;(FIRES OCT. 22, 7019 �;' `j
(Seal)
L"
Signature: LL,9�1`
Natalie K. Trofimoff; Notary Pub i
POWER OF ATTORNEY
ALL PERSONS BY
THAT:
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
30111i.Claim„cithehartford com
ca//.788-266-3488 orfax: 860-7575835
Agency Name: ALLIANT INSURANCE SERVICES INC
Agency Code: 72-256704
0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the law's ofthe State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly' organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
--- • - ,-,.....
gel cuuecnvely rererreo to as the "Companies') do hereby make, constitute and
up to the amountof unlimited
E. S. Albrecht Jr., Patricia S. Arana, Tiffany Coronado, C.K. Nakamura, Maria Pena, Dtoemi
Quiroz, Jeffrey Strassner, Lisa L. Thornton, Tim M. Tomko, Natalie K. Trofimoff of LOS
ANGELES, California
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other wdttan ance oontctand instruments in the
Fidelity of persons, guaranteeing the performf cras
nature thereof, on behalf of the Companies in their business of guaranteeing the
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In witness whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
/// .s N � aisa t97➢t r t
�' �' _ ��°'=ao + �'r . a` �A�_a t+.� i•� 6 s ala 'I � 19t
John Gray. Assistant Secretary _ - M. Ross Fisher. SeniorVicePresident
STATE OF CONNECTICUT
COUf1TY OF HARTFORD jjj ss. Hartford
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: hat he is
that resides ate �Connecticut; t t Senior
corporations: the
acmt
described
indwhi executed the above instrument;hat he knowsthe sealsof the said hatthe seals affixed the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
�w sr
4-u-4 Nora M. Snado
Notary Public
CERTIFICATE My Cummivion Expires hlamh 31. 20 19
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford. -
y�pTT raW ysrevr. :se[r yrf ri, ��;'
3fvi•%>7�e {,Y/I
V *�f ay. •-.y' '•�\`� j' t rnt• .� t ;: t979 : i:i tp 79 -
"a..:,_.� .�Ma.. `� �., ...A.`s1m �•� fi 'y+.+t }'p� 19T4
P. 1 Jiln
i
Kevin Heckman, Assistant Vice President
Batch 3637050 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 3 of 4
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII'IIIIIIIIIIII IIIIIIIIIIII III NO FEE
$ R 0 0 1 0 2 4 1 6 3 1$+
201800027109410:07 am 07125118
63 406 Ni 2 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Bosco Constructors Inc., Chatsworth,
California, as Contractor, entered into a Contract on October 10, 2017. Said Contract set
forth certain improvements, as follows:
Balboa Island Coping Repair - C-7066-1
Work on said Contract was completed, and was found to be acceptable on
July 24, 2018, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Hartford Fire Insurance Company.
BY
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �VI_�' b at Newport Beach, California.
m
https:Hgs.secure-recording.com/Batch/Confrrmation/3637050 07/25/2018
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Bosco Constructors Inc., Chatsworth,
California, as Contractor, entered into a Contract on October 10, 2017. Said Contract set
forth certain improvements, as follows:
Balboa Island Coping Repair - C-7066-1
Work on said Contract was completed, and was found to be acceptable on
July 24, 2018, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Hartford Fire Insurance Company.
BY 77
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. n
Executed on (U�� 0�t1 , mile at Newport Beach, California.
M
City Clem
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City
Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
by 10:00 AM on the 6th day of September, 2017,
at which time such bids shall be opened and read for
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
$ 1,500,000
Engineer's Estimate
Approved by
Mark Vu cojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
Located at 659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Bob Stein (prior to 8/27/17), Project Engineer at (949) 644-3322 or Mark
Vukojevic, Project Manager at (949) 644-3319.
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
TABLE OF CONTENTS
NOTICEINVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................
3
BIDDER'S BOND............................................................................................................
6
DESIGNATION OF SUBCONTRACTOR(S)...................................................................
9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10
NON -COLLUSION AFFIDAVIT.....................................................................................14
DESIGNATION OF SURETIES.....................................................................................
15
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ....................................................
16
ACKNOWLEDGEMENT OF ADDENDA.......................................................................
18
INFORMATION REQUIRED OF BIDDER.....................................................................
19
NOTICE TO SUCCESSFUL BIDDER...........................................................................22
SAMPLE CITY CONTRACT......................................................................................... 23
PROPOSAL.............................................................................................................. PR -1
SPECIALPROVISIONS............................................................................................ SP -1
2
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received electronically by
the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRi C;H0N8-T0-B1DDERS-
;< DESIGNATION OF SUBCONTRACTORS (Contractorshall also submit info via PlanetBids)
A cLE �4E)P&NP TC of 4NS ANN cocryFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractorshall confirm via PlanetBids)
-`FE@HN _..__.._. _.._..___
NON -C-0 WSION-AFF DAVl-T
-B
PROPOSAL (LINE ITEMS to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date).
Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the
Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
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. (original Bid Bonds
must be submitted to the City Clerk's Office.)
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract. The securities shall be
deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (416) 7034774, 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 at seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act'.
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf
of itself or a subcontractor that lacks privity of contract with the City but has requested that
contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested
for a time extension, payment by the City for money or damages arising from work done by, or
on behalf of, the contractor and payment for which is not otherwise expressly provided or to which
the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City,
the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
4
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been r ed.
972065 A& B P tr7 R 0 rt U
Contractor's License No. & Classification Authorized Signature/Title
1000020320 - 06/30/17
DIR Reference Number & Expiration Date
Bosco Constructors Inc.
Bidder
09/13/17
Date
CITY OF NEWPORT BEACH
Balboa Island Coping Repair
CONTRACT NO. 7066-1
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal SUM of Ten Percent of Amount Bid
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
Balboa Island Coping Repair , Contract N0.7066-1 in the City of Newport
Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is
awarded to the Principal, and the Principal fails to execute the Contract Documents In the form(s),
prescribed, including the required bonds, and original insurance certificates and endorsements for
the construction of the project within thirty (30) calendar days after the date of the mailing of
"Notification of Award",otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it is
agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 31st day of August 2017
Bosco Constructors Inc. By; d��4ily
Name of Contractor (Principal) Authorized Signaturefritle
Hartford Fire Insurance Company
Name of Surety
One Hartford Plaza
Hartford, CT 06155-0001
Address of Surety
213-270-0715
Telephone
Authorized Agent Signature
Maria Pena
Print Name and
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
1
AW i5 Ll}ll
On before me, Patricia Arana, Notary Public, personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the person(4whose
name(s4 is/are subscribed to the within instrument and acknowledged to me that #e, she{tl-Tey
executed the same in cher their authorized capacity4e-s4, and that by 4lsfher, ;e:r
signatures on the instrument the person4s4, or the entity upon behalf of which the persons
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
PATRICIA ARANA
Commission # 2043063
=o Notary Public - California
Z ` ` Los Angeles County
mv Comm. Expires Sep 27, 2017
(Seal)
Signature: l�
P rici Arana, Notary Public
Direct Inquiries/Claims to:
POWER OF ATTORNEY THE
One
HfR rdPORD
laza
Hartford, Connecticut 06155
Sond.0 laim sAtheha rtford.com
call: 888.266.3488 orfax: 860-757.5835)
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: SurePath
XD Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fi re Insurance Company, a corporation duty organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duty organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
as the "Companies") do hereby make, constitute and
Maria Pena of Los Angeles, CA
their true and lawful Attorney -in -Fact, to sign Its name as surety(les) only as delineated above by ®, and to execute, seal and acknowledge the
following bond, undertaking, contract or written instrument:
Bond No. Bid Bond on behalf of Bosco Constructors Inc. naming
City of Newport Beach as Obligee in the amount of See Bond Form
on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
ni 9.�n Jus .
r %g � � n,.., r.,r. a �►v"4 r d/�,t�n°,�y!{[ �}�,rj,��``,`".A'i a` �w+w
707:f-xSj�fa70rS 1 79
• xa`3l �`� �� ^°` OrR `: r•`t1 ��`.,`' w•t,�'/ uu.• '�.rfsiea,•
V
John Gray, Assistant Secretary M. Ross Fisher, Senior Vice President
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
Instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority. ..
�•En xq ff// /�
_rarvF1'rn Kax�uxcn�T. ��
°U9Ue v
•eo•xxeoe�. Kathleen T. Maynard
Notary Public
CERTIFICATE
My Commission Expires July 31, 2021
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of August 31, 2017
Signed and sealed at the City of Hartford.
rxlw, �VANr r, `•t>>lrS .Yr` 14y �.
A eyue 'v:'t Mega.
•yam :ter 4 t, «'\+n nr�o • •b,N• ;�,i17a79 ^-; 19y Is 1979
• '•n:�y_:� ��°, IPY 1•` y,.aM1 nr✓ 'Y•rre,FT•
Kevin Heckman, Assistant Vice President
SurePath POA 2016
ACKNOWLEDGMENT
...............................................................................
State of California
County Of Los Angeles } SS.
On 09/13/17 before me, Gary M Flores Notary Public,
personally appeared Patrick Robinson
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
mn 1flClal Seal. —G—AR—MM. PLORES ;
U COMM. 112108360
NOTARY PUBLIC• CALIF
O
LOS ANGELES COUNTY n
COMM. EXPIRES APRIL 11,2819
Ise�O
.................................. a ................................. a ........
OPTIONAL INFORMATION
Date of Document 09/13/17 Thumbprint of Signer
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
bid bond
Type of Satisfactory Evidence: I
X Personally Known with Paper Identification dull
Paper Identification
Credible Witness(es)
❑ Check here if
Capacity of Signer: no thumbprint
_ Trustee or fingerprint
_ Power of Attorney is available.
CEO/CFO/C00
x -President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
ACKNOWLEDGMENT
...............................................................................
State of California
County Of Los Angeles ? SS.
On 09/13/17 before me, Gary M Flores Notary Public,
personally appeared Patrick Robinson
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
................................................................•............
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
Type of Satisfactory Evidence:
A— Personally Known with Paper Identification
— Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
— Power of Attorney
— CEO/CFO/COO
x -President / Vice -President / Secretary / Treasurer
Other:
Other Information:
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
GARY M.FLORES ;
()2.:
(�NOTARYBLIC-CALIFORNIA
COMM. # 2109360
�
LOS ANGELES COUNTY D
3OMM.PU
EXPIRES APRIL 24, 2019'
se21!
................................................................•............
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
Type of Satisfactory Evidence:
A— Personally Known with Paper Identification
— Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
— Power of Attorney
— CEO/CFO/COO
x -President / Vice -President / Secretary / Treasurer
Other:
Other Information:
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066.1
DESIGNATION OF SUBCONTRACTORM
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:
WMB & Associates
201709
M02
Survey verification elevations
1
Address:
22421 Barton Rd Grand Terrace CA 92313
Phone:909.821.0875
State License Number: 7229
DIR Reference: 1000005325
Email Address:mbush@wmbassociates.net
Name: ENor Innovations
Balboa
traffic plan, maint., & signage
1
Address:
16213 Illinois Ave Paramount CA 90723
Phone:310.513.6209
State License Number: 931953
DIR Reference: 1000007079
Email Address:randall@enortraffic.com
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address I
A1
Bosco Constructors Inc.
Bidder
9
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Bosco constructors Inc.
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 Cross Valley Canal Extension Lining Phase 1 B, Pool 7, Cont No KCWA 1016-12
Project Description Trap channel excav /grade and 4" fiber reinforced concrete lining @ 421K sf
Approximate Construction Dates: From April 2017 TO: Oct 2017
Agency Name Kern County Water Agency
Contact Person Scott Chambless
Telephone (661) 634.1464
Original Contract Amount $ 4,444.300.00 Final Contract Amount $ 4,444,300 00
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.
10
No. 2
Project Name/Number Tapo Hills Diversion Unit 1 Repair
Project Description Reinforced concrete storm channel sawcul / remove / form / reinforce & pour -in-place.
Approximate Construction Dates: From Jul 2017
Agency Name County of Ventura Public works
Contact Person John Mueller
2017
Telephone (805) 654.3156
Original Contract Amount $ 116,441.72 Final Contract Amount $ 122,441.72
If final amount is different from original, please explain (change orders, extra work, etc.)
post award design change re increased rebar (transverse supports) genngy
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number Construction on state Hwy LACounty routes 57 & 210
Project Description Various slope excavation, lead contaminate abate, rock and concrete paving install.
Approximate Construction Dates: From Feb 2017 To; Jun 2017
Agency Name California Department of Transportation
Contact Person Reda Karout
Telephone (626) 339.1601 x103
Original Contract Amount $1.470,000.00 Final Contract Amount $1,589,488.68
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.
11
No. 4
Project Name/Number RMF
Project Description
Private Estate
Approximate Construction Dates: From Jun 2015 To; Dec 2016
Agency Name Mccourt
Contact Person Francine Hughes Telephone (310) 746.4206
Original Contract Amount $21,450,050 Final Contract Amount $21,450,050
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. 5
Project Name/Number
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
12
No. 6
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
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.
Bosco Constructors Inc.
Bidder
191
aQ X�LQ 4�-
Authorized Signature/Title
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Los Angeles, )
Patrick Robinson being first duly sworn, deposes and says that he or she is
Pres/Secrrres -of Bosco ConsbuctonInc. 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 S to I' om' tlgomo true and cornet.
Bosco Constructors Inc. �f17L—
Bidder Authorized Signaturerritle
Subscribed and sworn to (or affirmed) before me on this 13th day of September , 2017
by Gary M Flores , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of Califor ' that the foregoing
paragraph is true and correct.
t�
GARY M.FLORES
U COMM. # 2108360 i
[SEAL] (� NOTARY PUB M.
F ORES O
LOS ANGELES COUNTY O
COMM. WIRES APRIL COMM. APRILY My Commission Expires: oa/zans
14
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
DESIGNATION OF SURETIES
Bidder's name Bosco constructors Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Alliant Insurance Services Inc - (WC GL Auto, Umb) insurance (Bid Payment Perf) bonding
333 S Hope St Los Angeles CA 90071
Mali Pana2� 3 aa� 7a76 mpena(a}alli^nt com / II'aotcnm
15
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Bosco Constructors Inc.
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2016
2015
2014
2013
2012
Total
2017
No. of contracts
3
1
1
0
1
0
6
Total dollar
Amount of
Contracts (in
$6,156,229
$21,460,050
$5,034,330o
0
$4,970,000
0
$37,620,609
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
0
0
0
0
0
0
0
workday cases
involving
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.
16
Legal Business Name of Bidder
Business Address:
Business Tel. No.:
State Contractor's License No. and
Bosco Constructors Inc.
21353 Mayall St. Chatsworth CA 91311
818.700.0304
Classification: 972065 A & B
Title Eng / Gen 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
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Pres / Sec / Tres.
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL, 0 E'll IQ
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Los Angeles )
On 09/13/17 -before me, Gary M. Flores - Public Notary
Date Here Insert Name and Title of the Officer
personally appeared Patrick Robinson President/Secretary/Treasurer
Name(s) of Signer(s)
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(es), 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.
M.FLORES
OCOMMGARY
NOTARYPUBUC-CALFORNIA
LOS ANGELES COUNTY 0,
.EXPIRESAPRIL244019 �
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature • G i
f at of Notary Public
OPTIONAL
Though this section Is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: genede bid/pmposal Info Document Date:
Number of Pages: f Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
$I ner's Name: PaWck Ra n.
corporate Officer — Tda(s): Pm 9-m1R-1 ryfTm umr
0 Partner — 0 Limited 0 General
0 Individual 0 Attorney in Fact
0 Trustee 0 Guardian or Conservator
0 Other.
Signer Is Representing:
09/13/17
Signer's Name:
0 Corporate Officer — Title(s):
0 Partner — 0 Limited 0 General
0 Individual 0 Attorney in Fact
0 Trustee 0 Guardian or Conservator
F] Other:
Signer Is Representing:
ONr •. :fir • :rry r
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Bosco constructors Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received gcIrlpture
1 August 31, 2017
M
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Bosco Constructors Inc.
Business Address: 21353 Mayall St. Chatsworth CA 91311
Telephone and Fax Number: 818.737.34701818,700.0307
California State Contractor's License No. and Class: 972055 A & B
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 04/13/12 Expiration Date: 05/30/18
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:
Rafael Fonseca -Admin / Project Planning
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
Patrick Rob ncnn PrPs/SP /TrPs Santa Monir.q CA 410 570 56g8
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
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.
n/a
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes / No
Ce
Are any claims or actions unresolved or outstanding? Yes No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Bosco Constructors Inc.
Bidder
Patrick Robinson
(Print name of Owner or President
of Corporation/Company)
p,QQ�p , Ls,���.�
Authorized nature/Title
Pres / Sec / Tres.
Title
09/13/17
Date
On 09/13/17 -before me, Gary M Flores , Notary Public, personally appeared
Patnck Robinson , who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/theirsignature(s) on the 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,anoffigial seal.
My Commission Expires: 04/24/19
21
(SEAL)
GARY M. FLORES
Q .- COMM. N2108360
NOTARY PUBLIC -CALIFORNIA Li
LOS ANGELES COUNTY 0
COMM. EXPIRES APRIL 24, 2019
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
BALBOA ISLAND COPING REPAIR
CONTRACT NO. 7066-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th day
of October, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and BOSCO CONSTRUCTORS
INC., a California corporation ("Contractor'), whose address is 21353 Mayall Street,
Chatsworth, California 91311, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this Contract consists of: constructing
approximately 7,400 LF of concrete cap raise on top of existing seawall cap around
Balboa Island, protecting light standards, providing openings for access to beach
and public docks, providing stop boards for such gaps in wall, replacing sidewalks,
constructing forms and pouring concrete in close proximity to privately owned
docks (the "Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 7066-1, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of One Million Four Hundred Forty Four Thousand Four
Hundred Forty Four Dollars and 00/100 ($1,444,444.00). Additionally, the City has
allocated a contingency amount of Two Hundred Sixteen Thousand Dollars and
00/100 ($216,000.00) for unexpected costs, for a total not to exceed amount of One
Million Six Hundred Sixty Thousand Four Hundred Forty Four Dollars and 00/100
($1,660,444.00). No portion of the contingency shall be expended without prior written
approval of City's Project Administrator.
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Steve Robinson to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public
Works Director, or designee, shall be the Project Administrator and shall have the
authority to act for City under this Contract. The Project Administrator or designee shall
Bosco Constructors Inc. Page 2
represent City in all matters pertaining to the Work to be rendered pursuant to this
Contract.
6. NOTICE OF CLAIMS
Unless a shorter time is specified elsewhere in this Contract, before making its final
request for payment under the Contract Documents, Contractor shall submit to City, in
writing, all claims for compensation under or arising out of this Contract. Contractor's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Contract except those previously made in writing and identified
by Contractor in writing as unsettled at the time of its final request for payment. The
Contractor and City expressly agree that in addition to all claims filing requirements set
forth in the Contract and Contract Documents, Contractor shall be required to file any
claim Contractor may have against City in strict conformance with the Government Claims
Act (Government Code 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Steve Robinson
Bosco Constructors Inc.
21353 Mayall Street
Chatsworth, CA 91311
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
Bosco Constructors Inc. Page 3
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
Bosco Constructors Inc. Page 4
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any of
the issued and outstanding capital stock of Contractor, or of the interest of any general
partner orjoint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers and all persons and entities owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services shall not be responsible in
any manner for any loss or damage to any of the materials or other things used or
employed in performing the Project or for injury to or death of any person as a result of
Bosco Constructors Inc. Page 5
Contractor's performance of the Work required hereunder, or for damage to property from
any cause arising from the performance of the Project and/or Services by Contractor, or
its subcontractors, or its workers, or anyone employed by either of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project and/or
Services, or the Work of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees,
volunteers, the State of California, and any person or entity owning or otherwise in legal
control of the property upon which Contractor performs the Project and/or Services
contemplated by this Agreement (collectively, the "Indemnified Parties") from and against
any and all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate
(directly or indirectly) to any breach of the terms and conditions of this Contract, any Work
performed or Services provided under this Contract including, without limitation, defects
in workmanship or materials or Contractor's presence or activities conducted on the
Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
Bosco Constructors Inc. Page 6
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate termination
of this Contract by City. Contractor shall indemnify and hold harmless City for any and all
claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
Bosco Constructors Inc. Page 7
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
Bosco Constructors Inc. Page 8
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Bosco Constructors Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By:%
Aaron C. Harp U'^-07-fAM
City Attorney
ATTEST: '
Date:` 2'�
By:
Leilani I. Brown
City Clerk
CITY OF NI
a California
nates- I,
M
5vin Muldoon
ayor
CONTRACTOIZ Bosco Constructors
Inc., a Californ a corporation
Date:
Signed in Counterpart
By:
Patrick Steven Robinson
Chief Executive Officer/ Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Bosco Constructors Inc. Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:o►6 fl 7
By:
Aaron C. Harp GtM ++1241rt
City Attorney
ATTEST:
Date:
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor
CONTRACTOR: Bosco Constructors
Inc., a California corporation
Date: ! I 9 —1 ::�
By: eta Re
Leilani I. Brown Patrick Steven Robinson
City Clerk Chief Executive Officer! Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Bosco Constructors Inc. Page 10
Balboa Island Coping Repair EXHIBIT A
Contract No. 7066-1
CITY OF NEWPORT BEACH
BOND NO. 72BCSHK5913
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Bosco
Constructors Inc, hereinafter designated as the "Principal," a contract for: constructing
approximately 7,400 LF of concrete cap raise on top of existing seawall cap around
Balboa Island, protecting light standards, providing openings for access to beach and
public docks, providing stop boards for such gaps in wall, replacing sidewalks,
constructing forms and pouring concrete in close proximity to privately owned docks, in
the City of Newport Beach, in strict conformity with the Contract on file with the office of
the City Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Hartford Fire Insurance Company duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as
"Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One
Million Six Hundred Sixty Thousand Four Hundred Forty Four Dollars and 001100
($1,660,444.00) 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 Contragt; for which payment well and truly to -be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
Bosco Constructors Inc. Page A-1
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 27th day of October , 2017 .
Bosco Constructors Inc.
Name of Contractor (Principal)
,, t a". pu5l
Hartford Fire Insurance Company
Name of Surety Authorized Agent Signature
440 E Huntington Drive, Suite 317 Arcadia CA 91006
Address of Surety
213-443-2476
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 1o (%
A
Aaron C. Harp Cann %1,16bl1r
City Attorney
Maria Pena, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Bosco Constructors Inc. Page A-2
ACKNOWLEDGMENT
A notarypublic or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County f /nS A WL-ZLS } ss.
On kbu . 0, 20 / before me, Fi-02LS
Notary Public, personally i peare PA — / :jn/L
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
my hand and ofodal seal.
GCC M-FLORES �
V x, COMM. # 2108360
(� .� - NOTARY PUBLIC CALIFORNIA O
LOS ANGELES COUNTY 0
(seal) COMM. EXPIRES APRIL 24,2019,It
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of }ss.
On —'20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Bosco Constructors Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the 'document to which this certificate is attached, and not the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
OCT 2 7 2011
On , before me, Natalie K. Trofimoff, Notary Public, personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the person(s4 whose
name(s4 is{are subscribed to the within instrument and acknowledged to me that 4e/sheA43ey
executed the same in #is¢her 4,&4 authorized capacity{ie4, and that by 4is{herA4eie
signature(4 on the instrument the person(4, or the entity upon behalf of which the person(s4
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.
NATALIE K. TROFIMOFF r a"
NOTARY PUBLIC - CALIFOR
LOS ANGELES COUNTY yrn
" COMMISSION # 2127860 d•",- ,° -�'-
MY COMM. EXPIRES OCT. 22, 2019
(Seal)
Signature:
Natalie K. Trofimoff, Notary Pub i
POWER OF ATTORNEY
'ALL F
0
0
0
BY
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
82nd.ClaimWthehartfortl com
call, 888-266-3488 or fax. 860-757-5835
Agency Name: ALLIANT INSURANCE SERVICES INC
Agency Code: 72-256704
Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut
Hartford Casualty Insurance Company, a corporation duty organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State or Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws oftlie State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, cor
up to the amountof Unlimited :
E. S. Albrecht Jr., Patricia S. Arana, Tiffany Coronado, C.K. Nakamura, Maria Pena, Noemi
Quiroz, Jeffrey Strasener, Lisa L. Thornton, Tim M. Tomko, Natalie K. Trofimoff of LOS
ANGELES, California
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surely(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In witness whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
rrr ,
jlsl +o� Pr � �.r-tx p4 rt r �Jp S
5,i w /,dura ac`s+. �Mrr> ` a a s •� •3!(^' Imo` t
•+ �m 9 raB _}�►Oa7 a�'4j'6 I_ / J w frlpcara
e i111 au�� • r
s r i r � t�� hl � ]91•)
i
i.'
John Vray. Assistant secretary _
STATE OF CONNECTICUT ]
},S, Hartford
COUtITY OF HARTFORD j
/Y
M. Ross Fisher. Senior Vice President
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say:
hat he is
described that
he resides andwhich executed the State
ttt above instrument: that he knowsthe sealsthof the sor aid lce President saidco poratons;�hat the sealf ths cor
porations
said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford.
W'79,rotu o 20
191
g -_ c+
X19/1�tc70il
Pi •A :iiln
i%o.r
Kevin Heckman, Assistant Vice President
e
Nom M. Stradu
`lPublic omPub
ry Public
CERTIFICATE
17v Commission Expires .March 31 2018
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford.
W'79,rotu o 20
191
g -_ c+
X19/1�tc70il
Pi •A :iiln
i%o.r
Kevin Heckman, Assistant Vice President
EXHIBIT B
Balboa Island Coping Repair CITY OF NEWPORT BEACH
Contract No. 7066-1 -
BOND NO.72BCSHK5913
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 22,516.00 , being at the
rate of $ 13.56 per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Bosco
Constructors Inc. hereinafter designated as the "Principal," a contract for: constructing
approximately 7,400 LF of concrete cap raise on top of existing seawall cap around
Balboa Island, protecting light standards, providing openings for access to beach and
public docks, providing stop boards for such gaps in wall, replacing sidewalks,
constructing forms and pouring concrete in close proximity to privately owned docks, in
the City of Newport Beach, in strict conformity with the Contract on file with the office of
the City Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Hartford Fire Insurance Company
duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of One
Million Six Hundred Sixty Thousand Four Hundred Forty Four Dollars and 001100
($1,660,444.00) 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, ouf 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, orfails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Bosco Constructors Inc. Page B-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 27th day of October ,20 17 .
Bosco Constructors Inc.
Name of Contractor (Principal)
Hartford Fire Insurance Comuanv
Name of Surety
440 E Huntington Drive Suite 317 Arcadia CA 91006
Address of Surety
273-443-2476 - —
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: of 7
By:
Aaron C. Harp (HM cclosltr
City Attorney
3;"&
A6thorized
natureMtle
Authorized Agent Signature
Maria Pena, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Bosco Constructors Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of 6-U,- I ss.
On LT D 20befor m
Notary Public, personally appeared /moi/C/�Lf/lel. f
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. ,,,, GARY M. FLORES
Q COMM. # 2108360
0 .,,. NOTARY PUBLIC -CALIFORNIA L1
/ - � LOS ANGELES COUNTY O
�( COMM. E%PIRES APR
i n
$tur eal) IL 24, 2019 � (s
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of )SS.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Bosco Constructors Inc Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
OCT 2 7 2017
On before me, Natalie K. Trofimoff, Notary Public, personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the person(s4 whose
names) is{afe subscribed to the within instrument and acknowledged to me that 4efshe{4ey
executed the same in 4s/her 4e* authorized capacity4s4, and that by 4�s/her/theiF
signature4s4 on the instrument the persontq, or the entity upon behalf of which the persons)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
NATALIE K. TROFIMOFF r a• "—
NOTARY PUBLIC • CALIFORNIA
•.
za, LOS APIGELES COUNTY
e
COMMISSION # 2127860
�'• >=
hiY COMM. EXPIRES OCT. 22, 2019
(Seal)
I
Signature:
Natalie K. Trofimoff, Notary ublic
POWER OF ATTORNEY
ALL PERSONS BY
THAT:
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
Bond Claimsrdlthehartfortl com
cal/788-266-3488 or fax: 860-757-5835
Agency Name: ALLIANT INSURANCE SERVICES INC
Agency Coda: 72-256704
0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
uptotheamountof unlimited
E. S. Albrecht Jr., Patricia S. Arena, Tiffany Coronado, C.K. Nakamura, Maria Pena, Noemi
Quiroz, Jeffrey Strassner, Lisa L. Thornton, Tim M. Tomko, Natalie K. Trofimoff of LOS
ANGELES, California
their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In !Witness whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
nr
1502`1
�
tOaT .y
aiaa{<' 1973 ly7a I
'j't,�n N
- John L;ray. Assistant Secretary _ V. Ross Fisher. Senior Vice President
STATE OF CONNECTICUT
COUIITY OF HARTFORD Hartford
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: described in he and which h executed ths in the ty of Hartford, e above instrumeate nt; ofConnecticut;
he knowsthehat he is the sealshe of theor ti
corporations; thattheseals affxedcto the tsaid
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
rtarl�
4ya Nora \1 Stan o
Wotan Public
CERTIFICATE Expur. March 31. 2018
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford. OCT4 f
T " 7 2017
µirr�� �nrawry t!u v lair: K
3µt wM,
1970 Z
<I9T�
,,I 1�i In
oc _ _
Kevin Heckman, Assistant Vice President
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees, volunteers, the State of California, and any
person or entity owning or otherwise in legal control of the property upon
which Contractor performs the Project and/or Services contemplated by this
Agreement. Contractor shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of City, its elected
or appointed officers, agents, officials, employees, volunteers, the State of
California, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
contemplated by this Agreement.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
Bosco Constructors Inc. Page C-1
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
D. Builder's Risk Insurance. For Contracts with property exposures during
construction, Contractor shall maintain Builders Risk insurance or an
installation floater as directed by City, covering damages to the Work for "all
risk" or special causes of loss form with limits equal to 100% of the
completed value of contract, with coverage to continue until final
acceptance of the Work by City. At the discretion of City, the requirement
for such coverage may include additional protection for Earthquake and/or
Flood. City shall be included as an insured on such policy, and Contractor
shall provide City with a copy of the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees,
volunteers, the State of California, and any person or entity owning or
otherwise in legal control of the property upon which Contractor performs
the Project and/or Services contemplated by this Agreement or shall
specifically allow Contractor or others providing insurance evidence in
compliance with these requirements to waive their right of recovery prior to
a loss. Contractor hereby waives its own right of recovery against City, and
shall require similar written express waivers and insurance clauses from
each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees,
volunteers, the State of California, and any person or entity owning or
otherwise in legal control of the property upon which Contractor performs
Bosco Constructors Inc. Page C-2
the Project and/or Services contemplated by this Agreement shall be
included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees,
volunteers, the State of California, and any person or entity owning or
otherwise in legal control of the property upon which Contractor performs
the Project and/or Services contemplated by this Agreement. Any
insurance or self-insurance maintained by City shall be excess of
Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. City reserves the right to require complete, certified copies of all
required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
Bosco Constructors Inc. Page C-3
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Bosco Constructors Inc. Page C-4
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
Bosco Constructors Inc. Page C-5
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received:
10/27/17 Dept./Contact Received From:
Edwin
Date Completed:
12/21/17 Sent to: Edwin By:
Jan
Company/Person required to have certificate: Bosco Constructors
Type of contract:
I. GENERAL
LIABILITY
EFFECTIVE/EXPIRATION
DATE: 8/27/17 — 8/27/18
A.
INSURANCE COMPANY: Executive Risk Indemnity
B.
AM BEST RATING (A-: VII or greater): A++/ XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
E Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT—please attach
E Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
E Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
E Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
E Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely'by negligence' wording?
❑ Yes E No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
E N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A E Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/27/17 — 8/27/18
A.
INSURANCE COMPANY: Federal Insurance Company
B.
AM BEST RATING (A-: VII or greater) A++/ XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
E Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
$1,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
E N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes E No
H.
NOTICE OF CANCELLATION:
❑ N/A 0 Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 8/27/17 — 8/27/18
A.
INSURANCE COMPANY: Executive Risk Indemnity
B.
AM BEST RATING (A-: VII or greater): A++ / XV
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
$1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
® N/A ❑ Yes ❑ No
V POLLUTION LIABILITY
® N/A ❑ Yes ❑ No
V BUILDERS RISK
® N/A ❑ Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
12/21/17
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management
* Subject to the terms of the contract.
Date
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
BALBOA ISLAND COPING REPAIR
CONTRACT NO. 7066-1
DATE: August 31, 2017 BY: AUVf
CITY ENGINE
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the contract
documents — all other conditions shall remain the same.
NOTICE INVITING BIDS
Change bid opening to 10:00 AM on September 13, 2017.
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Bosco Constructors Inc.
Bidder's Name (Please Print)
09/13/17
Date
n
Patrick Robinson - Pres/Sec/Tres rf / yy,�, q _G
Authorized Signature & Title
f.lusers\pbwlsharedlconlracts\fyl7-1B current proleclsk00 -parks harbors and beacheslbalboa island seawall caping repair 07066-1 - 15h11
17h 11laddendum no. 1.doc
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
BALBOA ISLAND COPING REPAIR
CONTRACT NO. 7066-1
DATE: September 8, 2017 BY: �VN
CITY ENGINEER
TO: ALLPLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the contract
documents — all other conditions shall remain the same.
NOTICE INVITING BIDS
Change bid opening to 10:00 AM on September 20, 2017.
Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 2 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Bosco Constructors Inc.
Bidder's Name (Please Print)
09/18/17
Date ,)
Patrick Robinson - Pres/Sec/Tres a�Z�
Authorized Signature & Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 3
BALBOA ISLAND COPING REPAIR
CONTRACT NO. 7066-1
DATE: September 12, 2017 BY: X64
CITY ENGINEER
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the contract
documents — all other conditions shall remain the same.
NOTICE INVITING BIDS
1. DBA's (deformed bar anchor) as noted on Page 13 of the plans, Sections C and D, are
hereby eliminated from the project and not required as part of the seawall cap.
2. 3 -sided Work Enclosure structure as noted on Page 21 of the Plans, Section B and Section
7-10.4-1 of the Special Provisions, paragraph 2 is eliminated and not required,
3. Replace Section 7-10.4-1. paragraph 2 of the Special Provisions with this paragraph: The
Contractor shall mitigate fugitive dust associated with grinding, cutting, sanding, drilling,
roughing, sacking, cleaning, etc of concrete surfaces. Contractor shall protect the public,
private properties (landscaping, patios, furnishings, houses), sand and waterways from
contamination and fugitive dust. Contractor shall employ means and methods that may
include vacuums, dust collections systems, water and water spray, enclosures, screens or
fencing. The contractor's practices, means and methods shall be provided to the City for
approval as a submittal. If the means and methods do not work and/or fugitive dust is
moving to the public, private properties or sand/waterways, the contractor will be directed to
stop work at the contractors cost until a different method is approved and proven to mitigate
fugitive dust. All work and costs associated with this requirement is included in Bid Item 8
Seawall Cap,
4. Section 303-1.3 Forms, Specifications: City will allow a substitution from steel forms to
smooth facing wood or composite forms as long as the wood graining is eliminated and the
exposed concrete surface matches and conforms the existing concrete wall and cap finish.
5. Washer Clarification: All OGEE washers shall marine grade galvanized and all other
washers shall be 316 stainless steel.
6. Surveying Clarification: All costs associated with this requirement (Section 2-9 of the
Special Provisions and Standard Specifications) is hereby included Mobilization Bid Item 1
7. RFI:
Under the Public Works Formal- Sample C, on Page 6, Indemnification:
We understand the City's desire to protect itself from the Contractor's negligent actions. However, The
indemnification language provided in the sample contract offloads substantial risk to the Contractor
disproportionate to the degree of involvement. For example, the Contractor is being called upon to
defend, indemnify and hold harmless the City against any and afl claims that in any manner relate
(directly or indirectly) to any work or services provided, regardless of the degree of fault. Given a) the
determination for the height of the cap was outside the Contractor's control; b) the design and
engineering are outside the scope of the Contractor's work; c) the existing sea wall on which the cap is
being placed is quite old and past its expected life; and d) there is significant past history of flooding. Due
to the above discrepancies, will the City please consider and provide revised indemnification language to
address the above concerns?
Response: Section 17.4 clarifies indemnification responsibility regarding the City's sole negligence
or willful misconduct. The contractor is not responsible for the design/engineering of the City
plans, the determination of the height, history of flooding and the condition of the existing seawall.
6. The following documents shall be incorporated into the Special Provisions for this project:
a. Attachment A — Balboa Island Seawall Elevation Survey
b. Attachment B - Resolution No. ZA2017-055 — Coastal Development Permit
Bidders must sign this Addendum No. 3 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 3 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Bosco Constructors Inc.
Bidder's Name (Please Print)
09/18/17
Date
Patrick Robinson - Pres/Secrrres
Authorized Signature & Title N
City of Newport Beach
BALBOA ISLAND COPING REPAIR
Contract No. 7066-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 7066-1 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
09/13/17
Date
818.737.3470 / 818.700.0307
Bidder's Telephone and Fax Numbers
972065 A 8 B
Bidder's License No(s).
and Classification(s)
Bidder's email address: smf.bosco@gmall.com
PR -1
Bosco Constructors Inc.
Bidder
7
Bidder's Authorized Si nature and Yitle
21353 Mayall St. Chatsworth CA 91311
Bidder's Address
City of Newport Beach
Page 1
BALBOA ISLAND COPING REPAIR (C-7066-1), bidding on September 20, 2017 10:00 AM (Pacific)
Printed 12/20/2017
Bid Results
Bidder Details
Vendor Name Bosco Constructors Inc
Address 21353 Mayall St
Chatsworth , CA 91311
United States
Respondee Manny Flores
Respondee Title Est / Proj Mgr
Phone 818-737-3470 Ext.
Email gmf.bosco@gmail.com
Vendor Type
License #
CADIR
Bid Detail
Bid Format Electronic
Submitted September 20, 2017 9:46:23
AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 116876
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title
File Name
File Type
Master Formal contract c-7066-1 signed
MASTER FORMAL CONTRACT C-7066-1 PlanetBids
General Attachment
080817 signed.pdf
Balboa bid bond signed2 copy
Balboa bid bond signed2.pdf
Bid Bond
Line Items
Type Item Code
UDM Qty
Unit Price
Line Total Comment
Section 1
1 Mobilization / Demobilization
Lump Sum 1
$50,000.00
$50,000.00
2 Traffic Control
Lump Sum 1
$50,000.00
$50,000.00
3 Spall repair, Existing Cap
Sq. Ft. - In. 2500
$80.00
$200,000.00
4 Replace Reinforcement, Existing Cap
Lb 2000
$50.00
$100,000.00
5 Weld Reinforcement, Existing Cap
Each 40
$500.00
$20,000.00
PlanetBids. Inc.
City of Newport Beach
Page 2
BALBOA ISLAND COPING REPAIR (C-7066-1), bidding on September 20,
2017 10:00
AM (Pacific)
Printed 12/20/2017
Bid Results
Type Item Code
UOM
qty
Unit Price
Line Total Comment
6 Crack Repairs, Existing Cap
Linear Fl.
850
$85.00
$72,250.00
7 Barrier Plates for Zone A Street Lights
Each
5
$1,000.00
$5,000.00
8 Seawall Cap
Lump Sum
1
$580,194.00
$580,194.00
9 Access Gaps
Each
33
$5,000.00
$165,000.00
10 Remove All USA Markings and Restore Pavement
Surfaces
Lump Sum
1
$30,000.00
$30,000.00
11 Remove and Replcace Sidewalk
Sq. Ft.
6100
$20.00
$122,000.00
12 Drainage System Repair
Linear Ft.
1000
$40.00
$40,000.00
13 As -Built Drawings
Lump Sum
1
$10,000.00
$10,000.00
Subtotal
$1,444,444.00
Total
$1,444,444.00
Subcontractors
Name & Address Description
License
Num
CADIR
Amount
Type
WMB & Associates Survey
7229
1000005325
$7,998.00
22421 Barton Road
Grand Terrace, CA 92313
United States
ENOR Innovations dba ENOR traffic control
931953
1000007079
$35,000.00
DGS,CUC,DVBE,DB
Traffic Control
E,MBE,CADIR
16213 Illinois Ave.
Paramount, CA 90723
United States
PlanetBids, Inc.
SP 1 OF 18
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BALBOA ISLAND COPING REPAIR
CONTRACT NO. C-7066-1
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions, (2) the Plans (Drawing No. H -5235-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 (2015 Edition), including supplements and manufacturer's instructions.
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 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
2-3 SUBCONTRACTORS
2-3.1 General. Add to this section: "If and when connecting to an Edison Electrical Pull
Box or Vault, construction shall be done by an Edison Approved Contractor."
2-6 WORK TO BE DONE. Add to this section: "The work necessary for the completion
of this contract consists of constructing approximately 7,400 LF of concrete cap raise on
top of existing seawall cap around Balboa Island, protecting light standards, providing
openings for access to beach and public docks, providing stop boards for such gaps in
wall, and replacing sidewalks. Work will require constructing forms and pouring concrete
in close proximity to privately owned docks."
SP2OF18
2-9 SURVEYING
2-9.2 Line and Grade
Add to this section: "The Contractor's California Licensed Land Surveyor shall
utilize/follow the existing City survey records used for the project design to provide all
construction survey services that are required to construct the improvements. 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. As
needed, the filing of a Corner Record and/or a Record of Survey with the County
Surveyor's Office is required prior to construction and after the completion of Work.
Prior to any demolition Work the Contractor shall prepare and submit the Corner
Records for review by the City a minimum of three (3) working days before the
anticipated 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.
2-9.6 Survey Accuracy. Stationing shown on the drawings for the various work items
is approximate, plus or minus 0.5 ft. Contractor shall complete his own survey before
starting work, bring any discrepancies to the Engineers attention, and mark -out items of
work for Engineer to confirm prior to start of work. Adjust limits or location of work per
Engineer's direction. Attachment A shows the existing top of seawall elevations based
on NAVD88 datum.
SECTION 3 ---CHANGES IN WORK
Add the following:
"3-2.5 Pay Item Schedule. For Bid Items identified by the Engineer, the
Contractor shall submit a pay item schedule. The submittal shall consist of a breakdown
of cost for the identified Bid Items, including all labor, materials, equipment and
incidentals. Overhead and profit shall be spread proportionately over each item. The
pay item schedule shall not be unbalanced in any way. No work shall commence until
the pay item schedule has been approved by the Engineer. Upon approval, the pay item
schedule shall serve as the basis for making progress payment in accordance with
Section 9-3.2 of the Standard Specifications as amended herein."
SP 3 OF 18
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 ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 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."
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 completion of the
work or phase of work, the Contractor shall remove all USA utility markings."
SP 4 OF 18
5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box
or cover is damaged by the Work and is not re -useable, the Contractor shall provide
and install a new pull or meter box or cover of identical type and size at no additional
cost to the City."
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'.
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to commencing any work. Schedule may
be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work until
Contractor has exerted extra effort to meet the original schedule and has demonstrated
that the ability to maintain the approved schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from the overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work under
the Contract within 100 working days after the date on the Notice to Proceed.
However, all work shall be complete by May 31, 2018."
6-7.2 Non -Working Days. Add to read: "No work shall occur on any City holiday,
defined as January 18t (New Year's Day), the third Monday in January (Martin Luther
King Day), the third Monday in February (President's Day), the last Monday in May
(Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th
(Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday
after), December 13-17 (Boat Parade), December 24th (Christmas Eve), December 25th
(Christmas), and December 31St (New Year's Eve). If January 1, July 4, November 11,
December 24, December 25 or December 31 falls on a Sunday, the following Monday is
a holiday. If January 1, July 4, November 11 December 24, December 25 or December
31 falls on a Saturday, the Friday before is a holiday. Also, there will be no work from
December 13 through 17."
SP5OF18
6-7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m.
Monday through Friday. The Contractor may be allowed to perform non -noisy work from
7:00 a.m. to 8:00 a.m. weekdays if approved by the Engineer.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during
any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves
the right to deny any or all such requests. Additionally, the Contractor shall pay for
supplemental inspection costs of $123.00 per hour when such time periods are
approved.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$1500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute
agreement by the Agency and Contractor that $1500.00 per day is the minimum value
of the costs and actual damage caused by the failure of the Contractor to complete the
Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR
7-4 COASTAL DEVELOPMENT PERMIT / LOCAL DEVELOPMENT PERMIT
Add to this section: 'The City has obtained a Coastal Development Permit / Local
Development Permit (No. PA2017-078) for this project, which is included as Attachment
B. All work under this contract shall be in conformance with the permit. Where the
requirements in the permit conflict with these drawings and specifications, the more
costly requirement shall be assumed and the Contractor shall request clarification from
the Engineer before proceeding."
61airel aF-1
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."
7-8.5.3 Spill Prevention and Emergency Response Plan. Add this section:
"Contractor shall be responsible for providing and operating a trash pump during any
rain event during construction to prevent street flooding."
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 captured and treated by filtration
or retention in settling basin(s) sufficient to prevent such material from migrating into
any catch basin, Newport Harbor, the adjacent beach, or the ocean. The Contractor
shall also comply with the Construction Runoff Guidance Manual that is available for
review at the Public Works Department or can be found on the City's website at
www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link
Construction Runoff Guidance Manual."
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.
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 shall be approved by the Engineer prior to any work. The City of Newport
Beach shall 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
SP7OF18
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. See Drawings for additional requirements.
Pedestrian access to all residences, beaches, etc., within the limits of work must be
maintained at all times, proving that the Contractor may use 'h of the width of the
sidewalk and 15 feet seaward of the wall in the work area for his exclusive use. Beach
areas shall be kept free of construction and concrete waste. Note that construction
materials and equipment may not be stored or stockpiled seaward of the wall. The
Contractor shall cooperate with the Engineer to provide advance notice to any and all
establishments whose access will be impacted by construction operations, particularly
sidewalk construction. The Contractor shall furnish and install signage, barricades,
delineators, yellow safety ribbon, and any other measures deemed necessary by the
Engineer to safely direct the public around areas of construction, and into (and out of)
the affected establishments. Such measures shall be shown on the Detailed Traffic
Control Plans (see Section 7-10.3)."
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 as shown on the Drawing or 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 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 - at least five working days prior to the pre -
construction meeting - a traffic control plan showing typical closures and detour
plans(s). See Drawings for requirements. The Contractor shall be responsible for
processing and obtaining approval of a traffic control plans from the City's Traffic
Engineer. The Contractor shall adhere to the conditions of the traffic control plan.
Typical closures shall conform to the provisions of the WORK AREA TRAFFIC
CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall
incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
SP8OF18
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3466 and all affected property owners."
7-10.4 Safety
7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and
completely responsible for conditions of the job -site, including safety of all persons and
property during performance of the work, and the Contractor shall fully comply with all
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers.
The Contractor shall erect sturdy 3 -sided work enclosure structures with top along the
sidewalk as shown on the Drawings for the protection of the public and reduction of
noise and dust. All work concrete grinding shall be conducted within the enclosure. The
Contractor shall protect sand and Bay waters from contamination at all times.
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.
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.
SP9OF18
When posting No Parking Signs at street end, Contractor shall be responsible for hand
sweeping and keeping gutters/streets clean.
7-10.7 Notices to Residents. Ten working days prior to starting work in the
area, 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 in the area, the Contractor shall
distribute to the residents a second written notice prepared by the City clearly indicating
specific dates in the space provided on the notice when construction operations will
start for each block or street, what disruptions may occur, and approximately when
construction will be complete. An interruption of work at any location in excess of 14
calendar days shall require re -notification. The Contractor shall insert the applicable
dates and times at the time the notices are distributed.
In addition, the Contractor will be required to post on the public dock notices directing
people to the nearest open public dock anytime the dock becomes inaccessible due to
construction activities.
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 "A" 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. Any changes to
the approved plans that have been made with approval from the Engineer of Record or
City Inspector shall be documented on the "As -Built" drawings
The "As -Built" plans 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.
SECTION 9 ---MEASUREMENT AND PAYMENT
9-3 PAYMENT
SP 10 OF 18
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 / Demobilization: Work under this item shall include, but not
limited to, providing bonds, insurance, submittals, and financing; preparing a pay item
schedule defined in Section 3-2.5; establishing a field office; SWPPP preparation,
compliance with GCP requirements, construction signage, and construction and
material delivery schedule; coordinating with other agencies and utilities; notifying
businesses and residents; attending all coordination meetings; keeping photographic
and video records of project site; demobilization; and all other related Work as required
by the Contract Documents. Lump Sum.
Item No. 2 Traffic Control: Work under this item shall include delivering all required
notifications and temporary parking permits, post signs and all costs incurred notifying
residents. In addition, this item includes providing the traffic control required including
signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons.
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. Lump Sum.
Item No. 3 Spall Repair, Existing Cap: As directed by the Engineer and within limits
agreed upon only, work under this item shall include, but not limited to furnishing all
labor, materials, tools, equipment and incidentals, providing submittals, procuring,
approving, delivering and storing material, removing unsound or unwanted concrete to
sound substrata, roughening surfaces, and filling with concrete during implementation of
Item No. 6 or patching separately to original line, and all other work items not otherwise
itemized as required to complete the work in place. Unit Price (per square foot - inch
removed).
Item No. 4 Replace Reinforcement, Existing Cap: As directed by the Engineer, work
under this item shall include, but not limited to furnishing all labor, materials, tools, equipment
and incidentals; and providing submittals, procuring, approving, delivering, storing material,
removing existing corroded rebar with section loss greater than 15% and replacement
with similar section, including lap splices, and all other work items not otherwise
itemized as required to complete the work in place. Unit Price (per pound installed).
SP 11 OF 18
Item No. 5 Weld Reinforcement, Existing Cap: As directed by the Engineer, work
under this item shall include, but not limited to furnishing all labor, materials, tools, equipment
and incidentals; providing submittals, procuring, approving, delivering and storing material,
welding splices between new and existing reinforcement, in lieu of lap splice, and all
other work items not otherwise itemized as required to complete the work in place. Unit
Price (each).
Item No. 6 Crack Repairs, Existing Cap: As directed by the Engineer, work under
this item shall include, but not limited to furnishing all labor, materials, tools, equipment and
incidentals, providing submittals, procuring, approving, delivering and storing material, crack
repair by epoxy injection or methacrylate joint sealer, as applicable, and all other work
items not otherwise itemized as required to complete the work in place. Unit Price (per
linear foot of crack).
Item No. 7 Barrier Plates for Zone A Street Lights: Work under this item shall
include, but not limited to furnishing all labor, materials, tools, equipment and incidentals,
providing submittals, procuring, approving, delivering, and storing material, preparing concrete
surface, constructing bolts in adjacent cap areas, constructing 316L stainless steel L-
plate, and all other work items not otherwise itemized as required to complete the work
in place. Unit Price (each).
Item No. 8 Seawall Cap: Work under this item shall include, but not limited to furnishing
all labor, materials, tools, equipment and incidentals; providing submittals, procuring, approving,
delivering and storing material, removing existing 1'/z" bullnose corners each side of cap
and roughening surface between under a dust -control enclosure, protecting the beach
from construction debris and concrete dust and spoils, constructing deformed bar
anchors through existing cap and into piles below, constructing concrete seawall cap
including reinforcing, forming, bonding agent, placing and finishing concrete,
constructing concrete cap behind Zone B street lights including preparation of concrete
surface and constructing construction membrane around base of street light,
constructing steps at private docks, and all other work items not otherwise itemized as
required to complete the work in place. Lump Sum.
Item No. 9 Access Gaps: Work under this item shall include, but not limited to
furnishing all labor, materials, tools, equipment and incidentals, providing submittals,
procuring, approving, delivering and storing material, constructing stainless steel
channel end plates at the gaps indicated, with stop boards & accessories, at each public
access gap in wall as indicated on the Drawings and as directed by the Engineer, and
upon acceptance, removal of all boards and accessories, and delivery to City's Utilities
Yard at 949 West 16th Street appropriately packaged, inventoried, and stacked, and all
other work items not otherwise itemized as required to complete the work in place. Unit
Price (each).
Item No. 10 Remove All USA Markings and Restore Pavement Surfaces: Work
under this item shall include, but not limited to furnishing all labor, materials, tools,
equipment and incidentals, providing submittals, procuring, approving, delivering and
SP 12 OF 18
storing material, removing by pressure washing with water vacuuming all USA markings
within the work area and cleaning all pavement and sidewalk surfaces to pre -
construction condition, and all other work items not otherwise itemized as required to
complete the work in place. No sandblasting is allowed. Lump Sum.
Item No. 11 Remove and Replace Sidewalk: Work under this item shall include, but
not limited to furnishing all labor, materials, tools, equipment and incidentals; providing
submittals, procuring, approving, delivering and storing material, demolishing and
disposing of existing pavement and base materials, grading and re -compacting
subgrade, construction of base, mudsill, and reinforced concrete paving slab as shown
on the drawings and all other work items not otherwise itemized as required to complete
the work in place. Unit Price (Square Foot).
Item No. 12 Drainage System Repairs: Work under this item shall include, but not
limited to furnishing all labor, materials, tools, equipment and incidentals, providing
submittals, procuring, approving, delivering and storing material, removing and
disposing of existing drainage system components, adjusting trenching and grading as
needed, construction of bedding, and replacing components in-kind as shown on the
Reference Drawings and all other work items not otherwise itemized as required to
complete the work in place. Unit Price (Linear Foot).
Item No. 13 As -Built Drawings. Work under this item shall include a redlined set of
Drawings submitted by the Contractor upon completion of the project. The Drawings
shall reflect all deviations from Contract Drawings made during Construction and show
the exact dimensions, geometry, and location of all elements of the Work completed
under the Contract. As -Built Drawings shall be submitted to the Engineer. An amount of
$3,500 is determined for this bid item. The intent of this pre-set amount is to emphasize
to the Contractor the importance of As -Built Drawings. Lump Sum.
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
201-1.1.3 Concrete Specified by Special Exposure. Add to this section:
"Portland Cement concrete shall be 750 -CSE -5000P as provided in Table 201-1.1.3
for Severe Exposure." Water cement ratio of 0.40 shall not be exceeded.
SP 13 OF 18
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, A775 and D3963 with 3 -inch minimum cover
unless shown otherwise on the plans." Reinforcing to be welded shall be ASTM A706,
GR 60. All tie ends shall be pointing into the center of the concrete and no portion of the
tie shall come closer than 3 inches to the surface.
201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS
201-3.1 General. Add to this section: "Joint sealant primer shall be SIKAFLEX 429
and sealant shall be SIKAFLEX 1A, or approved equal, with backer rods as
recommended by the manufacturer. Submit product information including installation
instructions on product actually selected. "
206-3 GRAY IRON AND DUCTILE IRON CASTINGS
Add: "206-3.8 OGEE Washers: Galvanized Iron, conforming to ASTM A48, as
provided by Portland Bolt, Fastenal, Lawler Manufacturing, or equal."
ADD THE FOLLOWING TWO SECTIONS IN THEIR ENTIRETY:
201-10 EPDXY GROUT
201-10.1 General. Epoxy grout for grouting reinforcing and deformed bar anchors
into hardened concrete shall be one of the following, or an approved equal:
HILTI HIT 500 SD
SIMPSON STRONG -TIE SET
RED HEAD G5
Submit product information including ICC -ES Report and installation instructions on
product actually selected.
201-11 CONCRETE PREP AND PATCHING MATERIALS
201-11.1 General. Materials for repairing cracks and spalls in existing concrete
and bonding new concrete to old shall be as follows, or an approved equal. All products
shall be from the same manufacturer and certified compatible with each other:
SIKADUR 52 Epoxy adhesive
SIKAPRONTO-19 TF
SIKA ARMATEC 110 EPOCEM
SIKATOP 122 PLUS
SP 14 OF 18
204-3 COMPOSITE LUMBER
206-7.1 General. Stop boards shall be composite recycled plastic/ fiberglass,
FiberForce® as manufactured by Bedford Technology, LLC., (2424 Armour Road,
Worthington, MN 56187-0609, www.plasticboards.com ), or an approved equal with the
following properties:
Flexural Strength, D6109 min...........................................................2,700 PSI
Flexural Modulus Secant @ 1% strain, D6109, min .................... 300,000 PSI
Shear Strength, D2344, min............................................................... 600 PSI
Moisture Absorption, by weight, max ....................................................... 0.1%
Ultraviolet, D4329, Change in durometer at 500 hours, max ................... 10%
206-7.2 Rubber Seals. Rubber seals shall be:
1. D -profile EPDM foam rubber, with BT 3MTM peel -off tape adhesive, as
manufactured by Trim -Lok, Inc., 6855 Hermosa Circle, Buena Park,
California 90622, or approved equal
2. Flat strips or L -shape, no adhesive: Neoprene or Neoprene/EPDM
blend, closed -cell sponge rubber conforming to ASTM D 1056, Type 2,
Grade 1 or 2.
206-7 STAINLESS STEEL
206-7.1 General. Stainless steel plate, studs, bolts, and misc. shall be AISI 316L.
Welding rods shall be selected for best compatibility with 316L base material.
206-7.2 Hardware: 316L Stainless Steel
Bolts & All -thread rods: ASTM All 93 or A320, Grade B8M Class 1
Washers: Made From 316L Stainless Steel
Nuts: ASTM A193, Grade 8M
Studs: ASTM F593, Group 2
PART 3
CONSTRUCTION METHODS
SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION
303-1 CONCRETE STRUCTURES
303-1.3 Forms.
Add to this section: "Forms shall be made of steel, except at private docks where
the exterior (ocean facing) form only can be made of surfaced plywood. Exterior over -
the -top form clamps only shall be used to hold forms in place. Thru-ties, snap -ties, tie -
rods, or any form ties that go through the concrete are not permitted. Drilling of holes
SP 15 OF 18
into existing concrete for purpose of securing forms is not permitted. Form all vertical
bullnoses. Corners are spherical, not mitered.
Inspect each private dock before beginning work in area to determine any
obstructions that will interfere with forms. Notify Engineer if obstructions are found. Do
not use private dock structure to support forms as they pass in front."
ADD THESE SECTIONS:
303-9 CONCRETE PREP AND REPAIRS
303-9.1 General. General location of concrete spalls and cracks to be repaired are
indicated on the drawings. Additional repairs may be required upon inspection. Before
starting work in area, walk length of wall with Engineer to determine limits of demo and
repair work. Repairs shall be accomplished prior to constructing the cap raise. Where
spall repairs are contiguous to the cap raise and are of sufficient size and orientation,
concreting of the spall repair can take place along with the placement of the cap
concrete.
303-9.2 Prep Top of Wall. Prep top of wall for new construction as shown on the
drawings and as directed by the Engineer:
(a) Saw cut 1" deep and remove the existing bullnose corners only and
roughen top 'W amplitude, or;
At private docks, saw cut 1" deep and remove the existing landside bullnose corner
only, leaving waterside bullnose intact, and roughen top Y4" amplitude.
At public access openings, saw cut top to accept gap plates and leave existing top of
cap including bullnoses intact.
303-9.3 Crack Repairs. Contractor shall locate cracks as indicated on the drawings and
mark limits. Note that crack typically are transverse, but some are longitudinal. Cracks
on the top of the cap may extend down the sides. Cracks on top will typically be covered
by new cap raise except at locations of the public access gaps. Nevertheless, the
cracks shall be repaired. Some cracks have been previously repaired but have failed.
303-9.3.1 Crack Repair Methods. Contractor shall inspect each crack and determine
proper method of repair based upon maximum width determined. For cracks 1/8 -inch or
greater, inject with low viscosity epoxy adhesive. For cracks less than 1/8 -inch, apply
Methacrylate joint sealer. Comply with manufacturer's specifications and procedures for
each.
303-9.3.2 Engineer's Crack Approval. After determining type of crack repair and crack
repair limits, obtain Engineer's approval before starting work. Adjust limit or type per
Engineer's directions.
SP 16 OF 18
303-9.4 Spall Repairs. Contractor shall locate spalls as indicated on the drawings and
mark limits. Spalls may be on top of the existing cap or on the sides. Note that the spall
may be part of crack system and there may be multiple spalls in close proximity. Cracks
and spalls may need to be repaired together. Spalls on top of cap will typically be
covered by new cap raise except at locations of the public access gaps.
303-9.4.1 Spall Repair Method.
Comply with the following:
1. Clean surface of any loose concrete, dirt, oil, grease, and all bond inhibiting
materials. Chip out loose concrete to 1 inch beyond interior surface of reinforcing.
2. Grind the perimeter of the area to be repaired to 1/2" depth minimum to avoid
feathered edges.
3. Clean steel reinforcement mechanically to remove all rust.
4. If reinforcement area loss is more than 15%, repair the rebar by lap -splicing or
welding new rebar splice to stubs of existing.
5. Install galvanic anodes following procedure shown.
6. Using a stiff brush, apply SIKA ARMATEC 110 EPOCEM (or approved equal) 20
Mils thick minimum, covering all exposed steel and allow to dry, then apply a
second coat at 20 mils minimum thickness. Allow second coat to dry.
7. Pre -wet surface to saturated surface dry.
8. Using stiff brush, prepare area with the approved bonding agent.
9. Unless spall repair is placed with cap raise, place the repair patching material per
manufacturer's instructions. Force material against edge, working towards center. If
several lifts are necessary, wait 30 minutes between layers, saturating surface
again before new lift. Score surface to create a rough surface for next lift. Cure with
wet burlap and polyethylene immediately. Protect surface from sun, rain, wind and
water splash.
10. If spall repair is made with cap raise, insure that the plastic concrete can flow and be
vibrated into place without honeycombs.
303-9.4.2 Engineer's Spall Approval. After marking spall repair limits and determining —
plan of action, obtain Engineer's approval before starting work. Adjust limit or method per
Engineer's directions.
ADD THE FOLLOWING SECTION IN ITS ENTIRETY
304-1.13 End Plate Setting Templates
304-1.13.1 Purpose. The purpose of the templates is to set end plates accurately such
that any stop board can be placed in any gap.
1. Set end plates with the approved steel template shown on the drawings. Once
approved, template must not be modified in any manner. If bent or damaged,
discard template and use another approved template. Do not try to straighten or
fix. Notify Engineer.
SP 17 OF 18
2. Note that the end plates must be matched to each gap individually, as the top of
the end plate is set to the elevation specified, but the existing top of cap elevation
varies.
3. Before installing in forms, bolt end plates to template as shown on the drawings.
Verify that the distance between inside faces of the end plates are within
tolerances shown on the drawings.
4. Set template with end plates in form, with the bottom leg of the template on top of
the existing concrete coping. The bottom leg should be pointing seaward. When
set in forms, the top of end plates must be within t'/4' of the specified new
coping elevation. Shims not greater than 1/8" in height may be used under the
template to help achieve this. (note: screed concrete to top of plate, sloping
surface so as not to be noticeable)
5. Ensure that template is level. Grind off any protrusions on existing concrete cap
than prevents leveling.
6. After concrete has cured, remove bolts and return template to a safe place.
304-1.13.2 Quality Control and Assurance for Templates. The following procedures
must be followed for fabricating templates.
1. Fabricate all templates at one time. Templates to be used in the field are noted
as Field Templates. Note that three areas are worked simultaneously with each
area having two to three gaps. The number of Field Templates needed shall be
determined by Contractor before stating work.
2. Mark each Field Template with notches at the top edge to indicate the template
number. Templates shall be marked in consecutive order: 18t template having 1
notch; 2nd template 2 notches, 3rd template 3 notched, and so on.
3. At the same time, fabricate the Master Template and the Fabricator Template.
The Master Template shall be used to verify all other templates. After approval,
the Fabricator Template shall be given to the shop fabricating the stainless steel
end plates for their internal quality control. The Master Template shall be kept by
the Engineer.
4. Mark the Master Template and the Fabricator Template with "M" and "F"
respectively using a bead weld. The weld shall be on the surface facing the
outstanding leg.
304-1.13.3 Template Approval. The following procedures must be followed for
approving templates.
1. In the presence of the Engineer, bolt each template in turn back — to — back to
the Master Template. All four bolts shall be hand -tightened.
2. Field or Fabricator templates are approved if they meet all of the following:
a. they are fabricated according to drawings, and
b. the templates fit snug back — to — back with no gap between, and
c. any gap observed by running a straightedge along the outstanding leg of
one template as measured to the leg of the other template is no more than
1/16".
SP 18 OF 18
Contractor shall maintain a log of the templates with the approval status of each.
Contractor shall submit the log to Engineer for approval. Contractor shall keep the
approved copy of the log on site for review.