HomeMy WebLinkAboutC-7442-1 - Street Pavement Repair ProgramJune 11. 2020
EBS General Engineering, Inc.
Attn: Joseph A. Nanci
1320 E. Sixth Street, Suite 100
Corona, CA 92879
Subject: Street Pavement Repair Program — C-7442-1
Dear Mr. Nanci:
l3; Iy f ; t .,it-. sAi_ r i
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039Fnx
newportbeachca.gov
On June 11, 2019, 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
June 13, 2019 Reference No. 2019000205629. The Surety for the contract is Suretec
Insurance Company and the bond number is 4424732. Enclosed is the Faithful
Performance Bond.
Sincerely,
,I i
Leilani I. Brown, MMC
City Clerk
Enclosure
EXECUTED IN TWO COU14—,RPARTS
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 4424732
FAITHFUL PERFORMANCE BOND
BOND #4424732
PREMIUM $4,564
The premium charges on this Bond is $4,564 , being at the
rate of $ 10.80 PER thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to EBS
General Engineering, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) obtaining encroachment
permit from City of Irvine Engineering; (2) distributing construction notices to affected
businesses and residents; (3) establishing traffic control for construction; (4) grinding
existing pavement and reconstructing and overlaying roadway; (5) removing roots and
installing root barriers; (6) removing and reconstructing curb and Portland Cement
Concrete ("PCC") maintenance strip; (7) adjusting utilities to grades; (8) installing traffic
striping, pavement markings, and raised pavement markers; (9) coordinating with outside
utility owners to have their utility facilities raised to grade; and (10) other incidental items
to be completed in work place required by the Plans and Specifications 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 QURETEC 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 Four
Hundred Twenty Two Thousand Six Hundred Thirty Dollars and 00/100
($422,630.00) 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.
EBS General Engineering, Inc. Page B-1
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.
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 13TH day of DECEMBER
EBS GENERAL ENGINEERING, INC
Name of Contractor (Principal) Aut 'zed 'gnature/Titl� A- tv,�o. PfmAen4
SURETEC INSURANCE COMPANY
Name of Surety A rized en gna iare
3131 CAMINO DEL RIO N., #1450
SAN DIEGO, CA 92108
Address of Surety
(619) 400-4100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: I/ % OA
By: Iku
For: Aaron C. Harp amo 1
City Attorney
CHARLES L. FLAKE, ATTORNEY—IN—FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF -
CONTRACTOR AND SURETY MUST BE ATTACHED
EBS General Engineering, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside }ss,
On December 18 20.1$_ before me, _ Jessica Licea
Notary Public, personally appeared _Joseph Anthony Nanci
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. JESSICA LICEA
Notary Public - California
70 Riversldecounty 's
Commission X 2215630
C e A�� My Comm. Expires Oct 21, 2021
Sign tura (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 befo>o_rfie,
Notary Public, personally appeared
proved to me on the basis of satisfactory,,Pvfdence to be the person(s) whose name(s) is/are
subscribed to the within instrument and a nowledged to me that he/she/they executed the same
in his/her/their authorized capacity(iElo, 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)
EBS General Engineering, Inc. yPage B-3
.NIAALL-PURPOSE ACKNOW _..:DGMENT
Aota
nry public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 12-13-18
Dale
before me, Lexie Sherwood , Notary Public,
Insert Name of Notary exactly as it appears on the official seal
personally appeared Charies L. Flake
XIE SHERWOOD
COMM. # 2203287
NOTARY PU800 • CALIFORNIA
ORANGE COUNTY
Comm. Exp. JULY 27, 2021
vvwwwv
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s)is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and offfic�ial $aa I.
If
Signature �Not�4%� � �—
Place Notary Seal Above Signature o o ryPu is eXle Sherwood
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):_
❑ Partner El Limited ❑General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s): _
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
PVA a: 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know AU Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing tinder the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attomey-in-fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal
of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
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:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizarices, contracts, agreements or indemnity and other conditional or obligatory undertakings 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 Resolved 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 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. (Adopted at a meeting held on 10 of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to
be hereto affixed this 28th day of September , A.D. 2018 .
SURETEC CE PANX
`aSURAIdpFC
By:
Jr., C
State of Texas ss: ��W,+ ?
County of Harris ......
On this 28th day of September , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say,
that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
r f ilin N 1111
n ai;I'fl,! if lex.o;
nn i al s o9 -10.209. 0
1,q n1 129 1 7053
Xet ' nvez, Notary Public
commission expires September I , 2020
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my (nand and the seal of said Company at Houston, Texas this 13711 day of DEC BER 2018, A.D.
Br tZe,yAssi tent Secreta
Any Instrument issued In excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (T1 3) 812-0800 any business day between 8:30 am and 6:00 pm CST.
August 19, 2019
EBS General Engineering, Inc.
Attn: Joseph A. Nanci
1320 E. Sixth Street, Suite 100
Corona, CA 92879
Subject: Street Pavement Repair Program C-7442-1
Dear Mr. Nanci:
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 Fax
newportbeachca.gov
On June 11, 2019 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
June 13, 2019, Reference No. 2019000205629.
Company and the bond number is 4424732.
Bond.
Sincerely,
1^
/r!�l�1er-r//
Leilani I. Brown, MMC
City Clerk
Enclosure
The Surety for the bond is Suretec Insurance
Enclosed is the Labor & Materials Payment
EXECUTED IN TWO COUI &PARTS BOND 114424732
PREMIUM: INCLUDED IN
PERFORMANCE BOND
-WAV C 2
CITY OF NEWPORT BEACH
BOND NO. 4424732
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to EBS
General Engineering, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) obtaining encroachment
permit from City of Irvine Engineering; (2) distributing construction notices to affected
businesses and residents; (3) establishing traffic control for construction; (4) grinding
existing pavement and reconstructing and overlaying roadway; (5) removing roots and
installing root barriers; (6) removing and reconstructing curb and Portland Cement
Concrete ("PCC") maintenance strip; (7) adjusting utilities to grades; (8) installing traffic
striping, pavement markings, and raised pavement markers; (9) coordinating with outside
utility owners to have their utility facilities raised to grade; and (10) other incidental items
to be completed in work place required by the Plans and Specifications 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, SURETEC 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 Four
Hundred Twenty Two Thousand Six Hundred Thirty Dollars and 00/100
($422,630.00) 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
EBS General Engineering, Inc. Page A-1
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
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 13TH day of DECEMBER A , 20 18-.
EBS GENERAL ENGINEERING INC
Name of Contractor (Principal)
SURETEC INSURANCE COMPANY
Name of Surety
3131 CAMINO DEL RIO N., #1450
SAN DIEGO, CA 92108
Address of Surety
(619) 400-4100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: I / S/ Zol o
By a j<, -4
Fur. Aaron C. Harp^ Stw
City Attorney
Authorized
CHARLES L. FLAKE, ATTORNEY-IN-FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
EBS General Engineering, Inc. Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside } ss.
On December 18 2018 before me, Jessica Licea
Notary Public, personally appeared _,Joseph Anthony Nanci
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.
JESSICA LICEA
_ Notary Public - California
2�—
RiversideCountyCommission # 2215630Sign Ufe My Comm. EXPIres Oct 21, 2021(seal) i -- — w�
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 rhe,
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(iesj, 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 Fund and official seal.
Signature
(seal)
EBS General Engineering, Inc Page A-3
CALIFC- MA ALL-PURPOSE ACKNOVN_..cDGMENT
A notary public or other officer cpmpleting this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 12-13-18 before me, Lexie Sherwood , Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Charles L. Flake
Name(s) of Slgner(s)
PLEXI SHERWOOD
COMM. # 2203287 3
NOTARY PUBLIC *CALIFORNIA
ORANGE COUNTY
Comm. Exp. JULY 27, 2021
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 helshe/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
al
Witness my hand and GU seal.
i
Signature re
Place Notary Seal Above Signature of Notary ubllc exlee.��l rwoo —
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):_
❑ Partner El Limited ❑General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s): _
❑ Partner ❑Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
PoA p; 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attorney-in-fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal
of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
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:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings 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 Resolved, 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 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. (Adopted at a meeting held on 20 of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to
be hereto affixed this 28th day of September, A.D. 2018 .
CNOFSURETEC l CE PANY
q RBy: ;'D€ John Jr.,CState of Texas ss:.5;)
County of Harris
On this 28th day of September , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say,
that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
" v.J1F [ rlAVill
--lJrr�ry R,hhc, 5:.la fr ul TtlxaS
09,10 20,20
129117069
Xegil avez, Notary Public
d, commission expires September 1 , 2020
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 13T1 day of DE LIBER 201 A.D.
Br t eaty, Assistant Secreta
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 6:00 pm CST.
Batch 4694164 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 2 of 2
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIJIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIII[IIIIIIIII NO FEE
.$ k 0 0 1 a 9 0 1 z 7 1$
2019000205629 8:21 am 06/13/19
90 SC5 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 EBS General Engineering, Inc.,
Corona, California, as Contractor, entered into a Contract on November 13, 2018. Said
Contract set forth certain improvements, as follows:
Street Pavement Repair Program - C-7442-1
Work on said Contract was completed, and was found to be acceptable on
June 11. 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Suretec Insurance Company.
BY e
Public Works Directo
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on V I/I,u 'Z t at Newport Beach, California.
M
https:Hgs.secure-recording.com/Batch/Confirmatioti/4694164 06/13/2019
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 EBS General Engineering, Inc.,
Corona, California, as Contractor, entered into a Contract on November 13, 2018. Said
Contract set forth certain improvements, as follows:
Street Pavement Repair Program - C-7442-1
Work on said Contract was completed, and was found to be acceptable on
June 11, 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Suretec Insurance Company.
BY'�—�J /Jl� )
Public Works Directo
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on V Ru I ` "I at Newport Beach, California.
BY A�db��
City- CI r
CITY CIRK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:30 AM on the 9th day of October, 2018,
at which time such bids shall be opened and read for
STREET PAVEMENT REPAIR PROGRAM 19R03
Contract No. C-7442-1
$450,000
Engineer's Estimate
:haul J. Sinacori
n,dCity Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanylD=22078
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Ben Davis, Project Manager at (949) 644-3317
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca. gov/govern ment/open-transr)a rent/on line-services/bids-rfps-
vendor-registration
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
TABLE OF CONTENTS
NOTICEINVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 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
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office)
DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be
signed)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date).
Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the
Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original copies must
be submitted to the City Clerk's Office by the Bid Opening Date.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
3
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
0
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
720016 A President
Contractor's License No. & Classification Authorized Signature/Title
1000005295 EXP 3/31/20
DIR Reference Number & Expiration Date
EBS General Engineering, Inc.
Bidder
5
10/11/18
Date
BOND/f 3-B
PREMIUM: NIL
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID
Dollars ($ 10% ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of STREET
PAVEMENT REPAIR PROGRAM, Contract No. C -7442 -lin 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 4TH
EBS GENERAL ENGINEERING, INC.
Name of Contractor (Principal)
SURETEC INSURANCE COMPANY
Name of Surety
3131 CAMINO DEL RIO N. #1450
SAN DIEGO, CA 92108
Address of Surety
(619) 400-4100
Telephone
day of OOCTOBER 2018.
Authorized Signature/Title Joseph A. Nanci, President
f
Authorized Agent Signature
SPENCER FLAKE/ATTORNEY-IN-F
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
1*1
CALIFORNIA ALL-PURPOSE 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 g of Orange
On 10/4/18 before me,
Erin A. Sherwood Notary Public,
Date
Insert Name of Notary exactly as it appears on the official seal
personally appeared Spencer Flake
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
ERIN A. SHERWOOD
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
J.;,; Commission # 2118628
a
acted, executed the instrument.
Z�Notary Public - California �
y"
z Orange Cow,Yy p
My Comm. Expires Jul 6, 2019
I certify under PENALTY OF PERJURY under the laws of
foregoing is true
the State of California that the paragraph
and correct.
Witness my hand and official seal.
Signature _ 2 �d
Place Notary Seal Above
Signatu otary Public Erin . Sherwood
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 the 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:
ame:❑
Signer's Name.-
F-1Individual
❑ Individual
❑ Corporate Officer—Title(s):
❑ Corporate Officer —Title(s):
❑ Partner ❑ Limited ❑ General
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact RIGHT THUMBPRINT
❑ Attorney in Fact RIGHTTHUMBPRINT
❑ Trustee OF
❑ Trustee OF
❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here
❑ Other:
❑ Other:
Signer is Representing:
Signer is Representing:
CALIFORNIA ALL PURPOSE 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 Riverside
On October 12, 2018
Dote
before me ,
Public, personally appeared Joseph Nanci
Name(s) of Signer(s)
K. Fairweather
Insert Nome and Title of the officer
Notary
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
W;TINSS my h d and official seal.
Sre:
K. FAIRWEATHER
Notary Public - California
Z Riverside County Z
Z ' Commission # 2149313 r
My Comm. Expires Apr 21, 2020
a..._.,.,._..,w_ _ .
------------------------------------------------------------- OPTIONAL -------------------------------------------------------------
Though this section is optional, completing this information can deter alteration of the document or fraudulent
attachment of this form to an unintended 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)
Signers Name:
❑ Corporate Officer—Title(s)
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
Signers Name:
❑ Corporate Officer — Title(s)
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
POA#: 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attorney-in-fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment shall continue in force until 9/10/2020 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
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:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings 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 Resolved, 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 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. (Adopted at a meeting held on 20'h of April,
1999)
In Witness Whereof,.SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 8th day of August , A.D. 2017 .
rummnmunum, SURETECT!2E ANY
� vRAN�
�C'�S X eco
q t By:
LU : w ) nz John Knox , res/ nt
State of Texas ss: rr 1 C ; f F�
County of Harris •••..........
On this 8th day of August , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that
he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
XENIA CHAVEZ
Notary Public, State of Texas
^9+� Comm. Expires 09-10-2020
Notary ID 129117659 X to avez, Notary Public
00014000�y commission expires September 10, 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 4TH dqY
of
C $ER
2018 A.D.
B
etary
nt Be
y, Assistant Se
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
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:
Pavement Recycling Systems, Inc.
Address: 10240 San Sevaine Way Jurupa
alley
COLD MILL
Phone:
951-682-1091
#11 &22
State License Number: 569352
10.3%
DIR Reference: 1000003363
jkaragas@pavementrecyc
ling.com
Email Address:
Name: BC Traffic Specialist
Address: 638 W. Southern Ave., Orange
Phone:
#4
Striping
714-974-1190
4%
State License Number: 877686
DIR Reference: 1000005503
alexm@bctraffic.com
Email Address:
Name: Traffic Loops Crackfilling, Inc.
Address: 946 S. Emerald St, Anaheim
714-520-4026
Loops
Phone:
#20
3.7%
State License Number: 652956
1000003794
DIR Reference:
Email Address estimatin @ticinc-ca.co
EBS General Engineering, Inc. Z Z_K1 President
Bidder Authorized SignaturefTitle
0
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name EBS General Engineering, Inc.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $120,000, provide the following information:
No. 1
Project Name/Number FY 2016/2017 Arterial and Minor Streets Maintenance
Project Description Street maintenance - asphalt, crackfill, glaspav, minor pcc, adjust utilties
Approximate Construction Dates: From 9/2017
Agency Name City of Rivreside
To: 9/2018
Contact Person Steve Howard Telephone (
951-826-5708
Original Contract Amount $4,594,000Final Contract Amount $ 4,574,042.87
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work performed balancing change orders
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
10
No. 2
Project Name/Number Westminster Ave Improvements
Project Description Street Improvements - asphalt, minor pcc, adjust utilities, cold milling
Approximate Construction Dates: From 6/2018 To: on-going
Agency Name City of Santa Ana
Contact Person Tyrone Chesanek Telephone ( ) 714-647-5074
Original Contract Amount $1,399,OOOFinal Contract Amount $ tbd
If final amount is different from original, please explain (change orders, extra work, etc.)
Tbd - project still on-going
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number Concrete Street Rehabilitation, FY 2015-16
Project Description Minor Concrete, Street Improvements
Approximate Construction Dates: From 7/2016 To:
Agency Name City of Orange
10/2016
Contact Person Matthew Lorenzen, Telephone ( ) 714-744-5566
Original Contract Amount $ 574,850 Final Contract Amount $ 579,231.96
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work performed
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
11
No. 4
Project Name/Number CONCRETE REPAIR PROGRAM EAST SIDE -PHASE VII
Project Description Concrete repairs
Approximate Construction Dates: From 4/2018
Agency Name City of West Hollywood
To: 6/2018
Contact Person Mila Sologub Telephone ( ) 323-848-6338
Original Contract Amount $ 316,300 Final Contract Amount $ 316,300
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Number ALDERDALE NEIGHBORHOOD REHAB; W.O. NO 6
Project Description Street improvements - minor pcc asphalt slurry seal ad; ust utilities
Approximate Construction Dates: From 3/2018 To: 4/2018
Agency Name _ City of Anaheim
Contact Person Lorenzo Rea Telephone ( )
714-765-6893
Original Contract Amount $ 499,253 Final Contract Amount $ 514,973
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work performed
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
12
No. 6
Project Name/Number PEDESTRIAN SAFETY ENHANCEMENT PROJECT 2015/16 & 2016/17
Project Description Street improvements - minor pcc, utilities, striping
Approximate Construction Dates: From 8/2017 To: 11/2017
Agency Name City of Murrieta
Contact Person Mai Son
Telephone (
951-461-6085
467,859
Original Contract Amount $ Final Contract Amount $ 479,174.13
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra work, change orders
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
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
sufficiently comprehensive to permit an appraisal of the COn# actor,
conditions. ' 77
EBS General Engineering, Inc.
Bidder Authorized Signatu
13
ar information
rrent financial
President
William E. Ellis, Jr.
1320 E. Sixth Street Ste 100
Corona, CA 92879
Cell: (714) 448-1136
Current Position:
EBS General Engineering, INC.
Corona, CA July 2005 — Present
Project Manager
2005 -Present
Insurance Claims Liaison
2007 -Present
Safety Officer
2008 -Present
Prior Experience:
Seal Black/Helmick Asphalt
Operations Manager
Foreman
Operator
Bay Alarm Company
Foreman
Laborer
Capabilities/Experience:
• Customer Relations/Service
• Communications
• Project Supervisor
• Project Cost Estimation
• Project Comprehension
• Project Management
• Materials Submittals/Compliance
• Asphalt Paving Management
• Concrete Masonry Management
• Industrial Security Systems Installation
Garden Grove, CA
Oakland, CA
April 1987 —July 2005
• Project Safety Supervisor
• Employee Safety Liaison
• Change Order Execution
• BIT Compliance
• Traffic Control Planning
• SWPPP Planning/Compliance
• Railroad Safety Courses
• OSHA Compliance
• CPR Certified
• Tail -Gate Safety Meeting Organizer
1979-1987
William (Willie) has 30 plus years experience in multiple areas of the construction industry. His experience with
industrial and infrastructure construction has afforded him a skill -set of high productivity within the organization. As a
project manager at EBS, Willie executes contract compliance, purchase orders and sub -contracts, project review,
material submittals and compliance, and coordination with various agencies, contractors, developers and engineering
firms. He also helps EBS to obtain the necessary encroachment and building permits, city standards and plans, and
safety programs for all projects big and small.
During Willie's 30 years in the industry, he has also been intermittently certified on various safety programs such as
railroad safety programs, OSHA Certified Safety programs, and CPR certification classes. His extensive and
comprehensive construction background makes Willie a pivotal component of EBS's organizational structure.
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Orange )
Joseph A. Nanci being first duly sworn, deposes and says that he or she is
President of EBS General Engineering, Inc_, the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California tha the fore in is true and correct.
EBS General Engineering, Inc
Bidder Authorized Signature/Title Joseph A. Nanci, President
Subscribed and sworn to (or affirmed) before me on this A`I`I day of 2018
r
by �_.�EjS��Y\ \�l�Jl�(� proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the St e of California that the foregoing
paragraph is true and correct.
RWE ATHER Notary Public
K. FAI
Notary Public - California
[SEAL]Riverside County z
Z ' Commission # 2149313 D
My Comm. Expires Apr 21, 2020
14
My Commission Expires: ✓ &U
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
DESIGNATION OF SURETIES
Bidder's name EBS General Engineering, Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
.3
Culbertson Insurance Services - 5500E Santa Ana Canyon Rd Ste 201
Anaheim CA 92807 - (714) 921-0530
Inv -ensure Insurance Services - 17991 Cowan Irvine CA 92614 (949) 756-4100
15
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name EBS General Engineering, Inc.
Record Last Five (5) Full Years
Current Year of Record
on 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
126
165
151
144
145
122
853
Total dollar
Amount of
Contracts (in
23,759
22,823
16,735
Thousands of $
25,633
19,804
14,946
123,700
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
4
2
4
6
1
1
18
No. of lost
workday cases
involving
permanent
transfer to
0
0
0
0
0
0
0
another job or
termination of
employment
'he informati
on 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 EBS General Engineering, Inc.
Business Address: 1320 E. Sixth St., Ste 100 Corona CA 92879
Business Tel. No.: 951-279-6869
State Contractor's License No. and 720016 A
Classification:
Title President
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 10/11/18
Title _ President
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.
jNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL PURPOSE 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 Riverside )
On October 12, 2018 before me ,
Date
Public, personally appeared Joseph Nanci
Name(s) of Signer(s)
K. Fairweather
Insert Name and Title of the officer
Notary
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
WITNESS my h nd and official seal.
Sign re:
K. FAIRWEATHER
Notary Public - California
Z : �a Riverside County z
Z ' Commission # 2149313
My Comm. Expires Apr 21, 2020
------------------------------------------------------------- OPTIONAL -------------------------------------------------------------
Though this section is optional, completing this information can deter alteration of the document or fraudulent
attachment of this form to an unintended 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)
Signers Name:
❑ Corporate Officer — Title(s)
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
Signers Name:
❑ Corporate Officer—Title(s)
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
ACTION AND RESOLUTION BY
THE BOARD OF DIRECTOR OF
EBS GENERAL ENGINEERING, INC
A CALIFORNTA CORPORATION
All of the Board of Directors of EBS General Engineering, Inc., desiring to insure
that all the proper and authorized individuals, who have corporate authority to bind the
said corporation to any and contracts executed by such authorized individuals, have been
approved by the board of directors of EBS General Engineering, held a meeting on
January 3, 2010.
The Board, following a review of the foregoing matter, and upon motion made and
seconded, the Board of Directors hereby determines and votes unanimously as follows:
BE IT THEREFORE RESOLVED that Joseph Nanci is hereby designated, authorized
and empowered, to be duly authorized with all the attendant powers and authorizations
related thereto, to bind, obligate and commit EBS General Engineering, Inc. to any and
all contracts executed by and between EBS General Engineering, Inc. and any other
contracting party.
There being no further or pending business before the Board, the meeting was
adjourned.
BOARD OF DIRECTORS
Date: January 3, 2010
.loseplanei, SoADirector
ATTESTATION
I, being the Secretary of the above referenced corporation, do hereby certify that the
above resolution is the resolution of the corporation.
Dated:
Josep anc�Secretaryy
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name EBS General Engineering, Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Si nature
1 10/4/18
18
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: EBS General Engineering, Inc.
Business Address: 1320 E. Sixth St., Ste 100 Corona CA 92879
Telephone and Fax Number: 951-279-6869
California State Contractor's License No. and Class: 720016 A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 3/31/96 Expiration Date: 3/31/20
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:
Joseph A. Nand, President
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
Joseph A. Nand, President 1320E Sixth St Ste 100 Corona CA 92879 951-279-6869
Corporation organized under the laws of the State of CA
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
None
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
N/A
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
No
Have you ever failed to complete a project? If so, explain.
No
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 com liance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes Qo
20
Are any claims or actions unresolved or outstanding? Yes / o�
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Joseph A. Nanci
(Print name of Owr or President
of Corpor tion/Co pany)
EBS General Engineering, Inc. President
Bidder Authorized Signature/Title
President
Title
10/11/18
Date
On �&4 pe ore me, _ b :�t'&,AN�'tary Public, personally appeared
whu proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true -and correct.
and and official seal.
Public in and for said State
My Commission Expires:
21
K. fAIRWEATHER
(SEAL) Notary Public - California
' Riverside County i
Commission # 2149313 D
My Comm. Expires Apr 21, 2020
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
r r -1 f,,e r,
STREET PAVEMENT REPAIR PROGRAM
CONTRACT NO. 7442-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day
of November, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH,
a California municipal corporation and charter city ("City"), and EBS GENERAL
ENGINEERING, INC., a California corporation ("Contractor"), whose address is 1320 E.
Sixth Street, Suite 100, Corona, California 92879, and is made with reference to the
following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of: (1) obtaining
encroachment permit from City of Irvine Engineering; (2) distributing construction
notices to affected businesses and residents; (3) establishing traffic control for
construction; (4) grinding existing pavement and reconstructing and overlaying
roadway; (5) removing roots and installing root barriers; (6) removing and
reconstructing curb and Portland Cement Concrete ("PCC") maintenance strip; (7)
adjusting utilities to grades; (8) installing traffic striping, pavement markings, and
raised pavement markers; (9) coordinating with outside utility owners to have their
utility facilities raised to grade; and (10) other incidental items to be completed in
work place required by the Plans and Specifications (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. 7442-1, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of Four Hundred Twenty Two Thousand Six Hundred Thirty
Dollars ($422,630.00).
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 Joseph Nanci to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
EBS General Engineering, Inc. Page 2
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
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: Joseph A. Nanci
EBS General Engineering, Inc.
1320 E. Sixth Street, Suite 100
EBS General Engineering, Inc. Page 3
Corona, CA 92879
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
EBS General Engineering, Inc. Page 4
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the 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
EBS General Engineering, Inc. Page 5
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
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 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, 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.
EBS General Engineering, Inc. Page 6
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.
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") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. 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
EBS General Engineering, Inc. Page 7
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
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.
inconsistencies between this Contract and
terms of this Contract shall govern.
In the event there are any conflicts or
any other attachments attached hereto, the
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
EBS General Engineering, Inc. Page 8
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
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]
EBS General Engineering, Inc. Page 9
IN WITNESS WHEREOF the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:_ I O (�
By: 04��VaA16 /.�iGt�••
F,,f; Aaron C. Harp
City Attorney
ATTEST:
Date: /_0
Leilani I. Brown
City Cler `�pr,_
Attachments
CITY OF NEWPORT BEACH,
a California municipal co r oration
Date:
By:
Diane B. Dixon
Mayor
CONTRACTOR: EBS General
Engineering, Inc., a California corporation
Date:
Signed in Counterpart
By:
Joseph A. Nanci
Chief Executive Officer and Secretary
[END OF SIGNATURES]
Exhibit A --
Labor and Materials Payment Bond
Exhibit B --
Faithful Performance Bond
Exhibit C
— Insurance Requirements
EBS General Engineering, Inc. Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORN Y'S OFFICE
Date: I Z I Z Zo 18
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By: By:
By:
Fb( Aaron C. Harp Diane B. Dixon
City Attorney Mayor
ATTEST: CONTRACTOR: EBS General
Date: Engineering, Inc., a California corporation
Date:
By: By.
_ Z
Leilani I. Brown Joseph A. Nanci
City Clerk Chief Executive Officer and Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
EBS General Engineering, Inc. Page 10
ACTION AND RESOLUTION BY
THE BOARD OF DIRECTOR OF
EBS GENERAL I NGTNEFRIt G, CNC
A CALIFORNIA CORPORATION
All of the Board of Directors of EBS General Engineering, Inc., desiring to insure
that all the proper and authorized individuals, who have corporate authority to bind the
said corporation to any and contracts executed by such authorized individuals, have been
approved by the board of directors of EBS General Engineering, held a meeting on
January 3, 2010.
The Board, following a review of the foregoing matter, and upon motion made and
seconded, the Board of Directors hereby determines and votes unanimously as follows:
BE IT THEREFORR RESOLVED that Joseph Nanci is hereby designated, authorized
and empowered, to be duly authorized with all the attendant powers and authorizations
related thereto, to bind; obligate and commit EBS General —Engineering, Inc. to any and
all contracts executed by and between EBS General Engineering, Inc. and any other
contracting party.
There being no further or pending business before the Board, the meeting was
adjourned.
BOARD OF DIRECTORS
Date: January 3, 2010
tosepl °anti, Sole Director
ATTESTATION
I, being die Secretary of the above referenced corporation, do hereby certify that the
above resolution is the resolution of the corporation.
Dated:_
Josep 'anci, Secretary
EXECUTED IN TWO COUNTERPARTS
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 4424732
LABOR AND MATERIALS PAYMENT BOND
BOND #4424732
PREMIUM: INCLUDED IN
PERFORMANCE BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to EBS
General Engineering, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) obtaining encroachment
permit from City of Irvine Engineering; (2) distributing construction notices to affected
businesses and residents; (3) establishing traffic control for construction; (4) grinding
existing pavement and reconstructing and overlaying roadway; (5) removing roots and
installing root barriers; (6) removing and reconstructing curb and Portland Cement
Concrete ("PCC") maintenance strip; (7) adjusting utilities to grades; (8) installing traffic
striping, pavement markings, and raised pavement markers; (9) coordinating with outside
utility owners to have their utility facilities raised to grade; and (10) other incidental items
to be completed in work place required by the Plans and Specifications 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, SURETEC 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 Four
Hundred Twenty Two Thousand Six Hundred Thirty Dollars and 00/100
($422,630.00) 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
EBS General Engineering, Inc. Page A-1
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
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 13TH day of DECEMBER 20 18 .
EBS GENERAL ENGINEERING INC. \,k
Name of Contractor (Principal) AuthAi ft§ignat re/Ti �,ep� R. it .,t, �tres;Aehk
SURETEC INSURANCE COMPANY
Name of Surety
3131 CAMINO DEL RIO N., #1450
SAN DIEGO, CA 92108
Address of Surety
(619) 400-4100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 1 2019
By:
LA,-
Fut,-
Aaron C. Harp ;,,nn o�ios�►q
City Attorney
Authorized AgM Signature
CHARLES L. FLAKE, ATTORNEY—IN—FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
EBS General Engineering, Inc. Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside } ss.
On December 18 2018 before me, Jessica Licea
Notary Public, personally appeared _ Joseph Anthony Nand
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.
JESSICA LICEA
@my
Notary Public - CaliforniaRiverside County3
Commission # 2215630
Comm. Expires Oct 21, 2021
Signature (seal) /■ww
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 befoMXe,
Notary Public, personally appeared
proved to me on the basis of satisfactory dence to be the person(s) whose name(s) is/are
subscribed to the within instrument and nowledged to me that he/she/they executed the same
in his/her/their authorized capacity(i , and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon alf of which the persons) acted, executed the instrument.
I certify under PENALTY PERJURY under the laws of the State of California that the foregoing
paragraph is true and rrect.
WITNESS my Dzrnd and official seal.
Signature
(seal)
EBS General Engineering, Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Oran
On 12-13-18 before me, Lexie Sherwood
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Charles L. Flake
Name(s) of
, Notary Public,
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),
LEXIE SHERWOOD and that by his/her/their signature(s) on the instrument the
G COMM. # 2203287 a person(s), or the entity upon behalf of which the person(s)
(� °'fit,•<< NOTARY PUBLIC *CALIFORNIA acted, executed the instrument.
ORANGE COUNTY -'
Comm. Exp. JULY 27, 2021 1 certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seal. /
Signature CvzwGezv _
Place Notary Seal Above Signature of WctaryPubljc exie erwo0
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s):_
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name: _
❑ Individual
❑ Corporate Officer
Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
POA#: 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attorney-in-fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal
of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)- in- Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2t7' of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to
be hereto affixed this 28th day of September , A.D. 2018 .
RANCF SURETEC CE PANY
w` W X 9 p$ By. John K Jr., C
ss:
State of Texas `' z=
County of Harris ••....
On this 28th day of September , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say,
that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
-Y L.l-IIA CIi.K111Z
Notary Public, Stale of Texas
^'•fe' Conxr . Expires 09-10-2020
yfnii ��` Idolary M 129117659
Xer ' tavez, Notary Public
� commission expires September 1 , 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 13TH day of DE MBER , 2018 A.D.
9V
. Br t eaty, Assi tant Secreta
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 6:00 pm CST.
EXECUTED IN TWO COUNTERPARTS
CITY OF NEWPORT BEACH
BOND NO. 4424732.
FAITHFUL PERFORMANCE BOND
BOND 44424732
PREMIUM $4,564
The premium charges on this Bond is $4,564 , being at the
rate of $ 10.80 PER thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to EBS
General Engineering, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) obtaining encroachment
permit from City of Irvine Engineering; (2) distributing construction notices to affected
businesses and residents; (3) establishing traffic control for construction; (4) grinding
existing pavement and reconstructing and overlaying roadway; (5) removing roots and
installing root barriers; (6) removing and reconstructing curb and Portland Cement
Concrete ("PCC") maintenance strip; (7) adjusting utilities to grades; (8) installing traffic
striping, pavement markings, and raised pavement markers; (9) coordinating with outside
utility owners to have their utility facilities raised to grade; and (10) other incidental items
to be completed in work place required by the Plans and Specifications 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 5URETEC 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 Four
Hundred Twenty Two Thousand Six Hundred Thirty Dollars and 001100
($422,630.00) 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.
EBS General Engineering, Inc. Page B-1
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.
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 13TH day of DECEMBER 2 18
EBS GENERAL ENGINEERING, INC
Name of Contractor (Principal) A=gnature/Titl6 k_ N/aocr
SURETEC INSURANCE COMPANY !�
Name of Surety Akh&rized ent gna ure
3131 CAMINO DEL RIO N., //1450
SAN DIEGO, CA 92108
Address of Surety
(619) 400-4100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 1 p�
By: aZ6C
Cror:Aaron C. Harp
City Attorney
CHARLES L. FLAKE, ATTORNEY-IN-FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF -
CONTRACTOR AND SURETY MUST BE ATTACHED
EBS General Engineering, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside ) ss.
On _ December' 8 20 18 before me, Jessica Licea
Notary Public, personally appeared Joseph Anthony Nand
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. JEsslcnucEa
Notary Public - California
@My
RiversideCountyCommission 8 2215630
Comm. Expires Oct 21, 2021
Sign Lure (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
Notary Public, personally appeared
e,
proved to me on the basis of satisfactory Idence to be the person(s) whose name(s) is/are
subscribed to the within instrument and nowledged to me that he/she/they executed the same
in his/her/their authorized capacity(i 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 PERJURY under the laws of the State of California that the foregoing
paragraph is true and orrect.
WITNESS my d and official seal.
Signature
(seal)
EBS General Engineering, Inc. Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 12-13-18
Date
before me, Lexie Sherwood
Insert Name of Notary exactly as it appears on the official seal
personally appeared Charles L. Flake
Name(s) of Signer(s)
LEXIE SHERWOOD
r COMM. # 2203287 S
NOTARY PUBLIC • CALIFORNIA n
a ORANGE COUNTY
Comm. Exp. JULY 27, 2021
, Notary Public,
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seI.
Signature ((
Place Notary Seal Above Signature o o ryPubic Lexieerwo0
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):_
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name: _
❑ Individual
❑ Corporate Officer
Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
P0A a, 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attorney-in-fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal
of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
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 Attorneys) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings 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 Resolved, 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 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. (Adopted at a meeting held on 20'h of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to
be hereto affixed this 28th day of September , A.D. 2018 .
SURETEC CE PAiNY
,a�VRANC�
By:
LU w lA' John K Jr. C
State of Texas ss: 0:%. co .:' ?_ ?
County of Harris
On this 28th day of September , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say,
that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
XENIA CHAVEZ
���` rPt• PSB �
O;
=z, Notary Public, State of Texas
-�'•. Comm. Expires 09-10-2020
i/TF Of ttit`�.
Notary 10 129117659
` L
Xe
' iavez, lvotary Public
�iYF commission expires September 1 , 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 13TH day of DE BER 2018 A.D.
Br t eaty, Assi tant Secreta
Any instrument issued in excess of the penalty stated above is totally void and without any validity,
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST.
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
EBS General Engineering, Inc. Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
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.
ollowing:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
EBS General Engineering, Inc. Page C-2
(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
20380413.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
EBS General Engineering, Inc. Page C-3
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.
EBS General Engineering, Inc. 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: 12/19/18 Dept./Contact Received From: Raymund
Date Completed: 12/26/18 Sent to: Raymund By: Jan
Company/Person required to have certificate: EBS General Engineering, Inc.
Type of contract: Other
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/28/18 — 9/28/19
A. INSURANCE COMPANY: Liberty Mutual Fire Insurance Company
B
C
D
E
F
G
IS
J
K.
AM BEST RATING (A- : VII or greater): A / XV
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
LIMITS (Must be $1 M or greater): What is limit provided?
ADDITIONAL INSURED ENDORSEMENT — please attach
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence" wording?
ELECTED SCMAF COVERAGE (RECREATION ONLY):
L. NOTICE OF CANCELLATION:
N Yes
❑ No
$1M/$2NI/$2M
® Yes
❑ No
N Yes
❑ No
N Yes
❑ No
N Yes
❑ No
❑ Yes
❑ No
❑ Yes
N No
N N/A ❑ Yes
❑ No
❑ N/A N Yes
❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/28/18 — 9/28/19
A.
INSURANCE COMPANY: First Liberty Insurance Corp
B.
AM BEST RATING (A-: VII or greater) A / XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N Yes
❑ No
D.
LIMITS - If Employees (Must be $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
N Yes
❑ No
G.
PRIMARY & NON-CONTRIBUTORY WORDING:
❑ N/A
N Yes
❑ No
H.
HIRED AND NON -OWNED AUTO ONLY:
N N/A
❑ Yes
❑ No
I.
NOTICE OF CANCELLATION:
❑ N/A
N Yes
❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 9/28/18 — 9/28/19
A. INSURANCE COMPANY: First Liberty Insurance Corp
B. AM BEST RATING (A-: VII or greater): A / XV
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
F. WAIVER OF SUBROGATION (To include): Is it included?
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
H. NOTICE OF CANCELLATION:
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
VI BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Serlhs
Broker of record for the City of Newport Beach
12/26/18
Date
® Yes
❑ No
® Yes
❑ No
$1,000,000
® Yes
❑ No
® N/A ❑ Yes
❑ No
❑ N/A ® Yes
❑ No
® 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:
Approved:
Risk Management
* Subject to the terms of the contract.
Date
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. C-7442-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. C-7442-1 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
10/11/18
Date
951-279-6869
Bidder's Telephone and Fax Numbers
720016 A
Bidder's License No(s).
and Classification (s)
EBS General EnjZineerijig, Ync.
Bidder
� President
Bidder's Authorized Signature and Title
1320 E. Sixth St., Ste 100 Corona CA 92879
Bidder's Address
Bidder's email address: bids@ebsgeneral.com
PR -1
City of Newport Beach
Page 1
STREET PAVEMENT REPAIR PROGRAM (C-7442-1), bidding
on October 16, 2018 10:00 AM (Pacific)
Printed 10/16/2018
Bid Results
Bidder Details
Vendor Name EBS GENERAL ENGINEERING INC
Address 1320 E SIXTH ST, STE 100
CORONA, CA 92879
United States
Respondee JOSEPH A. NANCI
Respondee Title PRESIDENT
Phone 951-279-9686 Ext.
Email BIDS@EBSGENERAL.COM
Vendor Type CADIR
License # 720016
CADIR 1000005295
Bid Detail
Bid Format Electronic
Submitted October 16, 2018 9:45:59 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 156422
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title
File Name
File Type
BID SUMITTAL C-7442-1 EBS
BID SUBMITTAL C-7442-1 EBS.pdf
General Attachment
BID BOND
BID BOND.pdf
Bid Bond
Line Items
Type Item Code UOM
Qty Unit Price
Line Total Comment
C-7442-1 Street Pavement Repair Program
1 Mobilization
LS
1 $15,000.00
$15,000.00
2 Surveying Services
LS
1 $5,000.00
$5,000.00
3 Traffic Control
LS
1 $45,000.00
$45,000.00
4 Signing, Striping, Markings and Markers
LS
1 $15,000.00
$15,000.00
5 Remove and Reconstruct Concrete Median Curb
LF
100 $75.00
$7,500.00
PlanetBids, Inc.
City of Newport Beach
Page 2
STREET PAVEMENT REPAIR PROGRAM (C-7442-1), bidding on October 16, 2018 10:00
AM (Pacific)
Printed 10/16/2018
Bid Results
Type
Item Code UOM
Qty
Unit Price
Line Total Comment
6
Remove and Reconstruct Concrete Maintenance Strip
LF
100
$75.00
$7,500.00
7
Regrade and Repair Landscape to Match Existing
LS
1
$5,000.00
$5,000.00
8
Prune Tree Roots
EA
2
$1,000.00
$2,000.00
9
Install Root Barrier
LF
100
$35.00
$3,500.00
10
Construct Isolated AC Pavement Digouts (6" Full Depth AC)
TON
130
$400.00
$52,000.00
11
Cold Mill Asphalt Concrete Pavement
SF
72600
$0.60
$43,560.00
12
Place 1 -inch Thick AC Leveling Course
TON
450
$99.00
$44,550.00
13
Place 2 -inch Thick AC Finish Course
TON
880
$99.00
$87,120.00
14
Remove & Install New IRWD Water Valve Box & Cover
EA
5
$2,000.00
$10,000.00
15
Remove & Install New OCWD Water Valve Box & Cover
EA
1
$3,000.00
$3,000.00
16
Remove & Install New CNB Water Valve Box & Cover
EA
10
$1,300.00
$13,000.00
17
ITEM REMOVED FROM BID PER ADDENDUM NO. 1
N/A
0
0
0
18
Replace with New CNB Manhole Frame and Cover to Grade
EA
7
$2,000.00
$14,000.00
19
Remove & Replace with New Survey Monument Boc and Cover to Grade
EA
2
$2,000.00
$4,000.00
20
Replace Traffic Signal Detector Loops
EA
42
$450.00
$18,900.00
21
Provide As -Built Drawings
LS
1
$2,000.00
$2,000.00
PlanetBids, Inc:.
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM (C-7442-1), bidding on October 16, 2018 10:00 AM (Pacific)
Bid Results
Type Item Code UOM Qty Unit Price
22 Cold Mill Asphalt Concrete Pavement (1.5 -inch)
SF 10000 $0.50
23 Place 1.5 -inch Thick AC Finish Course
TON 100
Subcontractors
Name & Address Description
BC Traffic Specialist STRIPING
638 W Southern Ave
Orange, CA 92865
United States
Traffic Loops Crackfilling, Inc. LOOPS
946 S. Emerald Street
Anaheim, CA 92804
United States
PAVEMENT RECYCLING COLD MILL
SYSTEMS
10240 SAN SEVAINE WAY
JURUPA VALLEY, CA 91752
United States
License Num
877686
652956
569352
PlanetBids, Inc.
$200.00
Subtotal
Total
CADIR
1000005503
1000003794
1000003363
Page 3
Printed 10/16/2018
Line Total Comment
$5,000.00
$20,000.00
$422,630.00
$422,630.00
Amount Type
$17,650.00
$15,540.00 DGS,DBE,CADIR
$43,706.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
�EW
ADDENDUM NO. 1
STREET PAVEMENT REPAIR PROGRAM
CONTRACT NO. 7442-1
DATE: October 4, 201$ BY:
AC G CITY ENGINEER
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the contract
documents. All other conditions shall remain the same.
NOTICE INVITING BIDS
1. Change bid opening to October 16, 2018 at 10:00 AM.
2. Change Engineer's Estimate to $500,000
SPECIFICATIONS
3. Section 5-4 Relocation
INSERT at the end of Paragraph 1: "OCSD (Orange County Sanitation District)
Manholes shall be protected in place and not be temporarily lowered or raised."
4. Section 9-3.1 General
REMOVE entire Bid Item No. 17 Adjust OCSD Manhole Frame and Cover to Grade
5. Section 9-3.1 General
INSERT Bid Item No. 22 Cold Mill Asphalt Concrete Pavement (1.5 -inch): Work
under this item shall include but not be limited to, all labor tools, equipment and
material costs for cold milling 1.5 -inch thick of existing asphalt concrete pavement,
construction temporary asphalt concrete ramps along milled edges, hauling and
disposing the milled material offsite, and all other work items as required to
complete the work in place.
6. Section 9-3.1 General
INSERT Bid Item No. 23 Place 1.5 -inch Thick Asphalt Concrete Finish Course:
Work under this item shall include, but not be limited to, all labor, tools, equipment
and material costs for applying tack coat, spreading and compacting for
constructing 1.5 -inch thick of asphalt concrete finish course and all other work items
as required to complete the work in place.
7. Appendix A Layout Plan
REMOVE entire Appendix A (1 page) (See updated notes on revised sheet 1 for
manholes)
REPLACE entire Appendix A (2 pages) with Addendum No. 1 Appendix A Layout
Plan
8. Appendix C Quantities Table
REMOVE entire Appendix C (1 page)
REPLACE entire Appendix C (1 page) with Addendum No. 1 Appendix C
9. Location Map
REMOVE entire Location Map (1 page)
REPLACE entire Location Map (1 page) with Addendum No. 1 Location Map
PROPOSAL
10. Bid Item No. 16 Remove and Install New CNB Water Valve Box and Cover
REPLACE total quantity from 1 EA to 10 EA
11. Bid Item No. 17 Adjust OCSD Manhole Frame and Cover to Grade
REMOVE bid item from the Proposal
12. Bid Item No. 18 Replace CNB Manhole with New Frame and Cover to Grade
REPLACE total quantity from 5 EA to 7 EA
13. Bid Item No. 22 Cold Mill Asphalt Concrete Pavement (1.5 -inch)
INSERT bid item to the Proposal
14. Bid Item No. 23 Place 1.5 -inch Thick Asphalt Concrete Finish Course
INSERT bid item to the proposal
The Bid Line Items on PlanetBids have been revised to reflect updated bid quantities.
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Joseph A. Nand
Bidder's Name (Please Print)
10/11/18
Date
President
Authorized Signature Title
APPENDIX A - LAYOUT PLAN
ai\sto�roud rxaauro si-auf,•�>v
0
V
J�
d
z
z
O
ccr
a
O
I
F
\
— —aasii
ssFn�ads`-��.
I
hr
1
i
ai\sto�roud rxaauro si-auf,•�>v
0
V
J�
d
z
z
O
O
wLL
F
®
U
w
x
� O O
I
N
r N
I
a U
O
w a J �
zaQur
,i
I
r
W
'
1wo
Z V I p J U W
o �ro"=z
3,I
I
U os�wvQ=io
.,i
I
IIS I
O ?a�42 m
a
3
i
N
U U U 3 0
I
}��.,
1 1 1 1 1 1 1
11
I1
'1
�
I
mak.
ai\sto�roud rxaauro si-auf,•�>v
0
V
J�
d
z
z
O
q
0
0
0
0
0
0
®
0
2
q
2
\
o
C*4
q
�
N
$
�
k
§
§
co
LL
u.§
k
/§
n
J
cc
cc
n
00
0
g
g
c
2
=
0
—
®
n
%
k
k
2
o
\$
_
�
o
o
_
o
T
T
M
&
Q
Q
[
2
_
0
§C
.E
°
§
c
�
w
�
ƒƒ
C
n
p
&
c
nI
�
Ey
Rc
ESE
E
o
oS
o
1
LO
0
cu
&
q
/
c
<
co
2
'
\
I
&
o
2
6
=
�
ƒ
2
K
\
E
/
/
w
Z
/
cu
V5
2
<
E
0
\
2
2
w
'
�
[
w
=
I
M
�
w
=
t
o
ƒ
2
06
c
/
/
>
>
8
<
®
.
=
2
c
2
6
f
e7
k
ƒ
o
2
ƒ
k
§
E
=
o
\
3
\
E
\
C14 I
n I
« I
LO
10 1
w
0
0
0
0
0
0
®
$
C
@
$
N
$
k
§
§
LL
u.§
k
J
J
J
cc
cc
0
g
g
2
2
=
%
k
k
2
\
o
�
�
o
o
'co
o
T
T
M
&
A
[
2
§C
.E
°
§
�
w
�
&
c
�
A I JOHN WAYNE
AIRPORT
NOT TO SCALE
STREET PAVEMENT
REPAIR PROGRAM
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7442-1 1 10/9/18
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
STREET PAVEMENT REPAIR PROGRAM 19R03
CONTRACT NO. C-7442-1
PART 1 - GENERAL PROVISIONS y
SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1
1-2 TERMS AND DEFINITIONS 1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.3 Markup
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
5-2 PROTECTION
5-4 RELOCATION
1
1
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
4
4
4
4
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5
6-1.1 Construction Schedule 5
6-7 TIME OF COMPLETION 5
6-7.1 General 5
6-7.2 Working Days 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES 7
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR g
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8
7-1.2 Temporary Utility Services 8
7-2 LABOR 8
7-2.2 Prevailing Wages 8
7-7 COOPERATION AND COLLATERAL WORK
Error! Bookmark not defined.
7-8 WORK SITE MAINTENANCE
8
7-8.4 Storage of Equipment and Materials
8
7-8.4.2 Storage in Public Streets
8
7-8.6 Water Pollution Control
8
7-8.6.2 Best Management Practices (BMPs)
8
7-10 SAFETY
9
7-10.3 Haul Routes
9
7-10.4 Safety
9
7-10.4.1 Work Site Safety
9
7-10.5 Security and Protective Devices
9
7-10.5.3 Steel Plate Covers
9
SECTION 9 - MEASUREMENT AND PAYMENT
10
9-2 LUMP SUM WORK
10
9-3 PAYMENT
10
9-3.1 General
10
9-3.2 Partial and Final Payment.
13
PART 2 - CONSTRUCTION MATERIALS
13
SECTION 200 — ROCK MATERIALS
13
200-2 UNTREATED BASE MATERIALS
13
200-2.1 General
13
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
13
201-1 PORTLAND CEMENT CONCRETE
13
201-1.1 Requirements
13
201-1.1.2 Concrete Specified by Class and Alternate Class
14
SECTION 203 — BITUMINOUS MATERIALS
14
203-6 ASPHALT CONCRETE
14
203-6.5 Type III Asphalt Concrete Mixtures
14
SECTION 214 - PAVEMENT MARKERS
14
214-4 PAINT FOR STRIPING AND MARKINGS
14
214-4.1 General
14
214-6 PAVEMENT MARKERS
14
214-6.3 Non -Reflective Pavement Markers
14
214-6.3.1 General
14
214-6.4 Retroreflective Pavement Markers
14
214-6.4.1 General
14
SECTION 215 - TRAFFIC SIGNS
Error! Bookmark not defined.
PART 3 - CONSTRUCTION METHODS
14
SECTION 300 - EARTHWORK
14
300-1 CLEARING AND GRUBBING
14
300-1.3 Removal and Disposal of Materials
15
300-1.3.1 General
15
300-1.3.2 Requirements
15
SECTION 302 - ROADWAY SURFACING
15
302-5 ASPHALT CONCRETE PAVEMENT
15
302-5.1 General
15
302-5.8 Manholes (and other structures)
16
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 16
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
16
MARKINGS
16
314-4.1 General
16
314-4.2 Control of Alignment and Layout
16
314-4.2.1 General
16
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
16
314-4.4.1 General
16
314-5 PAVEMENT MARKERS
17
314-5.1 General
17
314-5.4 Placement
17
PART 6 — TEMPORARY TRAFFIC CONTROL 17
SECTION 600 — ACCESS
17
600-1 GENERAL
17
600-2 VEHICULAR ACCESS
18
600-3 PEDESTRIAN ACCESS
18
SECTION 601— WORK AREA TRAFFIC CONTROL
18
601-1 GENERAL
18
601-2 TRAFFIC CONTROL PLAN (TCP)
18
PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
19
SECTION 701— CONSTRUCTION
19
701-17 TRAFFIC SIGNAL CONSTRUCTION
19
701-17.6 Detectors
19
701-17.6.3 Inductive Loop Detectors
19
PART 8 — LANDSCAPING AND IRRIGATION
19
SECTION 801 - INSTALLATION
19
801-1 General
19
CITY OF NEWPORT BEACH
(rr,_�BE
ESSPUBLIC WORKS DEPARTMENTSPECIAL PROVISIONS
STREET PAVEMENT REPAIR PROGRAM 19R03 l CIVIC""
F Or Ck�
CONTRACT NO. C-7442-1
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Layout Plan (Drawing No. R -6091-S in Appendix A,
(3) the City's Design Criteria, Standard Special Provisions and Standard Drawinas 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 Drawinas 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
California Contractor Class "A" license. At the start of work and until completion of work,
the Contractor and all Subcontractors shall possess a valid Business License issued by
the City.
Page 1 of 20
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 (1) obtain
encroachment permit from City of Irvine Engineering; (2) distributing construction notices
to affected businesses and residents; (3) establishing traffic control for construction; (4)
grinding existing pavement and reconstructing and overlaying roadway; (5) removing
roots and installing root barriers; (6) removing and reconstructing curb and PCC
maintenance strip, (7) adjusting utilities to grades; (8) installing traffic striping, pavement
markings, and raised pavement markers; (9) coordinating with outside utility owners to
have their utility facilities raised to grade and (10) other incidental items to be completed
in work place required by the Plans and Specifications.
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 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.
Page 2 of 20
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. In addition, the filing of a Corner Record and/or a Record of Survey with
the County Surveyor's Office is required after the completion of Work. Prior to any
demolition work, the Contractor shall prepare and submit the Corner Records for review
by the City a minimum of three (3) working days before the anticipated Work.
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
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.
Page 3 of 20
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.
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.
Page 4 of 20
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.
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 40 consecutive working
days after the date on the Notice to Proceed. The Contractor shall ensure the availability
Page 5 of 20
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.
Construction for this project shall not start until January 7, 2019.
Work at Location 1, Jamboree Road and East Bluff Drive requires all grinding, paving and
loop installation must be completed during the one week school closure from February
18 to 22.
Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours prescribed
above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The Engineer
reserves the right to deny any or all such requests. Additionally, the Contractor shall pay
for supplemental inspection costs of $146 per hour when such time periods are approved.
For those locations where night work is allowed in order to minimize disruption to the
community, the following requirements shall apply.-
A.
pply:
A. Night work hours shall be considered to be from 8:30 p.m. to 6:00 a.m.,
Sunday night through Friday morning. No work is allowed Friday or
Saturday nights.
B. Night work will be allowed at Location 3 and 4
C. The Engineer must approve all requests for night work.
D. The Contractor shall notify the Engineer two weeks prior to the start of any
requested night work.
6-7.2 Working Days
The following days are designated City holidays and are non -working days:
1. January 1St (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
Page 6 of 20
11. December 26th thru 30th (City Office Closure)
12. December 31 st (New Year's Eve)
If the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday.
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 the time specified in Section 6-7-1 for completion
of the work, the Contractor shall pay to the City or have withheld from moneys due it, the
daily sum of $1,000.
In addition to the specified overall contract time, an additional liquidated damage of
$1,000 for each consecutive calendar day will be assessed for not completing the
traffic loop detector installation as described in Section 701-17.6.3.
In addition to the specified overall contract time, an additional liquidated damage of
$1,000 for each consecutive calendar day will be assessed for not completing the
temporary striping and tabbing as described in Section 314-4.1.
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.
Page 7 of 20
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.
7-8 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)
Page 8 of 20
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
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
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.
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.
Page 9 of 20
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:
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, obtaining encroachment permit from City of
Irvine Engineering department, 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
controls, establishing centerline ties, adjusting survey monuments, filing pre- and post -
construction corner records with the county, reestablishing property corners disturbed by
the work, preparing record of survey, protecting and restoring existing monuments and
other survey items as required to complete the work in place.
Item No. 3 Traffic Control: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for delivering all required notifications and
temporary parking permits, posting signs, covering conflicting existing signs, and all costs
incurred notifying businesses and residents, preparing traffic control plans, providing the
traffic control required by the project including, but not limited to, signs, cones, barricades,
flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes
providing four CMBs and updating messages on the CMBs as requested by the Engineer.
This item also includes furnishing all labor, tools, equipment and materials necessary to
comply with the W.A.T.C.H. Manual, latest edition, and City requirements.
Item No. 4 Signing, Striping, Markings and Markers: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
Page 10 of 20
existing pavement striping and markers, installing pavement striping, markings and
markers, restoring all existing improvements damaged by the work, and all other work
items as required to complete the work in place.
Item No. 5 Remove and Reconstruct Concrete Median 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, grading and compacting subgrade,
reconstructing concrete median curb at Location #5 and Location #6 in Appendix A,
constructing full depth asphalt concrete slot paving adjacent to the median curb, re -
chiseling the curb face for existing underground utilities, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 6 Remove and Reconstruct Concrete Maintenance Strip: 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 maintenance strip, grading and compacting
subgrade, constructing 18 -inch wide, 4 -inch thick concrete maintenance strip to match
existing at Location #5 and Location #6 in Appendix A, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 7 Regrade and Repair Landscape to Match Existing: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
regrading, and installing landscaping items at Location #5 and Location #6 in Appendix
A, to match existing at the location that median curb and concrete maintenance strip are
being reconstructed, restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Item No. 8 Prune Tree Roots: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for regrading, and removing tree roots and
making clean cuts on roots in the method described in Section 801 of these specifications
and all other work items as required to complete the work in place.
Item No. 9 Install Root Barrier: Work under this item shall include, but not be limited
to, all labor, tolls equipment and material costs for installing root barriers per Section 801-
1 as directed by the engineer in the field within the limits of work on San Joaquin Hills
Road at Location #5 and Location #6 in Appendix A, restoring all existing improvements
damaged by the work and all other work items.
Item No. 10 Construct Isolated Asphalt Concrete Pavement Digouts (6" Full Depth
AC): Work under this item shall include, but not be limited to, all labor, tools, equipment
and material costs for removing existing asphalt pavement sections as directed by the
engineer; and constructing 6" full depth AC pavement section, this section shall be under
the leveling course and finish course, and all other work items as required to complete
the work in place.
Item No. 11 Cold Mill Asphalt Concrete Pavement: Work under this item shall include,
but not be limited to, all labor, tools, equipment and material costs for cold milling 3 -inch
Page 11 of 20
thick of the existing asphalt concrete pavement, constructing temporary asphalt concrete
ramps along milled edges, hauling and disposing the milled material offsite, and all other
work items as required to complete the work in place.
Item No. 12 Place 1 -inch Thick Asphalt Concrete Leveling Course: 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 for constructing 1 -inch minimum
thickness of asphalt concrete leveling course and all other work items as required to
complete the work in place.
Item No. 13 Place 2 -inch Thick Asphalt Concrete Finish Course: 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 for constructing 2 -inches thick of asphalt
concrete finish course and all other work items as required to complete the work in place.
Item No. 14 Remove and Install New IRWD Water Valve Box and Cover: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing and disposing the existing water valve box and cover, temporarily lowering
and/or covering the valve to facilitate paving operation, furnishing and installing a new
IRWD water valve box and cover to grade, restoring all existing improvements damaged
by the work, and all other work items as required to complete the work in place.
Item No. 15 Remove and Install New OCWD Water Valve Box and Cover: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing and disposing the existing water valve box and cover, temporarily lowering
and/or covering the valve to facilitate paving operation, furnishing and installing a new
OCWD water valve box and cover to grade, restoring all existing improvements damaged
by the work, and all other work items as required to complete the work in place.
Item No. 16 Remove and Install New CNB Water Valve Box and Cover: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing and disposing the existing water valve box and cover, temporarily lowering
and/or covering the valve to facilitate paving operation, furnishing and installing a new
CNB water valve box and cover to grade, restoring all existing improvements damaged
by the work, and all other work items as required to complete the work in place.
Item No. 17 Adjust OCSD Manhole Frame and Cover: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
the existing manhole frame and cover, temporarily lowering and/or covering the manhole
to facilitate paving operation, reinstalling existing OCSD manhole frame and cover to
grade, restoring all existing improvements damaged by the work, and all other work items
as required to complete the work in place.
Item No. 18 Replace CNB Manhole with New Frame and Cover to Grade: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing the existing manhole frame and cover, temporarily lowering and/or covering
the manhole to facilitate paving operation, installing new manhole frame and cover to
Page 12 of 20
grade, restoring all existing improvements damaged by the work, and all other work items
as required to complete the work in place.
Item No. 19 Remove and Replace with New Survey Monument Box and Cover to
Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment
and material costs for removing and disposing the existing monument box cover,
temporarily lowering and/or covering the monument cover to facilitate paving operation,
furnishing and installing a new monument box and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 20 Replace Traffic Signal Detector Loops: Work under this item shall include,
but not be limited to, all labor, tools, equipment and material costs for installing traffic
signal loops, and all other work items as required to complete the work in place.
Item No. 21 Provide As -Built Plans. 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 and submitted to the
Engineer for review prior to request for payment. An amount of $2,000 is determined for
this bid item. The intent of this pre-set amount is to emphasize to the Contractor the
importance of as -build 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 payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
PART 2 - CONSTRUCTION MATERIALS
SECTION 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
Page 13 of 20
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.
SECTION 203 — BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE
203-6.5 Type III Asphalt Concrete Mixtures
Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20%
max RAP). Asphalt concrete base course shall be Type 111 -132 -PG 64-10 (20% max RAP).
SECTION 214 - PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
214-6 PAVEMENT MARKERS
All pavement markers shall comply with Section 85 of the State of California Standard
Specifications.
214-6.3 Non -Reflective Pavement Markers
214-6.3.1 General
All new non -reflective pavement markers Types A and AY shall be ceramic.
214-6.4 Retroreflective Pavement Markers
214-6.4.1 General
All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or
approved equal.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
Page 14 of 20
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.
The Contractor shall dispose of all excess or waste material and shall include all fees for
such disposal in the appropriate bid items.
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. 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 Y4 -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
Page 15 of 20
two (2) inches of asphalt (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.
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
Pavement shall be temporarily striped and tabbed upon completion of pavement
grinding operation within 24 hours. Pavement shall be temporarily striped and tabbed a
second time after installation of AC leveling course within 24 hours. Finally, pavement
shall be temporarily striped and tabbed a third time after installation of the final
course within 24 hours.
314-4.2 Control of Alignment and Layout
314-4.2.1 General
The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be
responsible for the completeness and accuracy of all layout alignment and spotting. Traffic
striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans.
The Contractor shall mark or otherwise delineate the new traffic lanes and pavement
markings within 24 hours after the removal or covering of existing striping or markings. No
street shall be without proper striping over a weekend or holiday. Stop bars shall not remain
unpainted overnight.
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
314-4.4.1 General
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall
be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines
which shall be 0.90 mm minimum thickness.
Page 16 of 20
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of work
shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify
the affected residents, at the Contractor's sole expense. In addition, if the Contractor
removes/covers/damages existing striping and/or raised pavement markers outside of the
work area, he shall re-stripe/replace such work items at no cost to the City.
314-5 PAVEMENT MARKERS
314-5.1 General
All Pavement markers shall comply with Section 82 of the State of California Standard
Specifications. Non -reflective markers shall be ceramic. All new markers shall have
glass faces or be 3M series 290.
314-5.4 Placement
Raised pavement markers shall not be placed until the finish course pavement has
been in place for at least 15 days.
The location of raised pavement fire hydrant marker shall conform to the City of
Newport Beach Standard Plan No. STD -902-L.
PART 6 - TEMPORARY TRAFFIC CONTROL
SECTION 600 — ACCESS
600-1 GENERAL
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating the
limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific dates
in the space provided on the notices when construction operations will start for each block
or street. An interruption of work at any location in excess of 14 calendar days shall
require re -notification. The Contractor shall insert the applicable dates and times at the
time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
Page 17 of 20
600-2 VEHICULAR ACCESS
The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which shall be posted at least forty-
eight hours in advance of the need for enforcement. The signs will be provided by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
per sign following any excessive abuse or wastage of the signs by the Contractor. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the
Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO PARKING
-TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must
be maintained at all times. The Contractor shall cooperate with the Engineer to provide
advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction.
SECTION 601 — WORK AREA TRAFFIC CONTROL
601-1 GENERAL
The Contractor shall furnish and install signage, barricades, delineators, yellow safety
ribbons, up to four (4) changeable message boards (CMBs), and any other measures
deemed necessary by the Engineer to safely direct the public around areas of
construction, and into and out of the affected establishments. Messages for the CMBs
shall be updated by the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall submit to the Engineer, at least five working days prior to the pre -
construction meeting, traffic control plans and/or detour plans for each street and parking
lot. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control
plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of
the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic
Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic
control and detours shall incorporate the following items:
Traffic control and detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
Page 18 of 20
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. At a minimum, the Contractor shall maintain one lane of traffic in each direction
at all times when completing the work. Temporary striping may be required
and shall be shown on the TCP.
5. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure.
PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
SECTION 701 — CONSTRUCTION
701-17 TRAFFIC SIGNAL CONSTRUCTION
701-17.6 Detectors
701-17.6.3 Inductive Loop Detectors
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within 48 hours after placement of pavement finish course.
PART 8 - LANDSCAPING AND IRRIGATION
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 submit recommendations by its arborist to
the City for review for safely pruning and removing tree roots. No roots shall be pruned or
removed unless this submittal is returned to the Contract as satisfactory. Prior to the
submittal, the Contractor shall arrange to meet with the City's Urban Forester at the site to
discuss City standards and requirements.
If required, the submittal shall adhere to the following guidelines.
1. Root Pruning
Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool.
Page 19 of 20
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.
Root Barriers
a. Root barriers shall be 3' deep and go along the entire curb back against concrete
and soil interface. Trench shall be hand dug to prevent any damage to under
ground utilities. Root barrier shall be Deep Root, Model U1336-2, 36 -inch deep by
2 feet wide interlocking panels or approved equal.
Page 20 of 20
APPENDIX A - LAYOUT PLAN
LOCATION 1
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- ADJUST 2 MANHOLES TO GRADE
- REPLACE 2 WATER VALVE COVERS AND ADJUST TO GRADE
- REPLACE 12 TRAFFIC SIGNAL LOOPS
- RESTRIPE TO MATCH EXISTING
- CROSSWALK STRIPES SHALL EXTEND FULL WIDTH OF STREET
- DAY WORK DURING SCHOOL HOLIDAY ONLY
LOCATION 3
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- REPLACE 2 WATER VALVE COVERS AND ADJUST TO GRADE
- REPLACE 10 TRAFFIC SIGNAL LOOPS
- RESTRIPE TO MATCH EXISTING
- CROSSWALK STRIPES SHALL EXTEND FULL WIDTH OF STREET
- 3500 SF DIGOUT MARKED IN FIELD
- NIGHT WORK
-- r
BAYVIEW WAY
tail
LOCATION 2
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- ADJUST 1 MANHOLE TO GRADE
- REPLACE 2 ADVANCE TRAFFIC SIGNAL LOOPS
- REPLACE NEW SURVEY MONUMENT COVER AND ADJUST TO GRADE
- RESTRIPE TO MATCH EXISTING
- DAY WORK
LOCATION 4
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- ADJUST 5 MANHOLES TO GRADE
- REPLACE 5 WATER VALVE COVERS AND ADJUST TO GRADE
- REPLACE 16 TRAFFIC SIGNAL LOOPS
- RESTRIPE TO MATCH EXISTING
- NIGHT WORK
-------------
LOCATION 6
e�
io SAN JOAQUIN HILLS RD
J
J
I F �a' .
LOCATION 5
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- RESTRIPE TO MATCH EXISTING
- DAY WORK
- GRIND 3 -IN, LEVELING COURSE 1 -IN, OVERLAY 2 -IN ASPHALT CONCRETE
- REMOVE AND REPLACE CONCRETE MEDIAN CURB
- REMOVE AND REPLACE CONCRETE MAINTENANCE STRIP
PRUNE TREE ROOT AND INSTALL ROOT BARRIER
- REPLACE 2 ADVANCE TRAFFIC SIGNAL LOOPS
- RESTRIPE TO MATCH EXISTING
- DAY WORK
`a Qapf L SJ/0'�9!
BENJAMIN `rte
DAVIS
No. 82 3
CAUA��
C-7442-1
DRAWING NO. R -6091-S
APPENDIX B - LOOP DETECTORS
LIMIT LINE OR CROSSWALK
PER PLAN
CURB FACE
v
O
O I ❑
1 -OX i 2 -OX
NOTES:
1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS
SHALL BE 3'x6'.
2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS
IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK.
3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC).
4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL.
5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B.
6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B.
7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT.
RECD APP. 1REVISEDCITYENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
LOOP DETECTORS 923 -L-A
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 of 2
/ LLULNU:
1-oX DETECTOR INPUT FOR THROUGH
PHASES
0
0 0
1-0Y DETECTOR INPUT FOR LEFT TURN
o
F-
__0
m
PHASES
OXB BICYCLE LOOP DETECTOR INPUT
__00
O I
CALTRANS TYPE E LOOP DETECTOR
O
3 -OX
LEFT TURN MODIFIED CALTRANS TYPE E LOOP
O
LANE0 DETECTOR (LEAD LOOPS)
THROUGH CALTRANS TYPE D LOOP DETECTOR
LANES (3'x6')
BIKE LANE
o
1-0Y
�I
EDGE OF GUTTER
CURB FACE
v
O
O I ❑
1 -OX i 2 -OX
NOTES:
1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS
SHALL BE 3'x6'.
2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS
IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK.
3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC).
4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL.
5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B.
6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B.
7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT.
RECD APP. 1REVISEDCITYENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL NO.
LOOP DETECTORS 923 -L-A
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 of 2
Start
TWISTED CLOCKWISE INTO A PAIR Finish
_
(AT LEAST 2 TURNS PER FOOT) —
WINDING DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
O
Z J
O w
k-0
L ~
SAWCUT DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
RECD
All.
REVISED
CITY ENGINEER
DATE
DIR OF PUBLIC WORKS DATE
ADOPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
LOOP DETECTORS
STANDARD DETAIL NO.
923 -L -B
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
SHEET oft
U
_X
2
O
cli
N
CD
(D
C)
N
04
O
J
I
=
Z
U �
M
1n
U
N
d
t0
O
CO
Z
I
li
'
r
U
U S
O
N O
i>:3 ca Y
N
O
O
0
0
O
O
C
r,-
O
O
O
t0
Lf
(9
N
r
N
N
N
j
N
n
Q
O
U
N
in
Q
af°
m
pdZ3>
N
T
Q
N
Z
m
0
Q
in
C
=
O
J
LJJ
W
OEDCCU:
(6
>
>cu
3
a)o
0
Y
n
O
U)
-0
E
?"
C:E
m
r
m
>
U
W
F-
N co 'T Lo O
N
O O O O
M O 00 W)
N
C
JOHN WAYNE
AIRPORT
CITY OF COSTA PSP CIRTY OF
MESA F
UPPER VINE F�
NEWPORT o UNIVERSITY
CD
CDz �,915
� y ST o
17TH ST � BISON AVE
>TH STS �R
BOAl/ T,4
RD FREfw,
T O
-WEST NEWPORT
CENTER SAN
Bq-LBOA�LBOA'
BALBOq �: NAND UIN O
C IFQ cv
pFNiNs�
�q
�gc�Fc cO�0ti�9� o
q 4
Oc16-4/V �Fl Fys z
OPROJECT LOCATIONS
VICINITY MAP
NOT TO SCALE
STREET PAVEMENT
REPAIR PROGRAM
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7442-1 1 10/9/18