Loading...
HomeMy WebLinkAboutC-7168-1 - Concrete Replacement ProgramSeptember 11, 2019 Nobest Incorporated Attn: Larry Nodland 7600 Acacia Avenue Garden Grove, CA 92841 Subject: Concrete Replacement Program C-7168-1 Dear Mr. Nodland: 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949 -644 -3039i -Ax newportbeachcayov On September 11, 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 September 13, 2018 Reference No. 2018000335425. The Surety for the contract is Merchants Bonding Company and the bond number is CAC715893. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. CAC715893 FAITHFUL_ PERFORMANCE BOND This bond was issued in has (2) original counterparts The premium charges on this Bond is $ 11,340.00 , being at the rate of $ $25.00/$15.00/$10.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Nobest, Inc. hereinafter designated as the "Principal," a contract for distribution of notification door -hangers and placing temporary "No Parking" signs; saw -cutting concrete, removing sidewalk, curb and gutter, and driveways; removing or pruning tree, roots; removing trees; stump grinding, removing bushes and vegetation; grading, installing and compacting crushed miscellaneous base; constructing sidewalk, curb and gutter, and driveways; placing rebar for concrete slab; constructing reinforced concrete slab with saw -cut joints; and restoring synthetic turf, private irrigation and improvements 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 Merchants Bonding Company (Mutual)_ duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Eighty Four Thousand Dollars ($784,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. 'Nobest Incorporated 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 Nobest Incorporated Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1st day of Nobest Incorporated Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety 6700 Westown Parkway West Des Moines IA 50266 Address of Surety (800)678-8171 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -- * By: Aaron C. Harp ~� ---- City Attorney Arturo Ayala Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST SF_ATTACHED Nobest Incorporated Page B-2 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 County of Orange ) On February 1,2018 before me, Kay E. Anderson/Notary Public Date Here Insert Name and Title of the Officer personally appeared Larry Nodland _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persona whose nameJ,ar is/V6 subscribed to the within instrument and acknowledged to me that he/six tpey executed the same in his/hzl $efr authorized capacity(44, and that by his/horApefr signature(»)'on the instrument the personal, or the entity upon behalf of which the personWacted, executed the instrument. KAY E. ANDERSON Notary Public - California Orange County $ Commission x 2205144 My Comm. Expires Jul 15,202T ' 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 Si ture 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: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Larry Nodland IN Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual Cl Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — Cl Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02.016 National Notary Association • www.NationalNotary.orq • 1-800-iJS NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of — } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange }ss. On __ Februgry 1 2018 before me, Melissa Ann Vaccaro Notary Public, personally appeared _- _ Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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. •. MELISSA ANN VACCARO WITNESS my hand and official seal- M1, commission s 2068090 7.i Notary Public - California z d.,c_41 orange County n Signature Melissa nn Vaccaro My comm. Expires may 12 2018 ) g ,,::�_^ seal Nobest Incorporated Page B-3 Bond No. CAC715693 MERCHANTS BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies) do hereby make, constitute and appoint, Individually, Arturo Ayala; Daniel Huckabay; Dwight Reilly; Michael Castaneda; Shaunna Rozelle Ostrom their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver ce behalf of the Companies, as Surety, bonds, undertakings and other written obligations In the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of., TWP;NTY M11AJ0N ($20,000,000.00) DOi.LA13S This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, a any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -In -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Sate of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of March 2017 ,.uarbbry' •... .., �.•"*�1011��"•.,Cp' MERCHANTS BONDING COMPANY (MUTUAL) •, v� ; . �� •.,• „� „ : nt1, „ un _!t!p •, MERCHANTS NATIONAL BONDING, INC, gyp- :G} •r-:� -o- �- :d 1933 By Azwj 7,7 ""V" -- STATE OF IOWA+•'`, •it COUNTY OF Dallas ss. ,I„/�••"",.,n•r` �•'°'•••• President On this 10th day of March 2017 , before me appeared Larry Taylor, tome personally known, who being by me sworn did say that he is president of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companles; and that the said instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. "�'^1s WENDY WOODY j � Commission Number 784654 My Commission Expires z 'ov, 20 2017 yy Notary Publr-Ro1k County, Iowa (Expiration of notary's commission does not Invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 face and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1st day of February 2018 POA 0014 (6/16) ••0. V0 9,,k.Z�: a'• 1933 ::• : ti , •'•;�d�;�....... •`fid;:: Secretary / �= 2003 :'.Q= Q$ ........... ••0. V0 9,,k.Z�: a'• 1933 ::• : ti , •'•;�d�;�....... •`fid;:: Secretary / November 19, 2018 Nobest Incorporated Attn: Larry Nodland 7600 Acacia Avenue Garden Grove, CA 92841 Subject: Concrete Replacement Program C-7168-1 Dear Mr. Nodland: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On September 11, 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 September 13, 2018, Reference No. 2018000335425. The Surety for the bond is Merchants Bonding Company and the bond number is CAC715893. Enclosed is the Labor & Materials Payment Bond. Sincerely, rlu I. Brown, MMC City Clerk Enclosure THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE EXHIBIT A CITY OF NEWPORT BEACH BOND NO. CAC715893 LABOR AND MATERIALS PAYMENT BOND This b d was issued in vm (2) original counterparts WHEREAS, the City of Newport Beach, State of California, has awarded to Nobest, Inc, hereinafter designated as the "Principal," a contract for distribution of notification door -hangers and placing temporary "No Parking" signs; saw -cutting concrete, removing sidewalk, curb and gutter, and driveways; removing or pruning tree, roots; removing trees; stump grinding, removing bushes and vegetation; grading, installing and compacting crushed miscellaneous base; constructing sidewalk, curb and gutter, and driveways; placing rebar for concrete slab; constructing reinforced concrete slab with saw -cut joints; and restoring synthetic turf, private irrigation and improvements 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, Merchants Bonding Company (Mutual) duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Eighty Four Thousand Dollars ($784,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. 'Nobest Incorporated 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. Nobest Incorporated Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 1st Nobest Incorporated Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety 6700 Westown Parkway West Des Moines IA 50266 Address of Surety f80G)678-8171 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 2- L�i E r � By:� 4: Aaron C. Harp \ ww+ n.-.s.it: City Attorney___ Arturo Ayala Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED Nobest Incorporated Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On February 1, 2018 before me, Kay E. Anderson/Notary Public , Date Here Insert Name and Title of the Officer personally appeared Larry Nodland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose nameoa is/04 subscribed to the within instrument and acknowledged to me that he1gX1tpey executed the same in his/hef/tWr authorized capacity(, and that by his/h**Apefr signatureoron the instrument the personas),' or the entity upon behalf of which the personWacted, executed the instrument. �AY E. ANDERSON JJJ _ Notary public -California I :'- Orange County �Commission x 2205144 My Comm. Expires Jul 15,2027 + 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 Si a re of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Larry Nodland [A Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 1 • . 0 • • • • . • • :11 • :11 •: •1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity' of that document. (seal) State of California County of Orange On February 1 2018 before me, Melissa Ann Vaccaro Notary Public, personally appeared Arturo Ayala 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. MELISSA ANN VACCARO WITNESS my hand and official seal. ; Commission a 2068090 9 1 r i m i, Notary Public - California z Orange County a `-"1N °AC-,L-' My Comm. Expires May 12, 2016 J Signature Melissa Ann Vaccaro (seal) Nobest Incorporated Page A-3 MERCHANBond No. CAC715893 TS BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lava (herein collectively called the 'Companies') do hereby make, constitute and appoint, individually, Arturo Ayala; Daniel Huckabay; Dwight Reilly; Michael Castaneda; Shaunna Rozelle Ostrom their true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount or. TWENTY MELUON ($20,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, a any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -In -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the ANomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of March 2017 ,.. nxun ....,. �o`""�1O1f.r3"''.,,, ANG Cp" MERCHANTS BONDING COMPANY (MUTUAL) r1*. OR Q- `,oa0 ...... 1 ..... 09 MERCHANTS NATIONAL BONDING, INC. ��;�a 4 � CJs$ . �•'�0 4„ • .sem; Zi D ;�•n` 3 ' a•'• 1933 c: c' a v . PGO3 : s•. G!� By STATE OF IOWA ••y,••�•,r„n••`ff �•,;; `� COUNTY OF Dallas ss. Resident On this 10th day of March 2017 , before me appeared Larry Taylor, tome personally known, who being by me swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. WENDY WOODY Commission Number 784654 My Commission Expires 0 z s rower • June 20, 2017 Notary Publ County, tower (Expiration of notary's commission does not invalidate this instrument). I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1st day of February 2018 POA 0014 (6/15) G C •” ••�O��`pPO 1833 ,•Y� ;may•.. •:�r. Secretary v RELEASE OF STOP PAYMENT NOTICE IN ITS ENTIRETY- PUBLIC WORKS (California Civil Code §§ 8044, 8128, 9350 at seq.) TO: PUBLIC ENTITY (see California Civil Code §§ 8036) City of Newport Beach 100 Civic Center Dr Newport Beach, CA 92660 FROM: STOP PAYMENT NOTICE CLAIMANT Case Land Surveying, Inc. 614 N. Eckhoff Street Orange, CA 92868 The undersigned hereby withdraws and releases the Stop Payment Notice fled on October 10, 2018 with the above named Public Enlity(s): City of Newport Beach, 100 Civic Center Dr, Newport Beach, CA 92660 for claims against Nobest, Inc, P.O. Box 874, Westminster, CA 92684, Phone: (714) 892-5583. The claimant has been PAID IN FULL for labor, services, equipment, materials or service charges performed or furnished for the performance or construction of the public work of improvement commonly known as the Concrete Replacement Program C-7168-1, Newport Beach, Newport Beach, CA 92660 in the County of Orange, Customer Purchase Order #: 1-1801.00, our Job/Invoice #:18 -NOB -533. The property is more particularly described as set forth within Exhibit A, if attached. The undersigned also hereby releases above said Public Entily(s) and its subdivisions and agents from any further duty under the laws of this slate to withhold money or bonds in response to the Stop Payment Notice and waives any right of action against them that might accrue thereunder. Signed, seals , d delivers 17th day of October, 2018. By: Misty Stafford, Billing Specialist Date Copies Sent To: -� City Council ;R;gM City Manager City Attorney o rll File tV M lli Prepared by: Case Land Surveying, Inc„ 614 N. Eckholf Street, Orange, CA 92868, Phone: (714) 6288948, Fax: (714) 628-8905 N RECEIVED PARTIAL REDUCTION 1 RELEASE OF STOP PAYMENT NOTICE - PUBLIC WORKS (California Civil Code §§ 8044, 8128, 9300 at seq.) )Q 18 rPT -4 5 f; r'i 1?: T0: PUBLIC ENTITY (see California Civil Code §§ 8036) City of Newport Beach 100 Civic Center Dr Newport Beach, CA 92660 FROM: STOP PAYMENT NOTICE CLAIMANT Case Land Surveying, Inc. 614 N. Eckhoff Street Orange, CA 92868 The undersigned hereby partially releases and acknowledges partial satisfaction of the Stop Payment Notice filed on with the above named Owner(s): City of Newport Beach, 100 Civic Center Dr, Newport Beach, CA 92660 for claims against Nobest, Inc, P.O. Box 874, Westminster, CA 92684, Phone: (714) 892-5583. The claimant has been paid $15,900.00 for labor, services, equipment, materials or service charges performed or furnished for the performance or construction of the public work of improvement commonly known as the Concrete Replacement Program C-7168-1, Newport Beach, Newport Beach, CA 92660 in the County of Orange, Customer Purchase Order #: 1-1801-00, our Jobllnvoice #:18 -NOB -533. The property is more particularly described as set forth within Exhibit A. if attached. There remains an unpaid balance due of $2,500.00. The undersigned hereby partially releases above said Public Entity(s) and its subdivisions and agents from any further duty under the laws of this state to withhold money or bonds in response to the Stop Payment Notice and waives any right of action against them that might accrue thereunder. Signed, sealedjandflklivered this 2nd day of October, 2018. By: — / Misty Stafford, Billing Specialist tate !D ILI 1 ! V Copies Sent To: City Council City Manager City Attorney He Prepared by: Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628-8948, Fax; (714) 628-8905 Exhibit A - Property Description Owner: City of Newport Beach, 100 Civic Center Dr, Newport Beach, CA 92660 Project: Concrete Replacement Program C•7168.1, Newport Beach, Newport Beach, CA 92660 The following is a complete legal description, to the best of our knowledge, of the property to be liened. Information for this exhibit was obtained through the Recorder's Office where the property is located, or from other sources. Survey Service NOTICE OF INTENT TO FILE A BOND CLAIM OR STOP NOTICE TO: PUBLIC ENTITY (see California Civil Code §§ 80366, 9354) City of Newport Beach 100 Civic Center Dr Newport Beach, CA 92660 BEE PROPERTY DESCRIPTION: EXHIBITA FROM: CLAIMANT Case Land Surveying, Inc. 614 N. Eckhoff Street Orange, CA 92868 The undersigned claimant, Case Land Surveying, Inc., intends to file a Bond Claim or Slop Notice against the building, erection or improvement described as Concrete Replacement Program C-7168.1, Newport Beach, Newport Beach, CA 92660 in the County of Orange. The claimant furnished the following kinds of labor, services, equipment or materials: Professional Surveying Services; at the request of Nobest, Inc, P.O. Box 874, Westminster, CA 92684, Phone: (714) 892-5583. The amount due is $18,400.00, plus service charges or Interest at the rate of 0.00% per annum. This notice is being sent as a matter of courtesy and reflects information true as of this date. If this claim has already been paid, please disregard this notice. Unless we receive payment by October 10, 2018 a claim may be fled. Dated September 26, 2018 for Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628-8948, Fax: (714) 628-8905. By C� Misty Stafford, Billing Specialist PROOF OF SERVICE DECLARATION (CALFORNIA CIVIL CODE § § 8100.8118) I, Misty Stafford, declare that I served copies of the above NOTICE OF INTENT TO FILE A BOND CLAIM OR STOP NOTICE, (check appropriate box): ❑ By personally delivering copies to names(s) and tiffe(s) of person served) at (address), on (dale), at (time). By Registered or Certified Mail, Express Mail or Overnight Delivery by an express service carrier, addressed to each of the parties at the address shown above on September 26, 2018. ❑By leaving the notice and mailing a copy In the manner provided in § 415.20 of the California Code of Civil Procedure for service of Summons and Complaint in a Civil Action. I cerlily under penalty of perjury that the foregoing is true and correct. Signed at Orange, CA on September 26, 2018. By: Misty Stafford, Billing Specialist Prepared by: Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628-8948, Fax: (714) 6288905 All-purpose Acknowledgment California only 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 I jIU!'tq I r On 146-1 � before me, o l rG� (t 2 6'O 4a1 v � f i C, (here insert name and title of the officer), I personally appeared who proved to me on the basis of satisfactory evidence to be the N"pN GON person(s) whose name(s) is/are subscribed to the within instrument ����Jr• aNSSY p+F .��d�� and acknowledged to me that he/she/they executed the same in his/ :=04"p her/their authorized ca acit (ies), and that b his/her/their signature(s) nature(s) P Y Y 9 on the instrument the person(s), or the entity upon behalf of which the z n0 person(s) acted, executed the instrument. �Oq b4Yz0?20 I certify under PENALTY OF PERJURY under the laws of the State of �to111t%0% California that the foregoing paragraph is true and correct. Notary seal WITNESS my hand and o cia seal. Signature au qsr For Bank Purposes Only Description of Attached Document Type or Title of Document Document Date q- I,&— Signer(s) Other Than Named Above D5G5350CAi11ev01 051171 Number of Pages All-purpose Acknowledgment California only 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 Cal County of V I II On _�1-%1a'� � _ before me, ��1 ZLIO + �602.e ley �y¢ayy UiL, (here insert name and title of the officer), personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/ her/their authorized capacity0es), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official steal. Signature ._ For Bank Purposes Only // V Description of Attached DocumenttIrr / Type or Title of Document �la-h,- of Document Date _0_ 9111_ 1­11� _ _ Number of Pages Signer(s) Other Than Named Above IIIII�IIIIIID'iIIIIIIIVIINIIIInIIIIWIIIII D5G5350CAW,v02-05117) GON J� .• IS om�6 i j'4p 1PPY P`eE}q r1 �r.i.ila.cN O.02 .• Q. Exhibit A - Property Description Owner: City of Newport Beach, 100 Civic Center Dr, Newport Beach, CA 92660 Project: Concrete Replacement Program C-7168.1, Newport Beach, Newport Beach, CA 92660 The following is a complete legal description, to the best of our knowledge, of the property to be liened. Information for this exhibit was obtained through the Recorder's Office where the property is located, or from other sources. Survey Service Batch 3796826 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 5 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 11111111111111111[1111111 I 11111 11111 111111111 fl 11111111111111 111 NO FEE $ R 0 0 1 0 3 4 7 1 4 8$+ 2018000335425 9:12 am 09/13118 63 406 N12 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 Nobest, Inc., Garden Grove, California, as Contractor, entered into a Contract on January 23, 2018. Said Contract set forth certain improvements, as follows: Concrete Replacement Program - C-7168-1 Work on said Contract was completed, and was found to be acceptable on September 11, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Merchants Bonding Company. En Publio-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. ( j�✓�j Executed on 6MUZ L2 I ME , at Newport Beach, California. m https:Hgs.secure-recording.com/Batch/Confirmation/3796826 09/13/2018 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 Nobest, Inc., Garden Grove, California, as Contractor, entered into a Contract on January 23, 2018. Said Contract set forth certain improvements, as follows: Concrete Replacement Program - C-7168-1 Work on said Contract was completed, and was found to be acceptable on September 11, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Merchants Bonding Company. No 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. �j Executed on sow mew ew at Newport Beach, California. BY Q , 0 City Clerk 11 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 4th day of January, 2018, at which time such bids shall be opened and read for CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 $ 925,000.00 Engineer's Estimate Approved by ark Vu{ ojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification required for this project: "A" or "C-8" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http: //newportbea chca. goy/g overn ment/open-tra nsparent/on I i ne-services/bids-rfps- vendor-registration City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)...................................................................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be signed) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 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 copies must be submitted to the City Clerk's Office by the Bid Opening Date. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 3S�6�a"-e, , Y Contractor's License No. & Classification Authorized i ature/T/, it 100001114 %-31-18 I — DIR Reference Number & Expiration Date Date NA,e t Thr, Bidder 5 Bond No. CSBA-6564 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 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 CONCRETE REPLACEMENT PROGRAM, Contract No. 7168.1 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 277th _day of December. 2017 , 8AX6. Nobest Incorporated Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety 6700 Westown Parkway West Des Moines, IA 50266 Address of Surety (800)678-8171 Telephone Arturo Ayala, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surma must be attached) 6 Akb7-->L.sa n�D 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 County of Orange On 1-4-2v(it Date personally appeared before me, Ray E. Anderson/Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(ej whose nameW is/V6 subscribed to the within instrument and acknowledged to me that he/qX/tpey executed the same in his/4efltWr authorized capacityW, and that by his/hvAWr signatureKon the instrument the persons' or the entity upon behalf of which the personWacted, executed the instrument. a• KAYE.ANDERSON Notary Public - California - Orange County Commission s 2205144 My Comm. Expires lul 15, 2021 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand OPTIONAL of Notary Public 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Larry Nodland A Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 020116 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT s.• ...................•............................. a.............•............ State of California County of On Public, personally appeared 6FIM before me, Notary 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 .................................................................. a ........... OPT/ONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other 7 Thumbprint of Signer Check here if no thumbprint or fingerprint is availabte. ACKNOWLEDGMENT •.4 a a a0 a.. a u..... a u. a u........... e e e.. a emea............... a.. e. e.. a. e..... State of California County of ss. On before me, Public, personally appeared Notary ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same In his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature .... a........................................v.............................sea OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witnesses) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President 1 Secretary / Treasurer Other: Other 0 Thumbprint of Signer 0 Check here if no thumbprint or fingerprint is available. 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 Oran, On December 27, 2017 before me, Susan Pugh, Notary Public (insert name and title of the officer) personally appeared Arturo Ayala who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SUSAN PUGN COMM. 0205405 n tics.,. Notary Public -California >Y,..`:'. ', ORANGE COUNTY v, Signature J (Seal) My Comm. Expires Apr 29,2019 MERCHANTS Bond No. CSBA-6564 BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies) do hereby make, constitute and appoint, Individually, Arturo Ayala; Daniel Huckabay; Dwight Reilly; Michael Castaneda; Shaunna Rozelle Ostrom their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surely, bonds, undertakings and other written obligations In the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer a any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of March 2017 ' . .... � ` e' ANO CO .. MERCHANTS BONDING COMPANY (MUTUAL) `��•} lvli ��� : M • MERCHANTS NATIONAL BONDING, INC- o O + . p�.•pP0' ay. a osf old RqDS � •0 Rq ••Z� �•. 2C�?3 :•o; : y; 1933 : e; • J'. • ~ BY STATE OF IOWA •'� ,n `'•, ••��. `••• •,�`44n• • • • • COUNTY OF Dallas ss. .... President On this 10th day of March , 2017 , before me appeared Larry Taylor, tome personally known, who being by me swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. fir" s WENDY WOODY 0 b• Commission Number 784654 My Commission Expires rowP June 20, 2017 Notary Publr , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 27th day of December , 2017 . V POA 0014 (6/15) '0- 2003 >ti Secretary ACKNOWLEDGMENT ............................................................................... State of California County of ) ss. On before me, Public, personally appeared Notary 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 ..........................................................................NONE. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other 0 Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: / _ 7 4 %%/j! � f' 'P C%7 x. CG It Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address Bidder ..• City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name �QhPS 1 h r - 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 See 4' - ?LIF e, '01 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. 10 NOBEST INCORPORATED REFERENCE LIST Page 1 No. 1 Project Name/Number: Bay Avenue Maintenance #6 Project Description: Remove and Replace Concrete Streets and Alleys Approximate Construction Dates: From: 3/2015 To: 6/2015 Agency Name: City of Newport Beach Contact Person: Mike Sinacori Telephone: (949) 644-3342 Original Contract Amount: $826,000 Final Contract Amount: $ 836,063 No. 2 Project Name/Number: Residential Tree Petition Street Improvements Project Description: Remove & Replace Curb & GunS'd - lk% D' s C n T PI I' Cold 'll d Overlay Approximate Construction Dates: From: 8/2015 To: In Progress Agency Name: City of Huntington Beach Contact Person: Dave Verone Telephone: (714) 536-5431 Original Contract Amount: $650,501 Final Contract Amount: $ In Prowess NOBEST REFERENCE LIST Page 2 No. 3 Project Name/Number: Annual Concrete Maintenance Program Project Description: R & R Concrete Sidewalks, Curb & Gutter Drive Approaches and Curb Ramps Approximate Construction Dates: From: 2/2013 To: Present Agency Name: City of Huntington Beach Contact Person: Dereck Livermore Telephone: (714) 960-8861 Original Contract Amount: $500,000 Final Contract Amount: $ In Progress No. 4 Project Name/Number: Section 2 Concrete Repair & Miscellaneous Slurry Project Project Description: Remove & Replace Sidewalks Driveways Curb Ramps and Curb & Gutter Approximate Constriction Dates: From: 8/2014 To: 10/2014 Agency Name: City of Manhattan Beach Contact Person: Juan Price Telephone: (310) 802-5310 Original Contract Amount: S1, 119,790 Final Contract Amount: S 1,138,600 NOBEST REFERENCE LIST Page 3 No. 5 Project Name/Number: Annual Concrete Rehabilitation Project 128 Project Description: Remove & Replace Sidewalk Curb Ramos Curb & Gutter, and Tree Removals Approximate Construction Dates: From: 5/2015 To: 8/2015 Agency Name: City of Cypress Contact Person: Dario Simoes Telephone: (714) 229-6694 Original Contract Amount: 8514,000 Final Contract Amount: S 431,883 No. 6 Project Name/Number: Safe Routes to School Grant Project Description: Remove and Replace Sidewalk Curb & Gutter Driveways Curb Ramp- and Allevs Approximate Construction Dates: From: 8/2014 To: 7/2015 Agency Name: City of Pomona Contact Person: Matt Pilarz Telephone: (909) 620-3652 Original Contract Amount: 51,515,103 Final Contract Amount: S 1,700,000 No. 2 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. No. 3 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. 11 No. 4 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. No. 5 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: 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 currer(tnancial conditions. \\ A/odes� =mac Bidder 13 Z,ij,e� IJ OY> t,K�w� City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 NON -COLLUSION AFFIDAVIT State of California ) )SS. County of 16o L.4/'/4 being �firrst duly sworn, deposes and says that he or she is Pres: wI- of / beo- Z7f/• , the parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the forego'rig is and correct. lUDhKA 14 r. Bidder A 11�natureffi�e 11Subscribed and sworn to (or affirmed) before me on thisday of—,r.a4nJ 2018 by :Aje as 1 , proved to me on the basis of satisfactory evidence t6 be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. [SEAL] KAY E. ANDERSON Notary Public - California $ Orange County > Commission I2205144 My Comm. Expires Jul 15, 2021 14 the laws of the State of California that the N6taXPuFtiP My Commission Expires: -7-15- 2 02 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 DESIGNATION OF SURETIES Bidder's name 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): coa,*elt,'a / 7 4!P f y Qony /TG�/1C� I NII Al. Eco-ew"a St.. cu l 4e 0?0 Gr4w4o.. G'4 q2�;&7 'r6-IRig 15 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name llldhe�f TH G 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 2017 2016 2015 2014 2013 Total 2018 No. of contracts 6 20 31 aj a a as 116 Total dollar Amount ofO 7sJq tla3s `�oN 7176 u,6�y �, � Contracts (in Thousands of $ No. of fatalities ® Q No. of lost Workday Cases G, No. of lost 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/u0�25f ITA C. Business Address: 60 lf.9 ve. 2n Gap Cq �iak� Business Tel. No.: 171qJ�j �a sSS 3 State Contractor's License No. and �r Classification: Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title MA 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 HFA ZALIIIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 1-4�2013 before me, Kay E. Anderson/Notary Public Date Here Insert Name and Title of the Officer personally appeared Larry Nodland and Robert Nodland II Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Xare subscribed to the within instrument and acknowledged to me that fyc/ore/they executed the same in ots' 7their authorized capacity(ies), and that by>i</*/their signature(s) on the instrument the person(s), r the entity upon behalf of which the person(s) acted, executed the instrument. KAY E. ANDERSON Notary Public - California Orange County Commission 4 2205144 My Comm. Expires Jul 15, 2021 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand W official seal. OPTIONAL of Notary Public 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Larry Nodland L19 Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: Robert Nodland II IN Corporate Officer — Title(s): Secretary ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name pohg5f �y1C• The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature iE:3 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 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: q, Name of individual Contractor, Company or Corporation: Ae)beyt Zi2r Business Telephone and Fax Number: California State Contractor's License No (REQUIRED AT TIME OF AWARD) Plev 45 -/eve, -SSe3 (7ic/1373-)r and Class: Original Date Issued: " 7' Expiration Date: 7— W- /9 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: /ti , k �79 : n. 4 /e/' 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 --lt/Y,V 111dIGnW - pnrs,weo>`, %/PrcSri/P/ teoberr kobd "7 - Sec reft�, Corporation organized under the laws of the State of Ca (-�ocn, 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: /k Z11 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, you ever had a contract terminated by the owner/agency? If so, explain. you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes go] Are any claims or actions unresolved or outstanding? Yes /Q 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. L ar�r, NDd�n� (Print name of Owner or Pres! of Corporation/Company) A/c)desf �'-r►c Bidder Title Date On / — % /g before me, PAy a 04^,DL 4So,JNotary Public, personally appeared.4az1�y .01JoDc n,n� , who proved to me on the ory basis of satisfacteviden a to be the person(.e whose name4 is/pe subscribed to the within instrument and acknowledged to me that he/sll;etlyWexecuted the same in his/bef/ttyetP authorized capacityfj4, and that by his/taAlaer signatureKon the instrument the personoror the entity upon behalf of which the person;vracted, 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. W ITNESS my hand and official seal. N tar Pu 6 ien and for said State My Commission Expires: 7-1 S ^2 D-21 21 KAY E. ANDERSON (SEAL) Notary Pubblic-California Oran eCounty Commission N 2205144 My Comm. Expires Jul 15, 2021 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 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 CONCRETE REPLACEMENT PROGRAM CONTRACT NO. 7168-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 23rd day of January, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and NOBEST INCORPORATED, a California corporation ("Contractor"), whose address is 7600 Acacia Avenue, Garden Grove, California 92841, 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: distribution of notification door -hangers and placing temporary "No Parking" signs; saw -cutting concrete, removing sidewalk, curb and gutter, and driveways; removing or pruning tree, roots; removing trees; stump grinding, removing bushes and vegetation; grading, installing and compacting crushed miscellaneous base; constructing sidewalk, curb and gutter, and driveways; placing rebar for concrete slab; constructing reinforced concrete slab with saw -cut joints; and restoring synthetic turf, private irrigation and improvements (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. 7168-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Seven Hundred Eighty Four Thousand Dollars ($784,000.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work, 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Larry Nodland to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 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 Nobest Incorporated Page 2 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.). To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 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: Larry Nodland Nobest Incorporated 7600 Acacia Avenue Garden Grove, CA 92841 Nobest Incorporated Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the 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. Nobest Incorporated Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or 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 Nobest Incorporated Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees, and volunteers, shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, 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 Nobest Incorporated Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 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. Nobest Incorporated Page 7 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 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. Nobest Incorporated Page 8 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. 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] Nobest Incorporated 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: 1 Z30he By: Aaron C. Harp l-so-ts City Attorney ATTEST- Date: ST: 2 I �• f U By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Wy x Y 96ffield Dat CONTRACTOR: Nobest Incorporated, a California corporation Date: Signed in Counterpart By: Larry Nodland President Date: Signed in Counterpart BV: Robert Nodland Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Nobest Incorporated 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 ATTOOFFICE Date: 0 a By. Aaron C. Harp City Attorney ATTEST: Date: M Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy" Duffield Mayor CONTRACTOR: Nobest Incorporated, a California corporation n,+o• -7 _1 . I4 Bye.-�� —Robert Nodla Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Nobest Incorporated Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE TSA A �A .A A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On February 1, 2018 before me, Kay E Anderson/Notary Public Date Here Insert Name and Title of the Officer personally appeared Larry Nodland and Robert Nodland II Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)X/are subscribed to the within instrument and acknowledged to me that ge?,6,we/they executed the same in pis/ /their authorized capacity(ies), and that byJaK/*/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KAY E. ANDERSON 111 Notary Public - California .�" Orange County Corn misslon.2205144 My Comm. Expires Jul 15, 2027 ' 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 of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Larry Nodland X Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: Robert Nodland II IN Corporate Officer — Title(s): Secretary ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. CAC715893 LABOR AND MATERIALS PAYMENT BOND This bond was Issued in Iwo (2) original aountaqueds WHEREAS, the City of Newport Beach, State of California, has awarded to Nobest, Inc. hereinafter designated as the "Principal," a contract for distribution of notification door -hangers and placing temporary "No Parking" signs; saw -cutting concrete, removing sidewalk, curb and gutter, and driveways; removing or pruning tree, roots; removing trees; stump grinding, removing bushes and vegetation; grading, installing and compacting crushed miscellaneous base; constructing sidewalk, curb and gutter, and driveways; placing rebar for concrete slab; constructing reinforced concrete slab with saw -cut joints; and restoring synthetic turf, private irrigation and improvements 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, Merchants Bondinq Company (Mutual) duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Eighty Four Thousand Dollars ($784,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. 'Nobest Incorporated 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. Nobest Incorporated Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 1st day of February , 2018 Nobest Incorporated Name of Contractor (Principal) Mgrphants Bonding Company (Mutual) Name of Surety 6700 Westown Parkway West Des Moines 1A 50266 Address of Surety 1800678-8171 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ZISly6 City Aa ti•S.it Arturo Ayala, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pres Nobest Incorporated Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On February 1,2018 before me, Ray E. Anderson/Notary Public Date Here Insert Name and Title of the Officer personally appeared Larry Nodland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose namewis/V6 subscribed to the within instrument and acknowledged to me that he/sx/tCey executed the same in his/heflttjeTr authorized capacity,C14, and that by his/hoetWir signatureWon the instrument the personal, or the entity upon behalf of which the person(,sr)'acted, executed the instrument. ' KAYE. ANDERSON Notary Public -California Orange County € Commission .2205141 My Comm, Expires Jul 15.2021 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 fficial seal. Signature Si a re of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Larry Nodland IN Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of Orange }ss. On February 1 2018 before me, Melissa Ann Vaccaro Notary Public, personally appearedArturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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 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. (seal) Nobest Incorporated Page A-3 MELISSA ANN VAOOARO ;r4'5 Commission # 2068090 -•,-m .I, Notary Public - California •""'.d Orange County My Comm. Expires Mav 12.2018 (seal) Nobest Incorporated Page A-3 Bond No, CAC715893 MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know Al Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the Slate of lava (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Arturo Ayala; Daniel Huckabay; Dwight Reilly; Michael Castaneda; Shaunna Rozelle Ostrom their true and lawful Altomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and otherwritten obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION (520,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, a any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same face and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Allomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Slate of Florida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of March , 2017 ,.uoe.... ...... 0..•'110144,0 •.,y •. �%G C • MERCHANTS BONDING COMPANY (MUTUAL) �.'t1*. .. Q:,i Y.�aO PPO9xTjp�, MERCHANTS NATIONAL BONDING, INC. yr 0 .0 0. O I*- -f 2003 1933 STATE OF IOWA COUNTY OF Dallas ss. President On this 10th day of March 2017 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. p " u WENDY WOODY 0 Commission Number 784654 ? Ji 7 Nly Commission Expires wwP June 20, 2017 Notary Pu61t , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this tat day of February 2018 51011 �� •,,, ,• P . ,oa0\N OCO,j�� ti 2043 :.n' :y 1933 Jc; • 7 POA 0014 (6/15) Secretary THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. CAC715893 FAITHFUL PERFORMANCE BOND This bond was issued in Wo (2) original munterpans The premium charges on this Bond is $ 11,340.00 , being at the rate of $ $25.00/$15.00/$10.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Nobest, Inc. hereinafter designated as the "Principal," a contract for distribution of notification door -hangers and placing temporary "No Parking" signs; saw -cutting concrete, removing sidewalk, curb and gutter, and driveways; removing or pruning tree, roots; removing trees; stump grinding, removing bushes and vegetation; grading, installing and compacting crushed miscellaneous base; constructing sidewalk, curb and gutter, and driveways; placing rebar for concrete slab; constructing reinforced concrete slab with saw -cut joints; and restoring synthetic turf, private irrigation and improvements 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 Merchants Bonding Company (Mutual) , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Eighty Four Thousand Dollars ($784,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. `Nobest Incorporated 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 Nobest Incorporated Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1st day (' - Nobestlncorporated Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety 6700 Westown Parkway, West Des Moines IA 50266 Address of Surety (800)678-8171 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE City C(Harp \ A"�J'i•r.to Arturo Ayala Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Nobestlncorporated _ page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On February 1,2018 before me, Ray E. Anderson/Notary Public Date Here Insert Name and Title of the Officer personally appeared Larry Nodland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose nameJ,$)' is/,�€ subscribed to the within instrument and acknowledged to me that he/qX/tpcy executed the same in his/4e6tWr authorized capacity(, and that by his/hprft�gir signaturejWon the instrument the personjW or the entity upon behalf of which the personWacted, executed the instrument. KAY E. ANDERSON Notary Public - California '- Orange County g Commission. 2205144 My Comm. Expires Jul 15, 2021 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 Si ture of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Larry Nodland IN Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )ss. On 20` before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate ver flea only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of Orange }ss. On Febrtla[y 1 2018 before me, Melissa Ann Vaccaro Notary Public, personally appeared Arturo Ayala 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. MELISSA ANN VACCARO WITNESS my hand and official seal. Commission a 2008090 ( Notary Public - California z ^`o��IVyr`�CC�Y�d z Orange County n Signature Melissa Ann Vaccaro My Comm. Expires Ma 12, 2018'seal) Nobest Incorporated Page i3-3 MERCHANi74k Bond No. CAC715893 BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of laws (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Arturo Ayala; Daniel Huckabay; Dwight Reilly; Michael Castaneda; Shaunna Rozelle Ostrom their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. TWENTY MILLION ($20,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, a any Assistant Treasurer a any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the some face and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Slate of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contract" and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of March , 2017 ..unua•.%• � a, ....., .a�\NG.- MERCHANTS BONDING COMPANY (MUTUAL) ...... ,,�gr0y�fgRgjOp:y • 0pPUg9.gy. MERCHANTS NATIONAL BONDING, INC. gyp- •`y ; G ; . r–: r .. o- o:—. 1933 ' `�d,��. cv. —/-y By STATE OF IOWAv",wrngMd......... COUNTY OF Dallas ss. President On this 10th day of March , 2017 before me appeared Larry Taylor, tome personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. WENDY WOODY 0 Commission Number 784654 7 My Commission Expires foyj. June 20 2011 Notary Publr , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 face and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1st day of February 2018 POA 0014 (6/15) Secretary EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the. Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Nobest Incorporated Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Nobest Incorporated Page C-2 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 anytime during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured Nobest Incorporated Page C-3 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. I. 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. Nobest Incorporated Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. " Date Received: 2/2/18 Dept./Contact Received From: Raymund Date Completed: 2/8/18 Sent to: Raymund By: Jan Company/Person required to have certificate: Nobest Inc. Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/17 -10/1/18 A. INSURANCE COMPANY: Great American Assurance Co. B. AM BEST RATING (A-: VII or greater): A+: XIV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ N/A N Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed N N/A ❑ Yes ❑ No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® 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 N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/17 - 10/1/18 A. INSURANCE COMPANY: Travelers Indemnity Company of CT B. AM BEST RATING (A-: VII or greater) A++/ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N 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): ❑ N/A N Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: N N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/16-10/1/17 A. INSURANCE COMPANY: Travelers Property Casualty Company of America 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 V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No Agent of Alliant Insurance Services Broker of record for the City of Newport Beach Date 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 CONCRETE REPLACEMENT PROGRAM Contract No. 7168-1 (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. 7168-1 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: Date Bidder bidder's Telephone and Fax Numbers %rized Si nature and Title C• � y*d'P Bidder's License No(s). Bidder's Address and Classifications) / GG/c�2✓! !;,Oae, Bidder's email address: PR -1 City of Newport Beach CONCRETE REPLACEMENT PROGRAM (C-7168-1), bidding on January 4, 2018 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name Nobest Inc. Address 7600 Acacia Ave Garden Grove, CA 92841 United States Respondee Mike Lewis Respondee Title Estimator Phone 714-892.5583 Ext. 104 Email mike@nobest.net Vendor Type CADIR License # 356922 CADIR 1000011529 Bid Detail Bid Format Electronic Submitted January 4, 2018 9:43:57 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 127485 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name Bid Submittal C-7168-1- Nobest Inc. BID SUBMITTAL C-7168-1- NOSIEST INC.pdf Bid Bond- C-7168-1 Nobest Inc. BID BOND- C-7168-1 NOSEST INC.pdf Line Items Type Item Code UOM qty Unit Price Main Bid 1 Mobilization LS 1 $39,000.00 2 Surveying Services LS 1 $4,000.00 3 Traffic Control LS 1 $18,000.00 4 Remove & Construct 4 -Inch Thick Concrete Sidewalk SF 28500 $5.40 5 Remove & Construct 6 -Inch Thick Concrete Sidewalk (pumped) SF 5000 $12.00 Planef Bids. Inc. File Type General Attachment Bid Bond Line Total Comment $39,000.00 $4,000.00 $18,000.00 $153,900.00 $60,000.00 Page 1 City of Newport Beach CONCRETE REPLACEMENT PROGRAM (C-7168-1), bidding on January 4, 2018 10:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price 6 Construct 7 -Inch Thick Reinforced Concrete Slab (Utility Yard) SF 10000 $7.50 7 Remove & Construct Concrete Type "A" Curb & Ginter LF 1350 $47.00 8 Remove & Construct &Inch Concrete Driveway Approach SF 14500 $14.00 9 Prune Tree Roots LS 1 $28,000.00 10 Tree Removal EA 34 $1,250.00 11 Provide ISA Certified Arborist LS 1 $10,000.00 12 Remove & Replace Electric Pull Box & Cover EA 9 $500.00 13 Remove & Replace Water Meter Box & Cover EA 2 $525.00 14 Remove & Replace Sewer Cleanout Box & Cover EA 8 $200.00 15 Restore Public and Private Improvements LS 1 $80,000.00 Subcontractors Name & Address Treesmith Enterprises 1551 N Miller Anaheim, CA 92705 United States Description License Num Tree removals 802705 Planet9ids Ina Subtotal Total CADIR 1000001838 Line Total Comment $75,000.00 $63,450.00 $203,000.00 $28,000.00 $42,500.00 $10,000.00 $4,500.00 $1,050.00 $1,600.00 $80,000.00 $784,000.00 $784,000.00 Amount Type $50,800.00 Page 2 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CONCRETE REPLACEMENT PROGRAM CONTRACT NO. 7168-1 PART I - GENERAL PROVISIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 1 2-5 PLANS AND SPECIFICATIONS 1 2-5.2 Precedence of Contract Documents 1 2-6 WORK TO BE DONE 1 2-9 SURVEYING 2 2-9.1 Permanent Survey Markers 2 SECTION 3 - CHANGES IN WORK 2 3-3 EXTRA WORK 2 3-3.2 Payment 2 3-3.2.3 Markup 2 SECTION 4 - CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 4-1.3.4 Inspection and Testing 3 SECTION 5 - UTILITIES 3 5-1 LOCATION 3 5-2 PROTECTION 3 5-7 ADJUSTMENTS TO GRADE 3 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-2 PROSECUTION OF THE WORK 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 6 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.7.2 Steel Plates 8 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Access 8 7-10.3 Street Closures, Detours and Barricades 9 7-10.4 Safety �I� 10 7-10.4.1 Safety Orders 10 7-10.5 "No Parking" Signs 10 7-10.6 Notices to Residents 10 7-10.7 Street Sweeping Signs and Parking Meters 11 7-15 CONTRACTOR'S LICENSES 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 14 PART 1 - CONSTRUCTION MATERIALS 14 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 14 201-1 PORTLAND CEMENT CONCRETE 15 201-1.1 Requirements 15 201-1.1.2 Concrete Specified by Class and Alternate Class 15 201-2 REINFORCEMENT FOR CONCRETE 15 201-2.2 Steel Reinforcement 15 201-2.2.1 Reinforcing Steel 15 SECTION 215 --- TRAFFIC SIGNS 15 PART 3 - CONSTRUCTION METHODS 15 SECTION 300 - EARTHWORK 15 300-1 CLEARING AND GRUBBING 15 300-1.3 Removal and Disposal of Materials 15 300-1.3.1 General 16 300-1.3.2 Requirements 16 300-1.5 Solid Waste Diversion 16 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 16 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 16 303-5.1 Requirements 16 303-5.1.3 Driveway Entrances 17 303-5.5 Finishing 17 303-5.5.1 General 17 303-5.5.2 Curb 17 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 18 305-1 General lg SECTION 313 --- TRAFFIC SIGN INSTALLATION 19 SECTION 400 -ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 19 400-2 UNTREATED BASE MATERIALS 19 400-2.1 General 19 CITY OF NEWPORT BEACH LBENIAPUBLIC WORKS DEPARTMENT AV82 SPECIAL PROVISIONS CONCRETE REPLACEMENT PROGRAM CONTRACT NO. 7168-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (3) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this section, "If there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of distributing notification door -hangers, placing temporary "No Parking" signs, saw -cutting concrete, removing sidewalk, curb and gutter, driveways; removing or pruning tree roots; removing trees; stump grinding, removing bushes and vegetation, grading, installing and compacting crushed miscellaneous base, constructing sidewalk, curb and gutter, driveways, placing rebar for concrete slab, constructing reinforced concrete slab with saw -cut joints, restoring synthetic turf, private irrigation and improvements Page 1 of 19 impacted by the work, providing temporary access during construction and other incidental items to complete work in place as required by the contract documents." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the Engineer 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 per the bid item. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Page 2 of 19 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 31d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and surrey monuments. Page 3 of 19 The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Special scheduling is required for all work that will impact the schools in the project area. The schools are Newport Harbor High School, Anderson Elementary School, Lincoln Elementary School and Harbor Day School (Private). Work close to these school areas must be scheduled during school holidays of February 19 to 23, April 16 to 20 or after June 22, this includes work on adjacent streets. Newport Harbor High School work cannot be done until the electric poles are relocated by Southern California Edison which is not scheduled until after June 22. Separate mobilizations are required for this work and no compensation will be made for remobilization costs to complete the work during these scheduled school recesses. 6-2 PROSECUTION OF THE WORK Add to this section: "Before pruning tree roots, the Contractor's ISA Certified Arborist shall provide written documentation indicating tree root pruning can be performed without future tree damage. For trees requiring arborist inspection, as indicated in the Page 4 of 19 Arborist Tree Report summary, concrete work around selected trees shall be scheduled with the Arborist for review during concrete removal to finish inspection before root pruning the arborist cannot provide an explicit recommendation or requests tree removal, the Contractor shall obtain written approval from the Engineer to perform root pruning or tree removal work. Prior to work near trees on the above streets, the Contractor and Arborist shall arrange to meet with the City's Urban Forester, Mr. Kevin Pekar at (949) 644-3197 at the site to discuss City standards and requirements at these locations. The City's review time may take up to ten working days. Upon review, the Engineer will provide instructions to the Contractor regarding each tree's disposition. Trees slated for removal will be paid at the contract bid price. Working days will not be added to contract time for the City's review." 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within 90 consecutive working days after the date on the Notice to Proceed. Except for the work on 15th Street adjacent to Newport Harbor High School location, the Contractor shall complete this work within 10 consecutive working days after SCE completes the power pole relocations and written approval from the Engineer, which is anticipated to be completed in July. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. Page 5 of 19 6-7.2 Working Days Designated City holidays are defined as: 1. January 15c (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 251h (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 315' (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Revise paragraph two, sentence one, to read: Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Page 6 of 19 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-7 COOPERATION AND COLLATERAL WORK Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page 7 of 19 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/l)ublicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Page 8 of 19 Traffic Control Plans are required for all lane closures on San Miguel Rd. that may be required to pump concrete into the Harbor View Nature Park as shown in Exhbit 2. The Traffic Control Plans shall be stamped and signed by a Registered Traffic Engineer in the state of California. Pedestrian access to all storefronts, offices, residences, dock ramps, etc., within the limits of work must be maintained at all times. The 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) The Contractor shall finish concrete placement for all open excavations before the weekend so that all excavated P.C.C. will be poured back within the same work week. All new ADA ramps shall have truncated domes installed within 48 hours after concrete placement. 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. Page 9 of 19 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notices to Residents 7-10.6 Notices to Residents Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. Page 10 of 19 The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. Add the following Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a Class "A" license or a "C-8" license. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. At the time of the award and until completion of work, the Contractor shall retain an ISA Certified Arborist to assess all tree root pruning locations on the WORK SCHEDULE. At the start of work and until completion of work, the Arborist shall possess a Business License issued by the City of Newport Beach. SECTION 9 - MEASUREMENT AND PAYMENT `�19_\'V I ZU 9-3.1 General Revise paragraph two to read: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction Page 11 of 19 schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. Work under this item shall include remobilization as needed for work during school shutdowns and coordination with SCE pole removals. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 3 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, as required for any lane closures on arterial streets which may be required to complete work adjacent to San Miguel Road and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 4 Remove and Construct 4 -Inch Thick Concrete Sidewalk: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, compacting subgrade, constructing 4 -inch thick minimum concrete sidewalk per CNB STD -180-L, installing temporary AC sidewalk, adjusting sidewalk to grade to match adjacent improvements and all other work items as required to complete the work in place. Item No. 5 Remove and Construct 6 -Inch Thick Concrete Sidewalk (pumped): Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, compacting subgrade, pumping concrete from street into Buffalo Hills Park locations shown on Detail B, constructing 6 - inch thick minimum concrete sidewalk per CNB STD -180-L, installing temporary AC sidewalk if required to maintain access, adjusting sidewalk to grade to match adjacent improvements, and all other work items as required to complete the work in place. Item No. 6 Construct 7 -Inch Thick Concrete Slab (Utility Yard): Work under this item shall include, but not limited to, all labor and materials relating to constructing 7 -inch thick minimum reinforced concrete, setting up formwork, setting up grade to drain to existing driveways, installing rebar with 3 -inch cover, sawcutting all joint lines, installing 1 -inch expansion joints at locations shown on plans and where concrete is adjacent to a Page 12 of 19 wall, and to match adjacent improvements, and all other work items as required to complete the work in place. Item No. 7 Remove and Construct Type "A" Concrete Curb and Gutter: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "A" PCC curb and gutter per CNB STD -182-L, 12" wide x 12" deep A.C. patch back, installing dowels, curb painting, re - chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. 8 Remove and Construct 6 -Inch Concrete Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing, and disposing existing improvements associated with curb and gutter removals, and constructing P.C.C. driveway approach per CNB STD -164-L, 12" wide x 12" deep A.C. patch back, steel plating, and all other work items as required to complete the work in place. Item No. 9 Prune Tree Roots: Work under this item shall include, but not limited to, all labor and materials relating to root pruning and disposing per Section 308-1, removing and disposing of excess soil, reviewing trees identified on the Work Schedule by ISA Certified Arborist, and all other work required to complete the work in place. This shall include all work for clearing and grubbing roots that are found in all concrete replacement areas. All utilities or other improvements damaged by the work, including, but not limited to, street light conduit and wires and private irrigation lines shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 10 Tree Removal: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of trees, roots to a minimum depth of 18 -inches below ground surface by stump grinding, and soil; adjusting surface grade to match adjacent improvements; removing all wood chips and debris from tree removal process, making repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, providing and installing sod, and other private improvements to preconstruction conditions; restoring the ground surface to a new level surface that matches surrounding area and all other work items as required to complete the work in place. Assume trunk size of 24 inch diameter at breast height. Trees which have not been preselected by the City for removal may take up to ten working days to process and formally approve for removal per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Omission of this payment item in part or in its entirety shall not result in any compensation. Item No. 11 Provide ISA Certified Arborist: Work under this item shall include, but not limited to, retaining an ISA Certified Arborist for the purpose of assessing tree condition for all locations identified on the WORK SCHEDULE. The Contractor's arborist shall provide written documentation on the condition of each tree and provide Page 13 of 19 pruning recommendations to the Contractor. Following the arborist's report, concrete work around the trees may be modified or eliminated from the contract by the Engineer. Item No. 12 Remove and Replace Electric Pull Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing pull box; furnishing and installing new #3'/F pull box and cover per CNB STD -204-L or 205-L; reconnecting existing wirings; restoring adjacent areas; and completing all other items as required to restore system operations that were damaged by the work. Work under this item shall include coordination with Telephone Company including requesting new boxes from Telephone company when required and repairing concrete around telecom pull boxes. Location of pull box and cover removals and construction shall be directed by the Engineer during construction. Item No. 13 Remove and Replace Water Meter Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing with new water meter boxes, frames and covers to grade per CNB STD -502-L or STD -503-L, match the finish surface and all other work items as required to complete the work in place. Item No. 14 Remove and Replace Sewer Cleanout Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing sewer cleanout with new triangular cast iron frames, box and covers to grade per CNB STD -511-L, and all other work items as required to complete the work in place. Item No. 15 Restore Public and Private Improvements: Work under this item shall include, but not limited to, all labor and materials relating to making in-kind repairs to public and private improvements impacted by the work, such as traffic signs, irrigation systems, sprinkler heads, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, seeding, synthetic turf, including replacing synthetic turf, modifying synthetic turf base, joining synthetic turf panels and other private improvements to preconstruction conditions or better to the satisfaction of the Engineer, and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid. Add to this section: Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS Page 14 of 19 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: unless otherwise indicated, Portland Cement concrete for construction shall be Class 560-C-3250 and concrete for Commercial Driveways shall be 660 -CW -4000 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 3 -inch minimum cover unless shown otherwise on the plans. Add the following Section: SECTION 215 --- TRAFFIC SIGNS Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 1/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List. Page 15 of 19 300-1.3.1 General Add to this section: The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1-Y2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements Add to this section: "The contractor shall reconstruct all sidewalk, curb and gutter, and driveways within the same week they are removed and be open for use before the weekend or holidays. If sidewalk panel cannot be completed on time it must be filled and compacted with temporary AC over the weekend or holiday. Page 16 of 19 No heavy construction vehicles are allowed to drive in any park areas shown in Exhibits 2 through 4. Concrete in these areas must be pumped in. Any damage to the park landscape, sod or irrigation shall be repaired by the contractor to preconstruction conditions to the satisfaction of the Engineer. Location of sidewalk removals and construction shall be done per the work schedule directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Omission of any part of sidewalk, curb and gutter and driveway bid items in part or in its entirety shall not result in any compensation. 303-5.1.3 Driveway Entrances Add to this section: "The contractor shall keep new concrete driveways closed for three (3) days to allow concrete to cure. The contractor shall notify property owners of planned shutdown dates and times and supply trench plates that goes over the concrete without damaging the concrete during curing time. The Contractor is responsible for any damage that occurs from placing the trench plate. 303-5.5 Finishing 303-5.5.1 General Add to this section: 'The Contractor shall remove all formwork, repair irrigation systems, backfill and patch back A.C., P.C.C. and brick within 72 hours on private property in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services. The Curb and Gutter work at 2119 Balboa Blvd. on the WORK SCHEDULE will require covering the curing concrete with plastic sheeting and cones to protect against vandalism, and whatever means necessary to protect the concrete. The Contractor shall repaint any red curb that is damaged or removed. The curb shall be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry", Product Code 181 manufactured by American Traffic Products, Inc. or approved equal. Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889. Page 17 of 19 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. Synthetic turf locations are shown on the work schedule, work at these locations and any others next to synthetic turf that is disturbed or damaged, repair work shall be done by contractor crew or subcontractor that is experienced in synthetic turf installation and repair. Artificial turf modifications shall be to the satisfaction of the Engineer and shall meet or exceed the original synthetic turf condition. The Contractor shall retain and follow the written recommendation of the approved ISA Certified Arborist for the safe pruning and removing tree roots in areas specified on the Work Schedule. The Arborist shall provide a written report with the recommendations to both the Engineer and Contractor. No trees shall be removed unless formal written approval is provided by the City. Prior to tree removal, the Contractor and Arborist shall arrange to meet with the City's Urban Forester, Mr. Kevin Pekar at (949) 644-3197 at the site to discuss City standards and requirements. The contract arborist shall be listed on the Designation of Subcontractor(s) form. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. Tearing of roots will not be acceptable. c. A root pruning sample at one selected site will be conducted and reviewed for approval by the City's Urban Forester. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible or as noted by the Urban Forester on the submittal. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or Page 18 of 19 condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. If there is a serious question about the stability of a tree such a large diameter roots must be removed, the Contractor shall notify the Engineer for approval. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. f. For trees recommended for removal, the Contractor shall notify the Engineer who will process the tree removal request with the General Services Department. Add the following Section: SECTION 313 --- TRAFFIC SIGN INSTALLATION Any traffic signs that are in sidewalk or access ramp areas scheduled for replacement shall be replaced and/or reinstalled with new Unistrut base and sign at a clear height of seven feet at minimum. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. PART 4 SECTION 400 -ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General Requirements. Add to this section: 'The Contractor shall use crushed miscellaneous base, or approved equal, as the base materials." Page 19 of 19 NOTE: 1. 7 INCH THICK CONCRETE ON 90% COMPACTED NATIVE MATERIAL 2. SAW CUT JOINTS 2 INCH DEEP MIN 3. JOINTS MUST BE SPACED 12 FEET MAX APART 4. #4 REBAR -18 INCH O.0 EACH WAY WITH 3 INCH MIN. COVER 5. SLOPE TO DRAIN 2% TO DRIVEWAYS P !� " `.' } 8INC\HIROLLED CUR 40' ' 0 W e m w^ _ 0 J' J ° J J ; . EXISTING ° DRIVEWAI , F, N No. Ati r� EXISTING DRIVEWAY � EXISTING DRIVEWAY A EXPANSION 1" JOINT _ MATERIALAGAINST WALLS i UTILITY YARD - STOCK PILE PAVING CITY OF NEWPORT BEACH CONCRETE REPLACEMENT PROGRAM PUBLIC WORKS DEPARTMENT EXHIBIT 1 C-7168-1 11/09/17 in I= Rfpc;Aa a w _ff / f OTES 1. CONCRETE MUST BE PIMP FROM AD'J, ENT 2EETS° ARK SIDETHICK or 01, : 9 aa* s ,\ HARBOR V�W NATURE PARK w� 700 SF Y F fr O HARBOR VIEW NATURE PARK SIDEWALK CITY OF NEWPORT BEACH CONCRETE REPLACEMENT PROGRAM PUBLIC WORKS DEPARTMENT EXHIBIT 2 C-7168-1 10/25/17 wlll 0 S�,R (� '55 I" " 1 COI ETE��I LAE UMPED.,' b PPP FROM ADJAC04TSTREETS I }: 2 FARK SIDEWALK 6" THICK PORT MARGATE PL-' �, fFh �at� `.-�"-4�`F`,�� �'��9A rt. %7� C •� '-ll�� �� frC y ."� PORTWEYBRIDGEPL PORT CHABLES PL `y F + E PORT PROVENCE P / PO99RTWESTBORNE1PL �'1 F h 1200 SF i 900 SF PORT SARMOUTH PL PORT RAMSGATE PL _ BUFFALO HILLS PARKx4,!x� G +f Alf BUFFALO HILLS PARK SIDEWALK CITY OF NEWPORT BEACH CONCRETE REPLACEMENT PROGRAM PUBLIC WORKS DEPARTMENTS EXHIBIT 3 C-7168-1 10/25/17 9 .{/i ,� / / ♦ 4 ^3_ eat" M1I hF +C;NOTES: 4 �t AN 1 CONCRETE MUST BE PUMPED p! t' FR(f11 ADJACENT STREETS ♦ �Z �. t PARK SIDEWALK 6 THICK �F ° .< � loq / �,y ' wr^ J PTT9C.�4,4C�S d ,p '' °v A'=•- . BUFFALO HILLS PARK °9P l 200 SF \ 10.0 SF °o 9 a ( 200 SF E qvp O W .per l +ft 4L , BUFFALO HILLS PARK SIDEWALK CITY OF NEWPORT BEACH CONCRETE REPLACEMENT PROGRAM PUBLIC WORKS DEPARTMENT EXHIBIT 4 C-7168-1 10/25/17 d > v � E 00 0 0 E 5 y N d y Ol O O y @ N $ m d N N N N + d$ J v i F > F d H o m a m 3 3 m m m C C m « CC> t: a C r v 'a yN N.d.K y m y O L O O O a a a a x0. N {- a 1 w > • O 0 00 LL N • T • d � N N N N M N � N N� � O • LL � J • N N M O O M O O N M N U i { LL N { Y . O O O O O O O O O O O O O O O O a_ i N N v a a a a d IL Q m 000 O N N N 47 G O O N V a7 @ W Z Z Z ro N �O O� O� N M O� a 0 <O f� W y y N N O M N N V 7 0 f� R N N M M M 7 m 0 0 V V E N N O O E L I� r N N e0 Q r ro N 00 N O r O O O W o� N N L— r W— W N N N o� N m N � U �� N �m� M Z Y p Y rcoi r�io� Y d a 0 d a a a Y 0 a N w 0 E m (D m F i F- c � 0 0 0 Lu o m iy • T y N 1 p` LL � J U i I LL { N . Y a_ i to i 'O d N � C w v p V a d d d `- U❑ Q m c t d 3 c C) ...mQ�mcocon �m cry Ewrororro metro roro cmmc2 o`o� �Z��= 0- Z E a° a0 r C r o Y a m C M m 0 0 o M 0 0� �m M a a M (L� U) r 0 CL w d 0 0 "_ > 0 d d d d v d v a° ao a° Lu x 0 m iLL Vl T i 3 ON O c0 N O • j N V N f` N ip � LL J U 1 1 LL N 1 . Y 1 ?� M N � W N m (O of 7 � � •- M M Cp � W M V V W d 'a co 1 i VNi a v a a _ a a ? d a MI N N cD 'C O O N N O L N V N N O M M n r y O W 3 N 9 M 0 0 y E m m rn rn m rn F w m rn m m m rn m 3 rn rn rn rn rn rn rn rn U a a a m m w M U rn d m i Y.- —�� �Y- o o m m m�� Z- F 0-t- v o a a. o a r a a a0 o a „ a° n Y A V N m a O 0 d O to c a> >> > o d EwE E E co ul �EE O 0 z W O IO N W N C V~ C 0 M C V C N C d Y w N NO O N d O O L O O a a o o a a a° LL a N �W �x O m �N T d N N N N 1 p` LL 1 J U I } N N N U i I LL N � . Y d a_ i L m m � N N L d 3 a M W0 0 Cq N C) a a Q m cr a E-0 m m— m m m C O M m V� m o W d O 0-a C m m 1 a i W a m Qs U 0 N a N z L LLCL ca 3 3 c m m 3 m V N m a R N m a L m o m m O O Y d d v 0 m m o m z m s _ F Z m y 0 y 3 m a. ap z �) w o m LL In T N O O O O O O O O O O 1 p � LL J U i � LL N � A O O O O N CO O OD O O O� O O d a_ i 4) 7 y C d a o www a IL w a a U 0 0❑ m v O m Q M a V �- O) u7 (p === Z Z Z N r N OD N O N N O p s s s_ C y .- (O Q7 m 6) m = Z N cr O, D r N V O O d Ol 6l 0 6) r M C C C 0 y �n r r r o N m Cl- m a m w N M d O N M M 62 T m 0 0 0 0 L O) O) O O N O O w A C.) N (0 (6 Z O O O a a E rn rn o o Y d m N a d O IL � r a0 R N m a i 4.' E E x o 0 E 3jgm " d N a a z 3 r f > > ❑aa ao ao (L w 0 z w o m LL A O 0 0 0 O O O O O O O y A N N N N N N N N LL � J ;U i LL . Y � O N O O O O ifl O O O O O O O O O O O a_ N i w a 0 0 0 0 tll C N � C y L C =❑ C - a o w w a� a� m w w U S a U a a .. Q S S O 'O n- N n (n = n o of d m Z Z N m m 0 0 0 0 0 0 0 0 O m O O O O O A T 07 m m m m rn D Z 0] N N N N N N N O Z 2 N NN ao a° -O 0 0 0 0 0 0 0 'C a LL LL LL 11 LL. O p O w N LL N � 4.' i Fa 0 0 0 o E m E x o m d m = d d d o U a .d z J — f d d Q 0 d m R ) J C C N d o d a d o a a Li w > x • o 6] LL N • T • d N N N � M N N IO LL � J • Ur N N I + M r U i { LL { N Y I N O N S O O �1J 00 O O 0 0 0 LL1 0 0 0 O O O O O 0 0 0 � 0 0 0 a_ i Vl m J N N a N 2 O d O O YO L o a a o. rn � Y 0 a U�YaXOiv�d10r.1 0 0 0 0 0 0 V 7 _ a 00 0 0 0 uvsm_ srr > 0 LLL 0 0 N N(n E O c vj m > •cuuu> N y d it d d m 3 3 c❑ j c c c v o z U v .. d >> y m E m u m o❑❑ m m, m d E m E m E F- U DOM d d 000 m—� w m w i6 E m m m w (p 'gyp cl i6 c> N u C E "M 'm M' C C C C ix d d U c o U 2 2 2 v cc v U c O a J J J J E E 0 0 00 w • 0 0 m i LL N T A O M O O O O OMMM OV LOOCNNIO� UUONN UUNNN ❑3y ❑m0 Qea9NdLLVYyJUN0LL+3Ntdjl NNyC OMNOO� (NOroO VNNOM WVN(D MV NO(p (NN�O MOCO f OON� a OOW 0 NOO� NOVJ CNOD (OMD NOMO� NcVON�J da�L.O(M.ONO. NOaOO� (NVOODJ Mp OO0u7 IOO� m❑0 OMM £ N LL It MM}OOD lMVMaO�Lt LLU0OU i � 0 d QLV � LLr o r 0 a � ILI W, > >> >> > y O O 0 0 O C E E E E E E a o m o z 't �- F- F- H ♦- F � m N V VY M d L C IL ao d IL a d Cn W O co ' N T . m > p` LL � J U 1 1 LL N � . Y A O O O O O O O O O O N O 0 04 0 0 0 0 0 0 O O 0 0 u7 O O I N I h � V L❑ U>> 0 m m m E O N d o c ° m J rLL N N N N M d N N N N M d d N E c O C 'L C Q y Q z o o a m o c c o � a y U 1- 0. m CO � o N o m W, �x S 0 a � N V Q' w L.1 O s > > 0 d x 0 0 x 0 x x x - m E E 0 E E 0 0 0 hc Y m � Of mmm aCL 0 aa_ 333 d 3 m d d m d d J J J s r U d d d 0 _ 0 d a a a p a o 2 -y H H _ y H U U U N U) m co m F m 'a0. r m 0 0 0 O O d L y y d d R c c m c c MT2 E E " °' 'x z z z w a d oda d y www d dm r 0 0 0 O m c a a a a y w x O m LL N T y N N p LL J O � N U LL N y O O O O 0 0 0 O O O O O 0 0 0 a O s U U) d c p 0 d m L 2 2 S S S S S S S S 2 2 d m d ¢ U CT '0 O U N N N N N N N UI N N h N a (p C W V O> 6) M M F M UN V p) O O O O O O O O O O O O C x 0 y C3 (O d N M V N N ifl N N m .- U U U U U U U U U U U U O. Y d W 0 O 0 E Z Y O d RO U] w ui w Ill 111 w w w w w w 3 a pp. W m wN _d a 7 0 M N N M O M Z L d ci O_ (O I� M M V O (O I� r M N d Z J Y (0 V N N N N M M M M M M M d o w aY v 3 d d Y L 3 h d z O