Loading...
HomeMy WebLinkAboutC-7226-2 - Peninsula Park and Bayview Park ImprovementsAugust 14, 2019 S&H Civilworks Attn: Jess Sotto 1801 Hilltop Drive Colton, CA 92324 Subject: Peninsula Park Improvements C-7226-2 Dear Mr. Soto: 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039rax newportbeachca.gov On August 14, 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 August 15, 2018 Reference No. 2018000298573. The Surety for the contract is U.S. Specialty Insurance Company the bond number is 1001084911. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001084911 FAITHFUL PERFORMANCE BOND Premium is for contract term and is subject to adjustment based on final contract price The premium charges on this Bond is $ 4,213.00 _, being at the rate of $ , 1a nn thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to S&H Civilworks hereinafter designated as the "Principal," a contract for: Removal of existing walkways and block walls; construction of new walkways; construction of seat walls; minor relocations of utilities; pavement overlay of existing asphalt concrete ("AC") pathway; removal and reconstruction of existing restroom stairway and railings; and minor grading and irrigation restoration in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and U.S. Specialty Insurance Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Thirty Four Thousand Sixty Dollars ($234,060.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null arid void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. S&H Civilworks Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of April 20 18. AS&H Civilworks e of Contractor (Principal) U S Specialty Insurance Company Name of Surety 725 The City Drive Suite 205 Orange, CA 92868 Address of Surety 714-740-7000 Telephone APPROVED AS TO FORM: CITY ATTORNEYjS OFFICE Date: By --- Aaron C. Harp City Attorney A thorized SignaturefTitle Authorized Agent Signature Laurie B. Druck, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S&H Civilworks Page B-2 Acknowledgement 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 San Bernardino On May 8, 2018, before me, Gurpal Bawa, Notary Public, personally appeared Jess Sotto who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 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. r (Signature) G 1RPAL BAWA COMM. #2225859 „ NOTARY PUBLIC - CAIIFONNIA SAN OERNARDINO'T" My COMM. DOM$ Jan. t5, 2022 (seal) CALIFORNIA ALL-PURPOSE ACK' IWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ` SS. County of San Bernardino /) On April 16, 2018 before me, Cynthia J. Young, Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public") personally appeared Laurie B. Druck CYNTFIIA J. YOUNG �4C Notary Public California z San Bernardino County ? 1Commission # 2157044 YY COm�m Ex Ices Ju115, 2020 Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE S my hand and official seal. Sig r re of.l' o ry Public �F OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer Title O Partner -- O Limited D General O Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) S& CCivilworks Page B-3 POWPR OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Jay P. Freeman, Laurie B. Druck, or Cynthia J. Young of San Bernardino, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to ino ude riders, amendments, and consents of surety, providing the bond penalty does not exceed __ *****Thrkee Million***** Dollars ($ **3,000,000.00** ). This Power of Attorney shall expire without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and oft behalf of the Company subject to the following provisions: Attomey-in-Fact may be given full power and authority for and in the time of and on behalf of Elie Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory dndotteklngs, including any and all consents for are release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolver, that the signature of any authorized pfficcr and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, andanypower of attorney or cerdfieato bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY `*4pNtPPCroR9 N.y o`1E53URET =,ol" G" HeINI" $ w r= By:'k : f:►�.�.G yam. y' ,T '`',' �s Daniel PAgUilaM, Vice Pre -- Daniel 1[�FORN`PaCa * :i�9,'OF 1E•pA011 un, nn, „ yn nn A notary public or other officer complengg this certiftp d6ve@ ,S only the identity of the individual whosignedthe document to which this certificate is attao 4 an(l, n4vC Ora 4'p*'ttlj gss, accuracy, or validity of that document. State of Califnmia ' County of Los Angeles SS: On this 1 at day of November, 2016, before me, Sabina Morgenstern, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Spec!& . Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose. name is subscribed to the wit* tpstthmpfitt anp4AoM�'Z.wledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the cuti� tt004 t9ettatP ott',ivitidh tie person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing pmagrapir is true and correct. WITNESS my hand and official seal. SABINA MORGENSTEIN s 6Commission K 2129250 Signature (Seal) Notary Public - California Los Angeles County QMY Comm,What; Nov 3. 20101 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Cotnpany,'rexas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness,Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California tins ;(117A day 744 Corporate Seals R„,,a:,: s,„R, ,N, , R1,e,,,,,,, ot pero 9U OINp' e O. =A �'n�0i„ a`�0 c0".. Bond No. 1 dJ Gm4: SNP O_ `f ( " I - "`$” t r; Kin Lo Assistant Secretary �Jtr, 1 6 e w Agency N0. 3501 ciiiFadHsa k T reortE+” * o October 22, 2018 S&H Civilworks Attn:Jess Sotto 1801 Hilltop Drive Colton, CA 92324 Subject: Peninsula Park Improvements C-7226-2 Dear Mr. Sotto: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On August 14, 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 August 15, 2018, Reference No. 2018000298573. The Surety for the bond is U.S. Specialty Insurance Company and the bond number is 1001084911. Enclosed is the Labor & Materials Payment Bond. Sincerely,,��qq//� 4AR Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. Premium include4ARRAWfor Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to S&H Civilworks hereinafter designated as the "Principal," a contract for: Removal of existing walkways and block walls; construction of new walkways; construction of seat walls; minor relocations of utilities; pavement overlay of existing asphalt concrete ("AC") pathway; removal and reconstruction of existing restroom stairway and railings; and minor grading and irrigation restoration in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, U.S. Specialty Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Thirty Four Thousand Sixty Dollars ($234,060.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as S&H Civilworks Page A-1 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 16th day of April , 20 18 . S&H Civilworks Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 725 The City Drive South Suite 205 Orange, CA 92868 Address of Surety 714-740-7000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 561 By:� Aaron C. Harp City Attorney Au arized Signature/Title a"B,owju Authorized Agent Signature Laurie B. Druck, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S&H Civilworks Page A-2 Acknowledgement 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 San Bernardino On May 8, 2018, before me, Gurpal Bawa, Notary Public, personally appeared Jess Sotto who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 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) GURPAL BAWA COMM. #2225859 NOTARYPUBUC- CALNORNIA m SAN BERNARDINO COUNTY MY Comm. Expires Jan. 15, 2022 (seal) CALIFORNIA ALL-PURPOSE ACK' IWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ` SS. County of San Bernardino /) On April 16. 2018 before me, Cynthia J Young, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared Laurie B. Druck Name(s) of Signer(s) CYNTHIAJ. YOUNG Ndtlry Public CaliforMa Sen Bernardino County = = Commlaeion # 2157044 - My Comm. Ex Ires Jul 15, 2020 who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT��S my hand and official seal. 0 i natur of otary Pu OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer Title ❑ Partner -- ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer is Representing: Number of Pages: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) S&H Civilworks Page A-3 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPS h` llM COMPANY UNITED STATES SURETY COMPANY U.S.SI't;.(tMIWRAOMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland corporation and Li Specialty Insurance Compal a Texas corporation (collectively, the "Companies'), do by these presents make amp ��ftpom. -s. Jay P. Free ra aaaurie rbc, or Cynthia J. Young of San Bernardino, California - its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority l�reb co d s name, place and stead, to execute, acknowledge and delis anywad ;fonds, recognizances, undertakings jsftwmis� or contracts. of suretyship to ,include riders, affimWift ag ents of surety, providing the bond itrexeeed *****Three Million*'� = Dollars TM Power of Attorney shall expire without further action on NovemberTMIT This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, my Secretary or any Assistant Secretary shall be and is hereby vested with full RWyd authoeit gaP oint any one or more suitable persons as mey(s)-in-Fact to represent and act for and on behalf of the Companisuht foil g n .lF im rrc iu brr on full power rl eQixre of and on behalf of the Company; to execute, acknowledged dd v _ n tr�nceii contacts, agreements or in Wil 8TH&cars 'tional or obligatory undertakings, including any and all consent �leaffW T—Mined percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it ReroJve"at#F signature of any authorized officer end se of the Company heretofore or hereafter-fixed=t any power of attorney or any certificate relating t+ _ any power of attomey or certificatg bed g catian e signature or faeshMWI&I slilf0vaWarl binding upon the C9m_pany wnl respect to any al� it is attached. WITNESS WHEREOF, The Companies have caused this instrument OWgned and their corporate seals to be hereto affixed, this 1 at day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY ;G -Br b7ate _ems - UNITED STATESSU—COWANY U.S. SPECIALTYINSURANCE COMPANY M- -ren�o"c - z o �'�zy E} a- By { l _ r s Daniel P. Aguilar, Vice Presi� t e� nt e, Oxe94f00.N1Pac• ....*....,gTEOF' • ....*.. otility pulftorft officer completing this. certificate verifies only the identity of_hedndi tuned the _ - -- mimm w lir to ertificate is attached, and not the truthfulness, accuracy, rrifflMiMbAffit IlKifliffiL - - - =nty oof Los Angeles SS On this Ist day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indenim!y, Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on Site basis 400– sfac _ evidence to be the rMVnmho a i bscribed to the within instrument and acknowledged to me that he_cxemted maw Aiaa&rrzed q�d that by his sigma—(" strm —person, or the entity upon behalf of which the person acted, eta r m r= __ �1= ertrfy under PELAM- OF PERJTJRY h�wrufThcSmte of California that th@-foregoing paragraph is true and correct WITNESS my hand and official seat. SABINA MORGENSTEIN Commission K 2129250 Signature (Seal) il; Notary Publr�- California -An bounty _ _ mgtlttow- low 3.2016 - I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect esfiVVl -tr I,have ere t t Ian a a���l the seals of said Companies at Los Angeles, Calif .Corporate Seals ,00�inacioas!.aot¢s�sU!?Fr :..oNpiNoe.., e; Sim Y n c l Ari&No r, a Mo Lo, Assistant Secretary Batch 3703249 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 4 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIII 11I111IIIIIIII111I1111IIIIIIIIIIIIIIIIIIIIII1111I1I1111 NO FEE i 8 R 0 0 1 0 2 8 7 0 5 8 8 k 2018000298573 2:32 pm 08115/18 47 NC -5 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 S&H Civilworks, Cotton, California, as Contractor, entered into a Contract on March 27, 2018. Said Contract set forth certain improvements, as follows: Peninsula Park Improvements - C-7226-2 Work on said Contract was completed, and was found to be acceptable on August 14. 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is U.S. Specialty Insurance Company. BY / Public Wori Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. n Executed on Tf RL at Newport Beach, California. BY https://gs.secure-recording.com/Batch/Confirmation/3703249 08/15/2018 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 S&H Civilworks, Colton, California, as Contractor, entered into a Contract on March 27, 2018. Said Contract set forth certain improvements, as follows: Peninsula Park Improvements - C-7226-2 Work on said Contract was completed, and was found to be acceptable on August 14, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is _U.S. Specialty Insurance Company. BY Public Works Director City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on� I J� //yat Newport Beach, California. M 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 11:00 AM on the 7TH day of March, 2018, at which time such bids shall be opened and read for PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 $400,000 Engineer's Estimate Approve d by Mark Vuko evic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http: //newportbeachca.gov/g overn ment/open-transpa rent/on I ine-services/bids-rrps- vendor-registration City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 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 PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 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; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be signed) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d 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 provide the written statement and the City Council does not meet within the prescribed time 9 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 revi 100R(O�o C A9& �A" U_ Contractor's License No. & Classification Autho ed Signature/Title 10600 3qy 69 DIR Reference Number & Expiration Date SYN CIVIL.WvIjA:�,S Bidder 3-Cp -IS Date City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 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 NewportBeach if the bid proposal of the undersigned Principal for the construction of PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS, Contract No. 7226-2 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 6th day of March , 2018. S&H Civilworks Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 625 The City Drive South Suite 205 Orange, CA 92868 Address of Surety 714-740-7000 Telephone thorized Signature/Title Authorized Agent Signature Cynthia Jean Russell, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) t:] CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 San Bernardino On March 6, 2018 ) SS. before Name and Title of Officer (e.g., personally appeared Cynthia Jean Russell Names) of Signer(s) OPT/ONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's O Individual O Corporate Officer O Partner -- O Limited O General O Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: Number of Pages: who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person LAURIE B. DRUCK acted, executed the instrument. ' Notary Public - California f Z i San Bernardino Count z z .. Y I certify under PENALTY OF PERJURY under the laws of M Commission # 2156651 > y Comm. Expires dul 14, 2020 the State of California that the foregoing paragraph is =ate true and correct. WITNESS my hand and official seal. Signature of Notary Public OPT/ONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's O Individual O Corporate Officer O Partner -- O Limited O General O Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: Number of Pages: POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American; Contractors Indemnity Company, a California corporation, Texas- Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Jay P. Freeman, Laurie B. Druck, Cynthia J. Young, Cynthia Jean Russell or - Christina Mountz of San Bernardino, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Three Million***** Dollars ($ 7Fhis Power of Attorney shall expire without further action on Novembers 2ITTris Power of Attorney is granted under and bm authority of the following resolutions adopted by Boards of Directors of theMc hies: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Artw'ney-in-Fact may be given full power and author for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or3ndemmty mda other conditional or obligatory undertakings, including any and all consents for the release of retained — _- percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability- thereunder, iabilitythereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. --- - - - —, - - - ' Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or bereatler affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be sighed grid their corporate seals to be hereto affixed, thtgm 1 st day of November, 2016. - AMERICAN CONTRACTORS INDEMNITYCOMPANY TEXAS BONDING COMPANY Corporate SealsUNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY `tppWORJ 059URF '01 C.p„ {� od hem hP4 T c _ y o" P:\ y — Daniel P. Vice President nr ml inn mon A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. _- State of California -- County of Los Angeles SS — - On this I st day of November, 2016, before me, Sabina Morgenstein, a notary public, persmili y appeared Daniel P. Aguilar, Vice President of American Contractors indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true aftdcamtAa WITNESS my hand and official seal. - SABINA MORGERMil- Commission X 2129258 Signature (Seal) ��_ 1, Notary Public - California Los Angeles County My Comm. Expires Noy 3.2010 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. - Specialty Insurance Company, do hereby certify that the above and foregoing is a tme and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whe - OfA` f it Corporate Seals I have Bond No. P10 ®On() Agency No. 3501 o set my hand and affixed the seals of said Companies at Los Angeles, California this fp r t day ry*r 1�a aU60", epNOiNC CD t, s - o Mfr: Kin Lo, Assistant Sec: etary ,e41 iF00.N\P�pt`• rr�nn °9TEOF TE*po••c .Homo, STATE OF CALIFORNIA DEPARTMENT OF INSURANCE N4 07984 SAN FRANCISCO Amended Certificate of Authority TFDS IS TO CERTMY THAT, Pursuant to the Insurance Code of the State of California, U.S. Specialty Insurance Company Of Houston, Texas , organized under the laws of Texas , subject to its Articles oflncorporation or otherfundamenral organizational documents, is hereby authorized to transact within the Stare, subject io all provisions of this Cen�ffcate, the following classes of insurance: Fire, Marine, Surety, Disability, Liability, Workers' Compensation,Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance lows of the State of California, THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in fail compliance with all, and nor in violation ofony, of the applicable laws and lawful requirements made under authority of the laws of the Stare of California as long as such laws or requirements are in effect and applicable, and as such laws and riquirementsnow are, or may hemefter be changed or amended. IN WITNESS WHEREOF, effective as of the 29th day of December 2004 , 1 have hereunto set my hand and caused my official seat to be affixed this 29th day of December 2004 Ey amendi ' for Ida Zodrow Dept NOTICE: Deput QuOrteadon with the Scmetasy of Smtemustbe ottompli5hcd nt requited by the ode d after iauum mfthia Certificate of Authority, Failure to do so will be a violation oFlnnum,ce Code 3edion 101 uid dy ground, for revoking Nu CeNftcate of Authority pursuem to the convenemts made in the application therefor and the ho wnditiana eonUined herein. rowcae City of Newoort Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: ! frt��i� ' l I State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: Stale License Number: DIR Reference: Email Address Sid CIVI -1 0ateS Bidder Autho d Signature/Title 0 City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name J ti (V II-fJOR)6 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 $120,000, provide the following information: No.1 n Project Name/Number -Tlahc v0flrisr Project Description faflt A1,A 06- Approximate Construction Dates: From _ C�IaQ1gTo: nN L7O/N 67 Agency Name Contact Person 7u/0 DAlft'%l Telephone (10)f e d le— I Original Contract Amount $ /. VM 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 No. 2 Project Name/Number Project Description V IA) Mh Lti�+Mme- 4 CaP.1 RI EE Approximate Construction Dates: From i ( ao I To: Agency Name 61 TY De 1`� � �a Contact Person C"4 kw IliLpTelephone ( 'YM) ✓l� �� 0� ag5,Uoa Original Contract Amount $ Final Contract Amount $ ci $(P , 6P2 - 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. pot -:9' No. 3 /1 Project Name/Number C li' I ci6fle�s 00MLk ro, LO Description Ar -D h594JALT Approximate Construction Dates: From 10 0'_0 I To: 11 21 1 Agency Namel �Ctl`� IiG LA R):?- � Contact Person m-0 U rvDTelephone) a/S-15y a Original Contract Amount $Final Contract Amount $ VQ , d halo If final amount is different from original, please explain (change orders, extra work, etc.) 4W11 W OF QAa 6Y q*5 04111 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�o Project Name/Number Project Description �:;Wg(, VS� 1 M yid Ji, rWV W Approximate Construction Dates: From 7 To: Agency Name 60uoiloi �Rf1ULS1ZS1QS Contact Person —Wrt- Telephone (9s -515 (cz� n' �L Original Contract Amount $ �f_ Final Contract Amount $ '7D:j 51 If final amount is different from original, please explain (change orders, extra work, etc.) T., 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 "A� X S l �c�4t2 X � 12 Project Approximate Construction Dates: From 6 0 To: j Agency Name Contact Person 6a1 o A% Telephone ( 4 (Pq - 33l a Original Contract Amount $Final Contract Amount $ Co9, b 38 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 T Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder A zed Signature itle 13 S&H CIVILWORKS COMPLETED PROJECT REFERENCES FOR YEAR 2016-2018 Project Owner Proiect Scope of Work Contact Contract Completion Amount Date City of Yucaipa m 13 Street Final Grading, Demo, Driveway, Curb, Chuck Collette — February Yucaipa Concrete Gutter and Construction $45,810 2016 B Blvd, Yucaipa, CA Blvd Sidewalk Manager/Inspector 92399 (909) 841-0336 City of Duarte Bus Pad Demo, bus pads, Rafael Casillas PE - February 1600 E HuntingtonConstruction at Curb, Gutter and Engineering $18,336 2016 Dr, Duarte, CA Huntington Asphalt Manager 91010 Drive (626) 357-7931 City of Palm 2016 Curb ADA ramps, Mike Brown — Desert Ramps Curb, Gutter, Public Works $99,350 May 2016 73510 Fred Waring Modification Cross gutter and Inspector Dr, Palm Desert, Project Asphalt (760) 396-6826 CA 92260 City of Jurupa ADA ramps, Chase Keys — Valley 2015-16 Curb, Gutter, Project Manager $104,000 June 2016 8930 Limonite Pedestrian Cross gutter and (951) 332-6464 Avenue, Jurupa Access Project Asphalt x235 Valley, CA 92509 City of Arcadia Grading, Demo, 11800 Goldring 2015/2016 Curb, Gutter, Jan Balana y $58,570 Road, Arcadia, CA Annual Concrete Sidewalk, Cross Project Manager July 2016 Repair gutter and (626)256-6582 Asphalt City of South Gate Citywide Grading, Demo, Curb Gutter, Leticia Ortiz — 8650 California Sidewalk , Sidewalk, Cross Project Manager $272,600 September Ave, South Gate, Improvement — gutter and Contact Number: 2016 CA 90280 Phase III Asphalt (323)563-9576 City of Dinuba ADA Demo, Curb, Joe Aguirre — September 1088 Kamm Ave. Improvements Gutter, ADA and Project Manager $132,014 16 20m Dinuba, CA 93618 Project Sidewalk (559) 591-5906 City of Hesperia Grading, Demo, David Burkett — 9700 Seventh Ave, ADA Curb, Gutter, Project Hesperia, CA Improvements Sidewalk, Cross Construction $522,500 October 2016 92345 Year 1&2 gutter and Manager Asphalt (760) 947-1202 City of Lompoc ATP Cycle 1 Grading, Demo, Curb, Gutter, Craig Dierling, PE — 100 Civic Center Sidewalk and Sidewalk, Cross Project Manager $389 292 January 2017 Plaza Lompoc, CA Curb Ramp gutter and guAsptter (805) 875-8224 93436 Project County of Grand Avenue Road widening Riverside Sidewalk Grading, Curb, Trai Nguyen — 2950 Washington Improvement Gutter, Principal Inspector $185,240.30 January 2017 St, Riverside, CA Project Sidewalk, and (951) 961-5363 92504 Asphalt Proiect Owner Project Scone of Work Contact Contract Completion Amount Date City of Street Grading, Demo, Bakersfield 900 Improvement Curb, Gutter, Mike De la Cruz — Truxtun Ave, Brundage Lane Sidewalk, Cross Construction $508,623 March 2017 Bakersfiled, CA and West Union gutter and Inspector 93301 Project Asphalt (661) 304-2950 Curb, Cross City of Santa Gutter, Barbara La Cum bre Sidewalk, storm Ken Young — 630 Garden Street, Sidewalk drainage, Project Manager $360,995 July 2017 Santa Barbara CA Infill Project retaining wall, (805) 560-7568 ADA, Ramps & Asphalt City of Newport Concrete and Demo, Curb, 100 Civic Center Pavement Gutter, Ben Davis — Drive, Newport Replacement Sidewalk, ADA Project Manager $809,638 August 2017 Beach, CA 92660 Project Ramps, Cross (949) 644-3317 utter & Asphalt County of Troth Street Road widening Riverside Sidewalk Grading, Curb, Trai Nguyen — 2950 Washington Improvement Gutter, Principal Inspector $738,960 Sept 2017 St, Riverside, CA Project Sidewalk, and (951) 961-5363 92504 Asphalt City of La Puente Citywide Grading, Curb, Gregory W. $280,066 November 15900 East Main Concrete Repair Gutter, Lindsay— Deputy 2017 Street, La Puente FY 2016-17 Sidewalk, and City Engineer CA 91744 Project Asphalt 626 855-1540 City of Walnut Walnut Ranch Grading, Curb, Cody Howing — $286,972 December 21201 La Puente Park ADA Gutter, Sidewalk Project Manager 2017 Rd, Walnut, CA Access and Retaining (909) 594-9702 91789 Improvements & wall Citywide Repair OMINITrans ATP safe Route Demo, sidewalk, Thomas Dahlin $2.OM On-going 1700 West Fifth to Transit ADA Ramps & Capital project Street Project Asphalt Manager/Inspector San Bernardino, (951) 358-9322 CA 92411 CitV of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 NON -COLLUSION AFFIDAVIT State of California CountyofsGtN &Vi1llI�dlY o —�J P s�TSL , being (Irst duly sworn, deposes and says that he or she is EI'r S e N of J l V1 LWORIGS the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of theIk as I� ghat the foregoing is true and correct. I Owl Bidder uthorized SignaturelTitle Subscribed and sworn to (or affirmed) before me on thisb day of V r -06lk 2018 by SF_ S S co %!o — proved to me on the basis of satisfactory evidence to be the persorjo who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] GURPAL BAWA COMM. #2225859 „ NOTARYPUBUC- CALIFORNIA SAN BERNARDINO COUNTY My Comm. Expires Jan. 15, 2022 14 Notary Public My Commission Expires: �/f Z° a 2- W. 40 City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name—:S',& 4 G lw wj cf, l'S 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 Z Total dollar Amount of f214 44M Contracts (in Thousands of $ No. of fatalities No. of lost Workday Cases 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 S L O G�VII k10�1� S Business Address: U1 i-j1LCrZ)12 .IVL CZA, ,&C27524 Business Tel. No.: 051 State Contractor's License No. and Classification: ) og(v q C) Title e&7-5 jQI,M- 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 Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 Acknowledgement 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 San Bernardino On March 6, 2018, before me, Gurpal Bawa, Notary Public, personally appeared Jess Sotto who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Signature) GURPAL BAWA COMM, #2225859 a v^wi '~ii6.c.• NOTARY PIIBIJC• WIFORNIA Yil rc }_ SAN BERNARDINO COUNTY My Comm. Expires Jan. 15.20n (seal) City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name S k H GIVE( wt)R-S The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: In City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: S S. LL e iV 1ut)0Afs Business Address: I Slj)! t�IULT-aP OR C4,rW CA -12321J Telephone and Fax Number: ('9a9) P-Dtv 1/ 91 00-t)Z%9k96 Z 1' California State Contractor's License No. and Class: .16646&&0 (REQUIRED AT TIME OF AWARD) Original Date Issued: U 15 Expiration Date: I(.Z30/2-o1 ci List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone . Agme SD—flo x sided I$D( W(ipp Qv got tu^ I4 ) 95.541Ur(' �o�e l�evn Alla Sc,�ut� bai'T14 LVtVarl.� (gs1)416'Iss7 Corporation organized under the laws of the State of C AY -4 toQNi 6.- 1H The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; 04 Have you ever had a contract terminated by the owner/agency? If so, explain. N 16 Have you ever failed to complete a07ct? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 20 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) N Of Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. JL --5_g San (Print name of Owner or President of �orporationlCompany) Bidder A thorized Signature/Title 3 b -I8 Date On MAk (H /. 2 v / a before me, A (IAPAAl 13A wA , Notary Public, personally appeared j E t S fo 7 V , who proved to me on the basis of satisfactory evidence to be the person(a) whose name(t) is/are subscribed to the within instrument and acknowledged to me that helshe><tPiey executed the same in his/he4l4ieir authorized capacity(ies), and that by his/h94#*ir-signature(a) 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. GURPAL BAWA X,741 ZZ4�2� COMM. #2225859 a (SEAL) .A« NOTARYPUBLIC- CALIFORNIA Fn No ary Pull c in an or said State SAN BERNARDINO COUNTY My Comm. EXPlres Jan. 15, 2022 My Commission Expires: n-A/� Z Io C Z 21 Y.r uv. i, :Liiei..ljk: nd ,, City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 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 PENINSULA PARK IMPROVEMENTS CONTRACT NO. 7226-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 27th day of March, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and S&H Civilworks, a California corporation ("Contractor"), whose address is 1801 Hilltop Drive, Colton, CA 92324, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Removal of existing walkways and block walls; construction of new walkways; construction of seat walls; minor relocations of utilities; pavement overlay of existing asphalt concrete ("AC") pathway; removal and reconstruction of existing restroom stairway and railings; and minor grading and irrigation restoration (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. 7226-2, 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 Two Hundred Thirty Four Thousand Sixty Dollars ($234,060.00). 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 Jess Sotto to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. S. 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 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for S&H Civilworks Page 2 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.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 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: Jess Sotto S&H Civilworks 1801 Hilltop Drive Colton, CA 92324 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are S&H Civilworks Page 3 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. 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 S&H Civilworks Page 4 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. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or S&H Civilworks Page 5 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 retained by it until disposition has been made of such suits or claims for damages as aforesaid. S&H Civilworks Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred S&H Civilworks Page 7 up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunitv 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. S&H Civilworks Page 8 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] S&H Civilworks Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 11/0z/�( By: Aaron C. Harp al o City Attorney ATTEST: 5151" Date: , By: p I Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Byfarkshal l"D y" Duffield Mayor CONTRACTOR: S&H Civilworks, a California corporation Date: Signed in Counterpart By: Jess Sotto President Date: By: Signed in Counterpart Jose Hermosillo Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements S&H Civilworks Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron City Attorney ATTEST: Date: In Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy" Duffield Mayor CONTRACTOR: S&H Civilworks, a California corporation Date: 4. it—IV, By: r JessMotto President Date: q1((I I S By: Jose Hermosillo Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements S&H Civilworks Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. Premium incl. e m for Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to S&H Civilworks hereinafter designated as the "Principal," a contract for: Removal of existing walkways and block walls; construction of new walkways; construction of seat walls; minor relocations of utilities; pavement overlay of existing asphalt concrete ("AC") pathway; removal and reconstruction of existing restroom stairway and railings; and minor grading and irrigation restoration in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, U.S. Specialty Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Thirty Four Thousand Sixty Dollars ($234,060.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as S&H Civilworks Page A-1 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 16th day of April 2018 . S&H Civilworks Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 725 The City Drive South Suite 205 Orange, CA 92868 Address of Surety 714-740-7000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Vlgl By:� Aaron C. Harp City Attorney Aurrlizedgnaturef-F Adwd, R, oNXCA Authorized Agent Signature Laurie B. Druck, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S&H Civilworks Page A-2 Acknowledgement 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 San Bernardino On May 8, 2018, before me, Gurpal Bawa, Notary Public, personally appeared Jess Sotto who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 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) COMM #2225859 NOTARY PUBLIC •CAUFORNIA fi SAN BERNARDINO COUNTY My Comm. Expires Jan. 15. M2 (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California SS. County of San Bernardino On April 16. 2018 before me, Cynthia J. Youno Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public') personally appeared Laurie B. Druck Name(s) of Signer(s) CYNTHIA J. YOUNG "�[( Notary Public California L San Bernardino County ? = Commission # 2157044 My Comm. Expires Jul 15, 2020 who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITN�fS my hand and official seal. L/ natur V otary Pu ri OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:_ O Individual O Corporate Officer Title O Partner -- O Limited O General O Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) S&H Civilworks Page A-3 POWER OF ATTORNEY -- - -= AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS IUNOMCOMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY 1—I9SLWME COMPANY - KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make _ constitute and appoint: --- - - `-- Jay P. Freema�tiurIeBDruck, or Cynthia J. Young of San Bernardino, California — - its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority vt dttt�ts men�sexfieAttornefollowing resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable personsas--Opmey(s)-in-Fact to represent and act forand on behalf of the Company subject to the --foll�ng provisions: Attorney -in -Fact may be, given full power sauthon�ry anti e t ine of and on behalf of the Company, to execute, acknowledge and deliver, any and all�mm recognizances, contracts, agreements or indeasm�y Q oi�con�itional or obligatory undertakings, including any and all consents for the releaseof retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolvedlhat 11te--signature of any authorized officer and seal of the Company heretofore or hereafter_ aMxQdAo any power of attorney or any certificate relating ='�.t r MINIM s andAliny power of attorney or certificate bearing facsimile signature or facsimile seal shall!r Nali�nd binding upon the Company with respect to any OM o�Ma Aryv$h it is attached. iIdMMESS WHEREOF, The Companies have caused this instrument to�srgned and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals = _ UNITED STATES SUR— -COMPANY U.S. SPECIALTY INSURANCE COMPANY _ oPtPPcrOkY�., SES SURpT eNeiNCC , c —_ %. v .....i, Wi 13 I N IE? By. t^L�'� - 9 a Darnel P 1 tee President a .....*1.n f •dC t m % m A notary publ cornt-her officer completing this certificate verifies only the identity of the -individual whp�igned the - - document to whiob ithftertificate is attached, and not the truthfulness, accuracy, oigvalidity_of%t document. State of CaliforniM _ County of Los Angeles SS: - On this I at day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on _ the basis of satisfactory-. evidence to be the pemonmhoseatame r litrbscribed to the within instrument and acknowledged to me that he executed the same in- his authorized capacity; and that by his siamwuo"e striimotti-tperson, or the entity upon behalf of which the person acted, executed the instrument =- - I _certify under PENALTY OF PERJURYan-fie h fawso he-Shuc of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SABINA MORGENSTEIN Commission N 2129255 Signature (Seal) -:- 1 Notary Public - California Los Angeles. County My Comm. Expires Nov 3.2016 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attonicy are in full force and effect. I W�� In Witness Whereof, Ihave hereunto set my hand and affixed the seals of said Companies at Los Angeles f, ahmia fo`thi _day of - ,- Corporate Seals "" „ gooatPPciON,",, mo E9 SUt?,N, c•"%•oNOiNG �..,,, •mens c P1 �, -,% , og A...... c Bond No. " !a= ` wm , s — Kin Lo, Assistant Secretary Agency NO. - 3501 ",,.,4oroaN•oc° "� ,,,, r. "reoiTE+"% EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001084911 FAITHFUL PERFORMANCE BOND Premium is for contract term and is subject to adjustment based on final contract price The premium charges on this Bond is $ 4,213.00 , being at the rate of $ 1a nn thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to S&H Civilworks hereinafter designated as the "Principal," a contract for: Removal of existing walkways and block walls; construction of new walkways; construction of seat walls; minor relocations of utilities; pavement overlay of existing asphalt concrete ("AC") pathway; removal and reconstruction of existing restroom stairway and railings; and minor grading and irrigation restoration in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and U.S. Specialty Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Thirty Four Thousand Sixty Dollars ($234,060.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. S&H Civilworks Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal andSurety above named, on the 16th day of April —,20 18. S&H Civilworks N e of Contractor (Principal) U.S, Specialty Insurance Company Name of Surety 725 The City Drive Suite 205 Orange, CA 92868 Address of Surety 714-740-7000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aaron C. Harp City Attorney A thorized Signature/Title Authorized Agent Signature Laurie B. Druck, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S&H Civilworks Page B-2 Acknowledgement 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 San Bernardino On May 8, 2018, before me, Gurpal Bawa, Notary Public, personally appeared Jess Sotto who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 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) GURPAL BAWA COMM.#2225859 NOTARYPUBLIC-CALIFORNIA m SAN BERNARDINO COUNTY My Comm. Expires Iae. l 2022 (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ` SS. County of San Bernardino /) On April 16. 2018 before me, Cynthia J Young Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public') personally appeared Laurie B. Druck Names) of Signer(s) CYNTHIA J. YOUNG Public - California San Bernardino County z Commission # 2157044 .,..;> Y, co mx. IrIres Jul15, 2020 who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT =yhand official seal. Sigtf re of o y ry Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's ❑ Individual ❑ Corporate Officer Title ❑ Partner -- ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer is Representing: Number of Pages: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) S&H Civilworks Page B-3 POWER OF ATTORNEY -- _ - AMERICAN CONTRACTORS.' INDEMNITY COMPANY TEXAS BONDING_. COMPANY = - � UNITED STATES SURETY. COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland corporation and U.S, Specialty Insurance Compan_a Texas corporation (collectively, the "Companies"), do by these presents makes, constitute and appoint: _ Jay P. Freertfi�aurie ll Dr lc, or Cynthia J. Young of San Bernardino, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority beret red Inmos name, place and stead, to execute, acknowledge andAelivf.Ta#VW d1nonds, recognizances, undertakings MorOther%strumefili or contracts of suretyship to include riders, ameflili a�nts of surety, providing the bond 1111M— does not'ekMd *****Three Million**�* - - Dollars Tis Power of Attorney shall expire without further action on November 3,-2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full .power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Auaney-in-Fact may be given full power and authority forandmlhe A tr a of and on behalf of the Company, to execute, acknowledge Sid deliver, any and all bonds, recognizances,-contracts, agreements or indemnity alio o�eonditional or obligatory undertakings, including any and all consents==the . release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Reserved that the signature of any authorized officer and seal of the Company heretofore or hereafter -affixed to any power of attorney or any certificate relating thcrc[o by 1ffi4imile, and any power of attorney or certificate bearing facsimile signature or facat�_e seal shall be valid and binding upon the Company with respect to any bond or undmaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to F-ee--signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES-SURErYC9OMPANY U.S. SPECIALTY INSURANCE COMPANY t0.PGi0R9 ti: `aoE58URFTh �C`�"\nauren'9i, By: _ a`�•"�ICe P .; P\ !o' ? os,, ` .' r%s a ��- Daniel P. A ui ar, V' resident '•,.,�C44fORMP,o`R '•.�9 ...... ... 's rgTFOFtO*:N,e ,...*1.., i -Aioi fury ptioiit r officer completing this certificate verifies only the identity of-Ihe nilividualwhMned the - li dosumen w it�atr�tt=ertificate is attached, and pot the truthfulness, accuracy, QOMtpMt dnsument:. beg AN County of Los Angeles SS: On this Iat day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Companywho proved to me on the basis of satisfactory evidence to be the person whose name ie7subscribed to the within instrument and acknowledged to me that he executed.thesame in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed tt�e instrument. I certify under PENALTY OF PERJURY under thelawsof the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. P57SABINA MORGENSTEIN Cornarlssion N 2129255 Signature - (Seal)N otary Public- California Los Angeles County Comm. Expires Nov 3,2011 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. _ - In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California tivs l day Of �, Corporate Seals 1rOoy Bond No. I VO�O 7l � I �% <° =w�, l', r;. � r a E Kin Lo, Assistant Secretary Agency No _ 3501_ 4l%rOftwAs�•` '"y9 v? ` grEO i6iA5 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, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed S&H Civilworks Page C-1 operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other S&H Civilworks Page C-2 endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its S&H Civilworks Page C-3 obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. S&H Civilworks Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/11/18 Dept./Contact Received From: Raymund Date Completed: 4/25/18 Sent to: Raymund By: Jan Company/Person required to have certificate: S & H Civilworks Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 2/15/18 — 2/15/19 A. INSURANCE COMPANY: Evanston Insurance Company B. AM BEST RATING (A-: VII or greater): A / XV INSURANCE COMPANY: Employers Mutual CasualtyCompany C. ADMITTED Company (Must be California Admitted): B. Is Company admitted in California? ❑ Yes ®No D. LIMITS (Must be $1M or greater): What is limit provided? $1M/$2M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must Is Company admitted in California? include): Is it included? (completed Operations status does ❑ No D. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND UM, $2M min for Waste Haulers): What is limits provided? COMPLETED OPERATIONS ENDORSEMENT (completed E Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City (What is limits provided?) its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be ❑ No G. included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured H. HIRED AND NON -OWNED AUTO ONLY: is not limited solely by their negligence) Does endorsement ❑ Yes ❑ No include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 2/15/18 — 2/15/19 A. INSURANCE COMPANY: Employers Mutual CasualtyCompany B. AM BEST RATING (A-: VII or greater) A / XIV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 2/15/18 —2/15/19 A. INSURANCE COMPANY: Everest National Insurance Company B. AM BEST RATING (A-: VII or greater): A / XIV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M 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? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 4/25/18 Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk management approval is needed due to the General Liability carrier being non -admitted 4/25/18 Risk Management approved use of non -admitted carrier. Approved: Risk Management " Subject to the terms of the contract. Date City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS Contract No. 7226-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7226-2 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: 3 -Le- i" $ :5,114 C1 V1L4jXX5 Date ��Qq) ao(ol181 j (j0g) L8*'8a21 Bidder's Telephone and Fax Numbers 10081.0140 &L�Az"A�' Bidder's License No(s). and Classification(s) Bidder's email address: Bidder Bidde s Authorized Signature and Title b 0 44an)p RZ cy w 44 %3211 Bidder's Address City of Newport Beach Lump Sum 1 PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS (C•7226-2), bidding on March 7, 2018 11:00 AM (Pacific) Bid Results 2 Surveying Services Bidder Details Vendor Name S&H Civilworks Address 1801 Hilltop Drive $5,000.00 Colton, CA 92324 3 Remove Existing Concrete Curb United States Respondee Jesse Sotto Respondee Title President $20.00 Phone 714-855-0909 Ext. 4 Remove Existing Concrete Block Wall Email jesse@sandhcivilworks.com Vendor Type License # $50.00 CADIR 5 Remove Existing Concrete Seat Wall Bid Detail Bid Format Electronic Submitted March 7, 2018 10:59:50 AM (Pacific) $100.00 Delivery Method Bid Responsive Bid Status Submitted Confirmation # 134260 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name Proposal Proposal.pdf Bond Bidders Bond.pdf Line Items Type Item Code UOM Qty Unit Price BASE BID (PENINSULA PARK 1 Mobilization File Type General Attachment Bid Bond Line Total Comment 1I11112tti.ds Ir. Page 1 Lump Sum 1 $5,000,00 $5,000.00 2 Surveying Services Lump Sum 1 $5,000.00 $5,000.00 3 Remove Existing Concrete Curb LF 60 $20.00 $1,200.00 4 Remove Existing Concrete Block Wall LF 280 $50.00 $14,000.00 5 Remove Existing Concrete Seat Wall LF 85 $100.00 $8,500.00 1I11112tti.ds Ir. Page 1 City of Newport Beach PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS (G7226-2), bidding on March 7, 2018 11:00 AM (Pacific) Bid Results Type Item Code uOM City Unit Price Lina Total Comment 6 Remove Existing Concrete Pavement SF 4200 $2.00 $8,400.00 7 Sawcut & Remove Existing AC Pavement SF 60 $2.00 $120.60 8 Remove Existing Concrete Bollard EA 1 $500.00 $500.00 9 Relocate Existing Electrical Pedestal EA 1 $500.00 $500.00 10 Relocate Existing Water Meter EA 2 $3,500.00 $7,000.00 11 Adjust Existing Water Meter to Grade EA 2 $500.00 $1,000.00 12 Adjust Existing Fire Ring to Grade EA 4 $500.00 $2,000.00 13 Sawcut & Remove Existing Concrete Stairs SF 30 $40.00 $1,200.00 14 Remove Existing Railing LF 30 $40.00 $1,200.00 15 Construct 4" Concrete Sidewalk SF 1400 $10.00 $14,000.00 16 Construct 4" Concrete Sidewalk with Diamond Scoring Pattern SF 2750 $12.00 $33,000.00 17 Construct Concrete Access Ramp EA 1 $4,500.00 $4,500.00 18 Construct Concrete Seat Wall LF 425 $200.00 $85,000.00 19 Furnish and Place AC Overlay (Variable Thickness) TON 110 $200.00 $22,000.00 20 Construct 8" AC Deeplift SF 60 $20.00 $1,200.00 21 Cold Mill Existing Pavement (Variable Depth) to 2" Below Prop FS SF 60 $4.00 $240.00 P1anatl3lds Inc. Page 2 City of Newport Beach Page 3 PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS (C-7226-2), bidding on March 7, 2018 11:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Regrade Adjacent Turf Area and Restore Irrigation System, as Required Lump Sum 1 $10,000.00 $10,000.00 23 Construct Type B PCC Curb (6") LF 60 $50.00 $3,000.00 24 Construct Concrete Stairway CY 3 $800.00 $2,400.00 25 Furnish and Place Metal Hand Railing LF 20 $80.00 $1,600.00 26 A"uilt Plans - Peninsula Park Lump Sum 1 $1,500.00 $1,500.00 Subtotal $234,060.00 ADDITIVE BID ITEM (BAYVIEW PARK) 27 Mobilization Additive Bid Item 1 Lump Sum 1 $15,000.00 $15,000.00 28 Surveying Services Additive Bid Item 2 Lump Sum 1 $4,000.00 - $4,000.00 29 Clearing and Grubbing Additive Bid Item 3 Lump Sum 1 $4,000.00 $4,000.00 30 Remove and Dispose Existing Wood Stairs and Railing Additive Bid Item 4 Lump Sum 1 $25,000.00 $25,000.00 31 Fine Grade 8 Compact Subgrade Additive Bid Item 5 SF 700 $10.00 $7,000.00 32 Construct 4" Concrete Sidewalk Additive Bid Item 6 SF 80 $20.00 $1,600.00 33 Construct Concrete Stairway Additive Bid Item 7 CY 5 $10,000.00 $50,000.00 34 Furnish and Place Metal Hand Railing Additive Bid Item 8 LF 70 $200.00 $14,000.00 35 Plant Groundcover and Shrubs to Match Adjacent Plant Materials Additive Bid Item 9 Lump Sum 1 $20,000.00 $20,000.00 36 As -Built Drawings - Bayview Park Additive Bid Item 10 Lump Sum 1 $1,500.00 $1,500.00 Subtotal $142,100.00 Total $376,160.00 Planv'triitla. Inc. City of Newport Beach Page 4 PENINSULA PARK AND BAVVIEW PARK IMPROVEMENTS (C-7226-2), bidding on March 7, 2018 11:00 AM (Pacific) Printed 03/29/2018 Bid Results Subcontractors Name & Address Description License Num CADIR Amount Type CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS CONTRACT NO. 7226-2 PART 1 - GENERAL PROVISIONS SP -1 SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS SP -1 1-2 TERMS AND DEFINITIONS SP -1 SECTION 2 - SCOPE AND CONTROL OF THE WORK SP -1 2-1 AWARD AND EXECUTION OF THE CONTRACT SP -1 2-5 PLANS AND SPECIFICATIONS SP -2 2-5.2 Precedence of Contract Documents SP -2 2-6 WORK TO BE DONE SP -2 2-9 SURVEYING SP -2 2-9.1 Permanent Survey Markers SP -2 2-9.2 Survey Service SP -3 SECTION 3 - CHANGES IN WORK SP -3 3-3 EXTRA WORK SP -3 3-3.2 Payment SP -3 3-3.2.2 Basis for Establishing Cost SP -3 3-3.2.3 Markup SP -3 SECTION 4 - CONTROL OF MATERIALS SP -4 4-1 MATERIALS AND WORKMANSHIP SP_4 4-1.3 Inspection Requirements 5P-4 4-1.3.1 General SP -4 SECTION 5 - UTILITIES SP -4 5-1 LOCATION SP -4 5-1.1 General SP -4 5-2 PROTECTION SP -5 5-4 RELOCATION SP -5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK SP -5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK SP -5 6-1.1 Construction Schedule SP -5 6-7 TIME OF COMPLETION SP -6 6-7.1 General SP -6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY SP -7 6-9 LIQUIDATED DAMAGES SP -7 6-11 SEQUENCE OF CONSTRUCTION SP -7 6-11.1 Sequence of Construction. In order to meet the contract schedule, the contractor will construct this project in two phases. The Peninsula Park improvements will be constructed first and will need to be complete before Memorial Day, May 28, 2018. Bay View Park improvements will be constructed after the Peninsula Park improvements are complete. SP -7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR SP -8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES SP -8 7-1.2 Temporary Utility Services SP -8 7-2 LABOR SP -8 7-2.2 Prevailing Wages SP -8 7-7 COOPERATION AND COLLATERAL WORK SP -8 7-8 WORK SITE MAINTENANCE SP -8 7-8.4 Storage of Equipment and Materials SP -8 7-8.4.2 Storage in Public Streets SP -8 7-8.6 Water Pollution Control SP -9 7-8.6.2 Best Management Practices (BMPs) SP -9 7-10 SAFETY SP -9 7-10.4 Safety 5P-9 7-10.4.1 Work Site Safety SP -9 7-10.5 Security and Protective Devices SP -10 7-10.5.3 Steel Plate Covers SP -10 SECTION 9 - MEASUREMENT AND PAYMENT SP -10 9-2 LUMP SUM WORK SP -10 9-3 PAYMENT SP -10 9-3.1 General SP -10 9-3.2 Partial and Final Payment. SP -15 PART 2 - CONSTRUCTION MATERIALS SP -15 SECTION 200 — ROCK MATERIALS SP -15 200-2 UNTREATED BASE MATERIALS SP -15 200-2.1 General SP -15 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS SP -15 201-1 PORTLAND CEMENT CONCRETE SP -15 201-1.1 Requirements SP -15 201-1.1.2 Concrete Specified by Class and Alternate Class SP -15 201-2 REINFORCEMENT FOR CONCRETE SP -15 201-2.2 Steel Reinforcement SP -15 201-2.2.1 Reinforcing Steel SP -15 SECTION 203 — BITUMINOUS MATERIALS SP -16 203-6 ASPHALT CONCRETE SP -16 203-6.5 Type III Asphalt Concrete Mixtures SP -16 PART 3 - CONSTRUCTION METHODS SP -16 SECTION 300 - EARTHWORK SP -16 300-1 CLEARING AND GRUBBING SP -16 300-1.3 Removal and Disposal of Materials SP -16 300-1.3.1 General SP -16 300-1.3.2 Requirements SP -17 SECTION 302 - ROADWAY SURFACING SP -17 302-5 ASPHALT CONCRETE PAVEMENT SP -17 302-5.1 General SP -17 302-5.8 Manholes (and Other Structures) SP -17 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions SP -17 SP -17 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION SP -18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS SP -18 303-5.1 Requirements SP -18 303-5.1.1 General SP -18 PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 601— WORK AREA TRAFFIC CONTROL 601-1 GENERAL PART 8 — LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIAL 800-1.1 Topsoil 800-1.1.1 General SECTION 801- INSTALLATION 801-1 GENERAL 801-6 MAINTENANCE AND PLANT ESTABLISHMENT SP -18 SP -18 SP -18 SP -18 SP -18 SP -18 SP -18 SP -18 SP -18 SP -18 SP -20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PENINSULA PARK AND BAYVIEW PARK IMPROVEMENTS CONTRACT NO. 7226-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. P -5260-S); (3) the City's Design Criteria Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources 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 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class A General Engineering Contractors License. At the start of work and until SP -1 completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of the following: Peninsula Park • Remove existing walkways and block walls • Construct new walkways • Construct seat walls • Minor utility relocations • Pavement overlay of existing AC pathway • Remove and reconstruct existing restroom stairway and railings • Minor grading and irrigation restoration Bayview Park • Remove existing wood stairs and railing • Construct sidewalk • Construct new concrete stairway with railings • Minor landscape restoration 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling 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 SP -2 the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor 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. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Eric Metz, LS (Metz Surveying) and can be contacted at (661)338-5845. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be SP -3 applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. Man 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies 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. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Rim Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 70 consecutive working days after the date on the Notice to Proceed. Contractor will need to have Peninsula Park improvements completed prior to May 28, 2018. Contractor should expect Notice to Proceed April 2, 2018. Preconstruction meeting will be held last week of March. Bay View Park improvements will be constructed after Peninsula Park. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:00 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 4:00 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. The following days are designated City holidays and are non -working days: 1. January 1 st (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 41h (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 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 It (New Year's Eve) SP -6 If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after May 28, 2018 as specified in Section 6-7-1 for completion of the work for Peninsula Park, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. Contractor will be required to have Bay View Park improvements completed by July 10, 2018. For each consecutive calendar day after July 10, 2018, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. 6-11 SEQUENCE OF CONSTRUCTION 6-11.1 Sequence of Construction. In order to meet the contract schedule, the contractor will construct this project in two phases. The Peninsula Park improvements will be constructed first and will need to be complete before Memorial Day, May 28, 2018. Bay View Park improvements will be constructed after the Peninsula Park improvements are complete. SP -7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SP -9 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be 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: Peninsula Park Improvements Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 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. SP -10 Item No. 3 Remove Existing Concrete Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete curb, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 4 Remove Existing Concrete Block Wall: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete block walls, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 5 Remove Existing Concrete Seat Wall: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete seat walls, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 6 Remove Existing Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete pavement, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 7 Sawcut and Remove Existing AC Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for sawcutting, removing and disposing the existing asphalt concrete pavement, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 8 Remove Existing Concrete Bollard: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the concrete bollard, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 9 Relocate Existing Electrical Pedestal: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for relocating the existing electrical pedestal, restoring all existing conduits and wiring improvements, and all other work items as required to complete the relocation as delineated on the project plans. Item No. 10 Relocate Existing Water Meter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for relocating the existing water meters, restoring all existing conduits and piping, and all other work items as required to complete the relocation as delineated on the project plans. SP -11 Item No. 11 Adjust Existing Water Meter to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for adjusting the water meter to grade and restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12 Adjust Existing Fire Ring to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for adjusting concrete fire rings to grade and restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 13 Sawcut and Remove Existing Concrete Stairs: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for sawcutting, removing and disposing the existing concrete stairs, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 14 Remove Existing Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing stairway hand railing, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 15 Construct 4" Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete sidewalk, furnishing and placing expansion joint material, and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 16 Construct 4" Concrete Sidewalk with Diamond Scoring Pattern: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete sidewalk with banding and scoring as depicted on detail F on sheet 6 of the plans, furnishing and placing expansion joint material, and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 17 Construct Concrete Access Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete access ramp, placing and compacting the underlying subgrade, and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 18 Construct Concrete Seat Wall: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete seat wall, furnishing and placing all reinforcing steel, and all other work items as required to complete the work in place to the line and grade depicted on the project plans. SP -12 Item No. 19 Furnish and Place Asphalt Concrete Overlay: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete overlay and all other work items as required to complete the work in place. Item No. 20 Construct 8" AC Deeplift: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete slot pave deeplift and all other work items as required to complete the work in place. Item No. 21 Cold Mill Existing Pavement (Variable Depth): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Item No. 22 Regrade Adjacent Turf Area and Restore Irrigation System: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for regrading and restoring the turf are adjacent to the proposed walkway, hauling and disposing all waste material offsite, and all other work items as required to complete the work in place. Item No. 23 Construct Type B Concrete Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading, forming and constructing concrete curb and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 24 Construct Concrete Stairway: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading, forming and constructing the concrete stairways and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 25 Furnish and Place Metal Hand Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to furnish and install metal hand railings on the concrete stairways at the locations depicted on the plans and in conformance with the project details on the plans. Bavview Park Improvements Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. SP -13 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 Clearing and Grubbing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing appurtenances, plant material, tree trunks and roots, rodents and any rodent damage, debris and all other work items as required to complete the necessary removal and disposal. Item No. 4 Remove Existing Wood Stairs and Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing wood staircase and railing, restoring all existing improvements damaged by the work, and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 5 Fine Grade and Compact Subgrade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to fine grade and compact the subgrade under and adjacent to the proposed staircase and all other work items as required to complete the removal and disposal as delineated on the project plans. Item No. 6 Construct 4" Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete sidewalk, furnishing and placing expansion joint material, and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 7 Construct Concrete Stairway: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading, forming and constructing the concrete stairways and all other work items as required to complete the work in place to the line and grade depicted on the project plans. Item No. 8 Furnish and Place Metal Hand Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to furnish and install metal hand railings on the concrete stairways at the locations depicted on the plans and in conformance with the project details on the plans. Item No. 9 Plant Groundcover and Shrubs to Match Adjacent Plant Materials: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for regrading and restoring the area under and adjacent to the existing wood stairway being removed with plant materials match adjacent existing plant materials. This item also includes hauling and disposing all waste material offsite, SP -14 retrofitting adjacent irrigation to get proper coverage, if required, and all other work items as required to complete the work in place. Item No. 10 As Builts: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date for both locations and submitted to the engineer prior to request for payment. An amount of $3,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the contractor the importance of as -built drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payment for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel SP -15 Reinforcing steel shall be epoxy coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be III -C3 -PG 64-10 RAP. Asphalt concrete base course shall be III -B2 -PG 64-10 RAP. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 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 found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General 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. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 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. SP -16 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, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. 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. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks 1/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top two (2) inches of asphalt concrete (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SP -17 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction. PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIAL 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 GENERAL The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet with the City's Urban Forester a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. SP -18 The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 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. 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. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SP -19 801-6 MAINTENANCE AND PLANT ESTABLISHMENT The maintenance and plant establishment period shall be for a period of (90) calendar days. SP -20