HomeMy WebLinkAboutC-7976-1 - Alley Reconstruction (AD-116, 116B & F Street Areas)CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1949-644-3039 FAx
newportbeachca.gov
February 28, 2024
I.E. General Engineering Inc.
Attn: Vincenzo Nanci
1440 Beaumont Ave., Suite A2-130
Beaumont, CA 92223
Subject: Alley Reconstruction (AD-116, 116B & F Street Areas) — C-7976-1
Dear Mr. Nanci:
On February 28, 2023, 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
March 1, 2023, Reference No. 2023000046770. The Surety for the contract is Arch
Insurance Company and the bond number is SU1185457. Enclosed is the Faithful
Performance Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. SU1185457
FAITHFUL PERFORMANCE BOND
One Hundred Twenty -One Thousand
Six The premium charges on this Bond Is $ $62H66a Q Eighty -Eight and no/100 Dollar
p g , being at the
rate of $ 2.50 per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to I.E.
General Engineering, Inc. hereinafter designated as the "Principal," a contract for (1)
distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4)
removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb
and gutter, concrete valley gutters and driveways; (5) constructing new concrete
streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting
City utilities to grade; (7) installing new traffic striping; (8) coordinating with outside utility
owners to have their facilities raised to grade; (9) removing existing hardscaping,
pavement and landscape as needed for contract work; and (10) other incidental items to
be completed in work places required by the Contract Documents. All construction for the
work shall reference these Special Provisions, the Standard Specifications, and all
Contract related documents 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
Arch 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 Six
Hundred Twenty One Thousand Six Hundred Eighty Eight Dollars and 001100
($621,688.00) 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.
I.E. 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 sth day of April 2022 .
IE General Engineering, Inc.
Name of Contractor (Principal)
Arch Insurance Company
Name of Surety
210 Hudson Street, Suite 300, JERSEY CITY, NJ 07311 -1107
Address of Surety
(201) 743-4000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: • 3 `LZ
By: �s�onA�a
. &Mnitai%"
City Attorney
(1 -�
Authorized Sic ture/Title
Authorized Agen ignature .�
Mark D. Leskanic, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
I.E. 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
County of —> kane, ) ss.
On NPrit —t 20 before me, 'D( Z) 611cv�
Notary Public, personally appeared \ILA( A7-0 VAC&A t,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) (a`/are
subscribed to the within instrument and acknowledged to me that tA/she/they executed the same
in his/her/their authorized capacity(ies), and that by h)6/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 tlfon
paragraph is true and correct. ,o����0""''it D a
Cot 046.
WITNESS my hand and official seal. ?s p-;
s iu NOTARY
/ O : PUBLtO
%n4ure '
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 Massachusetts
County of Middlesex } ss.
On April F; 2022 before me, Krista Fletcher
Notary Public, personally appeared Mark D. Leskanic
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.
Sigpature
I.E. General Engineering Inc. Page B-3
ARCH INSURANCE COMPANY
STATEMENT OF FINANCIAL CONDITION
DECEMBER 31, 2020
Assets
Cash in Banks $293,990,621
Bonds owned $ 3,620,730,816
Stocks $ 653,208,881
Premiums in course of collection $ 525,571,487
Accrued interest and other assets $ 593,248,584
Total Assets $ 5,686,750,389
Liabilities
Reserve for losses and adjustment expenses $2,577,386,588
Reserve for unearned premiums $ 946,480,428
Ceded reinsurance premiums payable $ 377,159,781
Amounts withheld or retained by company for account of others $ 170,189,032
Reserve for taxes, expenses and other liabilities $ 483,069,562
Total Liabilities 4,554,285,393
Surplus as regards policyholders 1,132,464,997
Total Surplus and Liabilities $5,686,750,389
By: Attest:
Executive Vice President, Chief Executive Vice President,
Financial Officer and Treasurer General Counsel and Secretary
State of)�`' r�
SS
County of)
Thomas James Ahern, Executive Vice President, Chief Financial Officer and Treasurer and
Regan Shulman, Executive Vice President, General Counsel and Secretary being duly sworn,
of ARCH INSURANCE COMPANY, Missouri; and that the foregoing is a true and correct
statement of financial condition of said company, as of December 31, 2020.
Subscribe4and worn tobefore me, this %l day of ��m t t GOO
MINA
7� /y Notary P1 Y� IN ! �Q � l Q � ��a�� Vt..
6ARrARA A. lEeE
Notary Public, Slate ql Naw Jorsey
Commission # 58107758
gmmissign Fa Tres Juna 27,2 24
r
AIC 0000362493
This Paver ofAttorney 11adds the acts of Nurse awned herelu, awl they have no anthorlfy to baud the Company except in the manner and to the extent herein stater!.
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate orResidendnl Value Guarantees.
POWER OF ATTORNEY
Know All Persons By These Presents:
That the Arch Insurance Company, a corporation organizer) and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Mark D. Leskanic of Natick, MA
its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars (90,000.000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully
and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in
Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 11, 2020, true and
accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize
them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds,
undertakings, recognizances and other surely obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of
process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors of the Company on December 11, 2020:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,
or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may
be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 11, 2020, and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In
Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 22nd it of June, 2021
Attested and Certified , r� tlltp} y. Arch hrsurance Co pany
tilJKtt70AYE `ei ����,1 V V� ._..-•"
1;J � SEAL
Regan A. Shulman, Secretary 19n Stephen C. Ruschak, Executive Vice President
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS
I, Michele Tripoli, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names
are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of
Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being themunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and
purposes therein set forth. -
Cb[MtlnrnelldlWPOIR,WAryublic eat
MIGOttE i "Pith aCteiY Public
PhNWdWWAards-�13
MYCommIBbn Esplto3.FdyD, 20t4 Michele Tripodi, Notary Public
WmmNrbn aanber i166W My commission expires 07/31/2025
CERTIFICATION
I, Regan A. Shulman , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 22, 2021 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution
of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company.
IN TESTIMONY WI IEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company ony�this
�5th day
.�o�fApril
2022
Regan A. Shulman, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company
except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
Arch hrsurance — Surety Division Wr
-
3 Parkway, Suite 1500Philadelphia, PA 19102 srld
1951
To verify the authenticity of this Power of Attorney, please contactArch Insurance Company at SuretilAuthenMBCtarcfi ns
Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached.
AICPOA040120 Printed in U.S.A.
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1949-644-3039 FAx
newportbeachca,gov
May 5, 2023
I.E. General Engineering Inc.
Attn: Vincenzo Nanci
1440 Beaumont Ave., Suite A2-130
Beaumont, CA 92223
Subject: Alley Reconstruction (AS-116,116B & F Street Areas - C-7976-1
Dear Mr. Nanci:
On February 28, 2023, 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
March 1, 2023, Reference No. 2023000046770. The Surety for the bond is Arch Insurance
Company and the bond number is SU1182457. Enclosed is the Labor & Materials
Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. SU1182457
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to I.E.
General Engineering, Inc. hereinafter designated as the "Principal," a contract for (1)
distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4)
removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb
and gutter, concrete valley gutters and driveways; (5) constructing new concrete
streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting
City utilities to grade; (7) installing new traffic striping; (8) coordinating with outside utility
owners to have their facilities raised to grade; (9) removing existing hardscaping,
pavement and landscape as needed for contract work; and (10) other incidental items to
be completed in work places required by the Contract Documents. All construction for the
work shall reference these Special Provisions, the Standard Specifications, and all
Contract related documents 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,
Arch 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 Six
Hundred Twenty One Thousand Six Hundred Eighty Eight Dollars and 001100
($621,688.00) 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
I.E. General Engineering Inc. Page A-1
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
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 5th day of April , 2022 .
IE General Engineering, Inc.
Name of Contractor (Principal)
Arch Insurance Company
Name of Surety
210 Hudson Street, Suite 300, JERSEY CITY, NJ 07311 - 1107
Address of Surety
(201) 743-4000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: < -3 - 77_
M
m C. Harp
Attorney
vtv---_
Authorized Signature/Title
L�
Authorized Agent Signature
Mark D. Leskanic, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
I.E. 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 Cairfar is
County of 5¢okan� } ss.
On pci 1 "I't't•. 20 2Z before me, (tr(i 17 C�Itavti
Notary Public, personally appeared J u
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ' /are
subscribed to the within instrument and acknowledged to me that o/she/they executed the same
in hiX/her/their authorized capacity(ies), and that by ttirs/herttheir 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
paragraph is true and correct.
WITNESS my hand and official seal. ° NOTARY
o UBLIC
S' ure (se
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 Massachusetts
County of Middlesex } ss.
On aril 5 2022 before me, _Krista Fletcher
Notary Public, personally appeared Mark D. Leskanic
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.
Si@Kature
I.E. General Engineering Inc. Page A-3
3l1/23, 9:54 AM
Batch 15406236 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIII IIIIIIIIII JIIIII IIIIIIII1l111IIIIIIIIII[IIIIIIIII NO FEE
$ R 0 0 1 4 2 2 5 3 7 9 $ *
2023000046770 9:45 am 03/01/23
90 CR-SC06 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 LE General Engineering Inc.,
Beaumont, California, as Contractor, entered into a Contract on March 22, 2022. Said
Contract set forth certain improvements, as follows:
Alley Reconstruction (AD-116. 116B & F Street Areas) - C-7976-1
Work on said Contract was completed, and was found to be acceptable on
February 28, 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is Arch Insurance Company.
BY
Public Works Director
City of Newport Beach
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.Ilm
Executed on at Newport Beach, California.
BY yromo• aEWPpR
T
City Clerk
U n
�«=
C'9<rpoft '
https:/Igs.secure-recording.com/Batch/Confirmation/15406236 1/d
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 I.E General Engineering Inc.,
Beaumont, California, as Contractor, entered into a ^ ,n.,T,^-� m ` - ` -- ""arch 22, 2022. Said
Contract set forth certain improvements, as follows:
Alley Reconstruction (AD-116, 116B & F Street Areas) - C-7976-1
Work on said Contract was completed, and was found to be acceptable on
February 28, 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is Arch Insurance Company.
BY G
Public orks irector
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. Ia /fin
Executed on v4� �at Newport Beach, California.
BY V' mtr4.�
City Clerk
e,��
CITY OF NEWPORT BEACH
t
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 8th day of March, 2022,
at which time such bids shall be opened and read for
Alley Reconstruction 4AD-116, 116B & F Street Areas)
PROJECT NO.22R07
CONTRACT NO. 7976-1
$700,000
Engineer's Estimate
Approved by
ames M. oulihan
putt' PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Pians
via PlanetBids:
hAR:I/www.Riangthids.pom/`R2ELaltportal.cftn2CompanylD=22078
Hard copy plans are available via
Santa Ana Blue Print at (949756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classitication(s) required for this project: "A"
For further information, call Patrick Arciniega, Proiect Manager at (949) 644-3347
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
htt Unew o beach v/ vernmentto en -trail arent/online- ervices/bids-rf s-
vendor-reglstratlon
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18
INFORMATION REQUIRED OF BIDDER..................................................................... 19
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit C
PROPOSAL. ............................................................................................................. PR -1
SPECIALPROVISIONS............................................................................................ SP -1
2
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
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 in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted 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 ACKNOWLEDGEMENT (Line Items to be completed via Planet8ids)
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.
3. 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, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
3
5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. 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.
7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (416) 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. rags shallQbe.posted by the Contractor at the„ job site.
9, The Contractor shall be responsible for insuring corr pliance wish provisions of' Section 1777,5 of
the Labor Code Apprenticeship requirements and Section 4.100 et s'eq. 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
4
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
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.
1015380
Contractor's License No. & Classification Authorized Signature/Title
1000043058
DIR Registration Number & Expiration Date
IE General Engineering Inc.
Bidder
5
03/07/2022
Date
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
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% of Bid ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of Alleys
Reconstruction (AD -116, 116B & F Street Areas), Contract No. 7976-1, in the City of Newport
Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract
is awarded to the Principal, and the Principal fails to execute the Contract Documents in the
form(s) prescribed, including the required bonds, and original insurance certificates and
endorsements for the construction of the project within thirty (30) calendar days after the date of
the mailing of "Notification of Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 8th
IE General Engineering, Inc.
Name of Contractor (Principal)
Arch Insurance Company
Name of Surety
210 Hudson Street, Suite 300
JERSEY CITY, NJ 07311 - 1107
Address of Surety
(201) 743-4000
Telephone
day of March 2022.
- uthorized Signature/Title
-zLfzl�
Authorized Abent Signature
Mark D. Leskanic, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety, must be attached)
1.1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of )SS.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Thumbprint of Signer
■
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of Massachusetts
County of Middlesex }ss.
On March 8 2022 before me, Krista Fletcher
Notary Public, personally appeared Mark D. Leskanic
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.
T • and• -
i1 . /.
ARCH INSURANCE COMPANY
STATEMENT OF FINANCIAL CONDITION
DECEMBER 31, 2020
Assets
Cash in Banks
Bonds owned
Stocks
Premiums in course of collection
Accrued interest and other assets
Total Assets
Liabilities
Reserve for losses and adjustment expenses
Reserve for unearned premiums
Ceded reinsurance premiums payable
Amounts withheld or retained by company for account of others
Reserve for taxes, expenses and other liabilities
Total Liabilities
Surplus as regards policyholders
M
Total Surplus and Liabilities
Executive Vice President, Chief
Financial Officer and Treasurer
State of)'� J rel
SS
County of)
Attest:
$293,990,621
$ 3,620,730,816
$ 653,208,881
$ 525,571,487
$ 593,248,584
$ 5,686,750,389
$2,577,386,588
$ 946,480,428
$ 377,159, 781
$ 170,189,032
$ 483,069,562
Executive Vice President,
General Counsel and Secretary
4,554,285,393
1,132,464, 997
$5,686,750,389
Thomas James Ahern, Executive Vice President, Chief Financial Officer and Treasurer and
Regan Shulman, Executive Vice President, General Counsel and Secretary being duly sworn,
of ARCH INSURANCE COMPANY, Missouri; and that the foregoing is a true and correct
statement of financial condition of said company, as of December 31, 2020.
Subscribed an sworn to before me, this -a day of kQ Cil' 0001 1
Notary Polic
MIM
Lq
1
BARPARA A. L�Jersey
Nota rryy Public, State of ominiss;on#50Commission Expires Ju
1
AIC 0000362423
This Power ofAttorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
POWER OF ATTORNEY
Know All Persons By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Mark D. Leskanic of Natick, MA
its true and lawful Attomey(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars (90.000.000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully
and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in
Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 11, 2020, true and
accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize
them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds,
undertakings, rccognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of
process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors of the Company on December 11, 2020:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,
or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may
be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 11, 2020, and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In
Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 22nd day of June, 2021
Attested and Certified Arch Insurance Co pany
9X--- ergAke
.lL' �vr<rerlAl E 'ff
V SEAL
Regan A. Shulman, Secretary '9n Stephen C. Ruschak, Executive Vice President
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS
I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names
are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of
Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and
purposes therein set forth.
t arrnarweal E or PawKylvarda • Notary sat
AYCNEtk TRIP001, Notary VuWk
phgadelphla County
AyC&WdW n Expires July 31, 2026
Comnbtton Number 116111622 Michele Tripodi, Notary Public
CERTIFICATION My commission expires 07/31/2025
I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 22.2021 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution
of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 8th day of March
2022
Regan A. Shulman, Secretary
This Power ofAttorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authorityto bind the Company
except in the manner and to the extent herein stated. —, -!nZ.Z '..`
PLEASE SEND ALL tY AIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: ��s'�►' ��""9y
Arch Insurance — Sure Division r/r
3 Parkway, Suite 1500 tJUKRJIt+tTE
Philadelphia, PA 19102
t'9'il
To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at Su retyAuthentic@2 fcii ns ru &tsce.
Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached.
AICPOA040120 Printed in U.S.A.
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 Califorla
County of K,66 1e,�}ss.
On ~ j v , 20 rt before me, L
Notary Public, p rsonally appeared
who proved tome on the basis of satisfactory evidence to be the persons whose nameis are
subscribed to the within instrument and acknowledged to me tha hhP%she/they executed the same
in wher/their authorized capacity), and that by is' her/their signatures(s-'on the instrument
the person, or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
r
Signature
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
n �5°pT
DANA L. CAMPBELL
COMM.# 2282589 t^
PUBLIC -CALIFORNIA N
Yz� £
NOTARY
RIVERSIDE COUNTY
MY COMM. EXP. MAR. 26, 20231
OPTIONAL INFORMATION
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
(seal)
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
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 subcontractors as listed in the
Bidder's electronic bid 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. Bidders must also include
DIR registration numbers for each subcontractor.
IE General Engineering Inc.
Bidder
X
vllr—� President
Authorized Signature/Title
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name IE 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
Project Description
ADA Compliance for pavement Rehab
Concrete Improvements
Approximate Construction Dates: From
Agency Name City of Temecula
09/2021
Contact Person Contact: Shawna Bennetts
10/2021
T
Telephone (951)-506-5167
Original Contract Amount $ "',000.00Final Contract Amount $ 186,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Me
10
No. 2
Project Name/Number
City of Temecula City wide Concrete
Project Description City wide concrete repairs
Approximate Construction Dates: From 06/2021 To: 08/2021
Agency Name City of Temecula
Contact Person Will Becerra Jr Telephone ( )951-693-3963
285
Original Contract Amount $ 181,Final Contract Amount $ 181,285
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
NO
No. 3 Antelope Raised Median
Project Name/Number
Project Description Median improvements
Approximate Construction Dates: From
City of Menifee
Agency Name
05/2021 To: 09/2021
Contact Person Carlos Geronimo Telephone ( ) 951-672-6777
Original Contract Amount $501,293 Final Contract Amount $ 501,293
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 4 Yucaipa Ave A - South Side- 1st- Adams St
Project Name/Number
Project Description Street Improvement
Approximate Construction Dates: From
Agency Name
City of Yucaipa
12/20 To: 01/2021
Contact Person
Crystal Campbell Telephone ( 909-797-2489
)
Original Contract Amount $ 163,987 Final Contract Amount $ 163,987
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
NO
No. 5
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
12
No. 6
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Irel
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
IE General Engineering Inc.
Bidder
13
vy--� President
Authorized Signature/Title
City of Newport Beach
Alley Reconstruction (AD -116,_ 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 79 6-1
NON -COLLUSION AFFIDAVIT
State of California }
) ss.
County of )
`6 being first duty sworn, deposes and says that he or she is
of .. n.� / the party malting the
foregoing bid; that ttTTbid isnot 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 ge uine 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 of in any manner, directly
or indirectly, sought by agreement, communication,or conference with anyone to N the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, orof that of any other bidder,
or to secure any advantage against the public body awarding the contract.of anyoneinterested 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 corents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any'corpora[ion, partnership, company
association, organization, bid depository, or to any member or agent thereof to eife' tuate a collusive or sham
bid'.
I declare under penalty of perjury of the laws of the S t California that the fore4ping is true and correct.
o
Subscribed and sworn to (or affirmed) before me on this 0 day of 2021
by r0 p"Lck proved to hie on the basis of
satisfactory evidence to be the person(s) who appeared before me.
F
1 certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing
paragraph is true and correct.
Notary Public
E
i
[SEAL]
My Commissipn Expires:
14
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
bee Attached Document, (Notary to cross out lines 1-6 below)
See Statement Below (Unes 1-6 to be completed only by document signer[sl,i not Notary)
I
Signature of Document Signer No. 1 Signature of Docu
Signer No. 2 (if any)
A notary pubric or ather officer completing this certificate verifies only the identity of the i} dividual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or vartditybf that document
State of Califo
County of
A waw DANA L' CAMPBELL
Como,# 228289
NUTARy MLIO-CALIF5ORNA
AlVaR8101 COURry
MY COMM, jxp.jAAR. 26„4023
Subscribed and sworn to
on this day of
by Date
(and
, affirmed) before me
A-LAZU�d , 202q�-
Month Year
I
eoeb,f Signer* -
proved to me on the basis of satisfactory evidence
to be the personWVho 'apppared, before me.
Signature
Seal
Place Notaty Seal Above
OPTIOALAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended docunient.
Description of Attached Document
Title tle or Type of Docurn 0 Document pate:
Number of Pages: _ Signers) Other Than Named Above:
@2014 National Notary Association - www.Natona]Notary.org - 1-800-0S NOTARY (1-8Q0-876-6827) Item #k5910
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
DESIGNATION OF SURETIES
Bidder's name IE 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):
Arch Insurance Co 201-743-4000
210 Hudson Ave Suite 300, Jersey City, NJ 07311
15
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO.22R07
CONTRACT NO. 7976-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name IE General Engineering Inc.
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2021
2020
2019
2018
2017
Total
2022
No. of contracts
7
23
6
8
17
12
73
Total dollar
1.7M
Amount of
5AM
2AM
1.2M
3.6M
1.5M
15.8M
Contracts (in
Thousands of $
No. of fatalities
0
0
0
0
0
Q
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
0
0
0
0
0
0
0
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Legal Business Name of Bidder IE General Engineering Inc.
Business Address: 1440 Beaumont Avenue Ste. A2-130 Beaumont,CA 92223
Business Tel. No.: 951-616-3311
State Contractor's License No. and 1015380
Classification: A c53 B
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 ��fJ
bidder
Date? --
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
INOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF 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 K _ V-61��L(L
On Y� ��Gt� �, � �.`� before me, CL UIQ L �t �ertknamei�: it(Here d He of Neo icer)
personally appeared \ i , Vl,C'f.v\-zi; &1112 t(�
who proved to me on the basis of satisfactory evidence to be the person(s�whose
name. bs are subscribed to the within instrument and acknowledged to me that
*she/they executed the same in��/her/their authorized capacity(os), and that by
/her/their signatureW on the instrument the person(§, or the entity upon behalf of
which the person) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
�� DANA L. CAMPBELL
WITNESS my hand and official seal. r-_5
Cow. # 2232539 'n
n N
'4j
� � NOTP.RY PUBLIC -CALIFORNIA 111
i / \ R::ERSIDE CGU+JTV
°' MC
Y e�au. R�:F Idn3. 26, 2023'
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUIVIENT
a
(Title or description of attached ocument)
I Ali L: 1L.
(Title or descrilkion of attached document continued)
Number of Pages Document Dated 3
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
ElCorporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
:L*u 15 . _r sri-:
NSTRUCTIONS FOR COMPLETING THIS FORM I
This form complies with current California statutes regarding notary wording and,
if needed, should be completed and attached to the document. Acknowledgments
from other states may be completed for documents being sent to that state so long
as the warding does not require the California notan, to violate California notary
law. #
• State and County information must be the State and County where the document
signers) personally appeared before the notary public for aclatowledgnent.
• Date of notarization must be the date that rhe signer(s) personally appeared wbich
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public)_
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/Y is /ate ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgrtteat form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document with a staple.
City of Newport Beach
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name IE 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 Signature
18
City of Newport Beach
Alley Reconstruction (AD -116, 1168 & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
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:
IE General Engineering Inc.
Name of individual Contractor, Company or Corporation:
1440 Beaumont Avenue Ste. A2-130 Beaumont,CA 92223
Business Address:
Telephone and Fax Number:
951-616-3311
California State Contractor's License No. and Class:
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 06/21/2016 Expiration Date:
1015380
06/30/2022
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:
Juan Garcia Project Manager
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures,
and company or corporate officers having a principal
interest in this proposal:
Name Title
Address Telephone
Vincenzo Nanci / President
24304 Topacio Ct. Wildomar CA 92595 951-616-3311
Vincenzo Nanci Vice President
24304 Topacio Ct. Wildomar CA 92595 951-616-3311
Gene M. Parker/ Secretary
1220 Dysart Drive, Banning, CA 92220 951-230-3735
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
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 compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /® NO
20
Are any claims or actions unresolved or outstanding? Ye
if yes to any of the above, explain, (Attach additional Sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
(print name of Owner or President
of Co oration/Company)
T /-7.
-6, ell Signaturer4ritie;� ILI
Bidder Au#
Tftle
Date
On before me, Notary Public, personally appeared
who proved to me on the basis of
satisfactory evidence to be the person(s) Whose name(s) isfare subscribed to the within instrument and
acknoWedged to me that hetshelthey executed the same in his/her/their authorized capacity(ies), and that
by hisiheritheir signature(s) on the instrumeritthe 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. -
44 5c, i
)Lej�iV6�(SEAQ
Notary Public in and for said State
My Commission Expires:
21
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF 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 U'!(M
/i
On t tD before me, �-C�.L i
Her9 rtrarm and Me ot a7antcerl
personally appeared _ L�itR$C't
who proved to me on'the basis of satisfactory evidence to be the person(€whose
name,( is re subscribed to the wit i instrument and acknowledged. to me that
she/they executed the same her/their- authorized capacity and that by
49' , her/their signatureKon the instrument the person 'or the entity upon behalf of
9
which the perso%Wacted, 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.
2a°.tom DANA L.CAMPBEII.
WITNESS my hand and official 89
seal } NOTARY F'us 22s25OR
c NOTARY pslog COUNTY +
Rrygp&IOI: GOU'iiTY
MY Court. EXP, MSR. 26, 2023
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATI
DESCRIPTION OF THE ATTACHED DOCUMENT
(Re or d� j( fiongof attached document)
(Ttde or description of attached document continued)
Number of Pages _ J Document Date= --
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
itie)
0 Partner(s)
❑ Attorney -in -Fact
[] Trustee(s)
Other
X015 l 3i slur at n . =,ty:`td }til<tsne5 w`iti 8Qi-5 ' i- ' d
NSTRUCTIONS FOR COivII'LETING THIS FORM
ON Thisform complies with current California statutes regarding notary wording and,
if needed; should be completed and attached to the document.. dclmowledgments
from other states may be comgfered for documents being sent to that state so long
as the wording does not require the California notary to violate California notary
law. 1
• State and County information must be the State and County where the document
signers). personally appeared before the notary public for acknowledgment.
Date of notarization must be the date that the sig erf s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must pant his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
l aishehhey,-is later) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
■ The notary seat impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits; otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a differept document.
Indicate title or type of attached document, number o f pages and date.
indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document with a. staple.
City of Newport Beach
Alley Reconstruction (AD -116, 1168 & F Street Areas)
PROJECT NO. 221R07
CONTRACT NO. 7976-1
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
ALLEY RECONSTRUCTION (AS -116, 1166 & F STREET AREAS)
CONTRACT NO. 7976-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 22nd day
of March, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and I.E. General Engineering
Inc., a California corporation ("Contractor"), whose address is 1220 Dysart Drive,
Banning, California 92220, 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: (1) distributing
notices to affected residents; (2) traffic control; (3) construction surveying; (4)
removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks,
curb and gutter, concrete valley gutters and driveways; (5) constructing new
concrete streets/alleys, alley approaches, sidewalks, curb and gutter and
driveways; (6) adjusting City utilities to grade; (7) installing new traffic striping; (8)
coordinating with outside utility owners to have their facilities raised to grade; (9)
removing existing hardscaping, pavement and landscape as needed for contract
work; and (10) other incidental items to be completed in work places required by
the Contract Documents. All construction for the work shall reference these Special
Provisions, the Standard Specifications, and all Contract related documents (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. 7976-1, 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 Six Hundred Twenty One Thousand Six Hundred Eighty
Eight Dollars and 00/100 ($621,688.00).
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 Juan Garcia 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.
I.E. 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: Director of Public Works
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
I.E. General Engineering Inc. Page 3
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Vincenzo Nanci
I.E. General Engineering Inc.
1440 Beaumont Ave., Suite A2-130
Beaumont, CA 92223
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.
I.E. General Engineering Inc. Page 4
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
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
I.E. General Engineering Inc. Page 5
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City.
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers 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
I.E. General Engineering Inc. Page 6
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
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.
I.E. General Engineering Inc. Page 7
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
I.E. General Engineering Inc. Page 8
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
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]
I.E. 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:/a I ZZ
By:
on C. Harp V�"4 3 • vs• 2L --
City Attorney
ATTEST:
Date: I
By:
4��—
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California rna1u,LHc19PI corporation
Date: 4( /Z-�
Q P
n MLlydoon
or
CONTRACTOR: I.E. General
Engineering Inc., a California corporation
Date:
Signed in Counterpart
By:
Enzo Nanci
Chief Executive Officer
Date:
Signed in Counterpart
By:
Gene Parker
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
I.E. 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 ATTORNEY'S OFFICE
Date:
By: - ) O. (cr i
a on Harp -s •x.41--wL-_
Attorney
ATTEST:
Date:
Leilani 1. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor
CONTRACTOR: I.E. General
Engineer n Inc., a California corporation
Date: �j1�22
By:
Enzo Nanci
Chief Executive Officer
Date:
By:
Gene Parker
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C - Insurance Requirements
I.E. General Engineering Inc. Page 10
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. SU 1182457
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to I.E.
General Engineering, Inc. hereinafter designated as the "Principal," a contract for (1)
distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4)
removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb
and gutter, concrete valley gutters and driveways; (5) constructing new concrete
streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting
City utilities to grade; (7) installing new traffic striping; (8) coordinating with outside utility
owners to have their facilities raised to grade; (9) removing existing hardscaping,
pavement and landscape as needed for contract work; and (10) other incidental items to
be completed in work places required by the Contract Documents. All construction for the
work shall reference these Special Provisions, the Standard Specifications, and all
Contract related documents 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,
Arch 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 Six
Hundred Twenty One Thousand Six Hundred Eighty Eight Dollars and 00/100
($621,688.00) 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
I.E. General Engineering Inc. Page A-1
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
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 5th day of April 2022 .
IE General Engineering, Inc.
Name of Contractor (Principal)
Arch Insurance Company
Name of Surety
210 Hudson Street, Suite 300, JERSEY CITY, NJ 07311 - 1107
Address of Surety
(201) 743-4000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: - 3 72_
!r>
m C. Harp
Attorney
tly-- .
Authorized Signature/Title
9M� -- —
ut orized Agent Signature
Mark D. Leskanic, Attorney -in -Fact
Print Name and Title f
(AV,•aw1VlZti
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
I.E. 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 agto
County of SQck6n'r— I ss.
On 1 -1 20 2Z before me, '5("iYU 17 C��Lev`„
Notary Public, personally appeared l v, o c .
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ' /are
subscribed to the within instrument and acknowledged to me that b_6/she/they executed the same
in h1/her/their authorized capacity(ies), and that by 1}�s/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
1,.aH11"Itt ,
I certify under PENALTY OF PERJURY under the laws of the State of C tD�Q,%,foregoing
paragraph is true and correct. `' gsioiv''••�j''%
• �o 12uzo,�+ .,
WITNESS my hand and official seal. f °6 NOTARJ.
S' ure
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 Massachusetts
PUBLIC
2
O,c'"
e.... tNAS ....o
County of Middlesex I ss.
On April 5 , 2022 before me, Krista Fletcher
Notary Public, personally appeared Mark D. Leskanic
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.
Si@Kature
I.E. General Engineering Inc. Page A-3
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. SU 1185457
FAITHFUL PERFORMANCE BOND
One Hundred Twenty -One Thousand
Six Hundred Eighty -Eight and no/100 Dollars
The premium charges on this Bond is $ $621,668.00 being at the
rate of $ 2.50 per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to I.E.
General Engineering, Inc. hereinafter designated as the "Principal," a contract for (1)
distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4)
removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb
and gutter, concrete valley gutters and driveways; (5) constructing new concrete
streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting
City utilities to grade; (7) installing new traffic striping; (8) coordinating with outside utility
owners to have their facilities raised to grade; (9) removing existing hardscaping,
pavement and landscape as needed for contract work; and (10) other incidental items to
be completed in work places required by the Contract Documents. All construction for the
work shall reference these Special Provisions, the Standard Specifications, and all
Contract related documents 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
Arch 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 Six
Hundred Twenty One Thousand Six Hundred Eighty Eight Dollars and 00/100
($621,688.00) 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.
I.E. 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 5th day of April ,2022 .
IE General Engineering, Inc.
Name of Contractor (Principal)
Arch Insurance Company
Name of Surety
210 Hudson Street, Suite 300, JERSEY CITY, NJ 07311 - 1107
Address of Surety
(201) 743-4000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: S7 Z Z
By: fir)
on C. Harp prMel�tslvv
City Attorney
PO ---
Authorized
Si ture/Title
Authorized Agen ignature
Mark D. Leskanic, Attorney -gin -Fact
Print Name and Title K
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
I.E. 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 t 9for A
County of oka ne, } ss.
On ARA l —t 20 before me, GJ(a.vc, Z>
Notary Public, personally appeared \ jLA r f Aa0 r.1c.n o:
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ji/are
subscribed to the within instrument and acknowledged to me that 0/she/they executed the same
in his/her/their authorized capacity(ies), and that by h#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 tggj,ftloregoing
paragraph is true and correct. �,�•��•D a��
WITNESS my hand and official seal. • o��o�zs�s°�sA'�F
s
1 ' PUBLIC
(sealf-v'�
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 Massachusetts
County of Middlesex }ss.
On April 5 2022 before me, Krista Fletcher
Notary Public, personally appeared Mark D. Leskanic
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 . and.
META FLETCHER
Not&y ftnM 80d
I.E. General Engineering Inc. Page B-3
ARCH INSURANCE COMPANY
STATEMENT OF FINANCIAL CONDITION
DECEMBER 31, 2020
Assets
Cash in Banks
Bonds owned
Stocks
Premiums in course of collection
Accrued interest and other assets
Total Assets
Liabilities
Reserve for losses and adjustment expenses
Reserve for unearned premiums
Ceded reinsurance premiums payable
Amounts withheld or retained by company for account of others
Reserve for taxes, expenses and other liabilities
Total Liabilities
Surplus as regards policyholders
Total Surplus and Liabilities
Attest:
Executive Vice President, Chief
Financial Officer and Treasurer
State of)
SS
County of)
$293,990,621
$ 3,620,730,816
$ 653,208,881
$ 525,571,487
$ 593,248,584
$ 5,686,750,389
$2,577,386,588
$ 946,480,428
$ 377,159,781
$ 170,189,032
$ 483,069,562
Executive Vice President,
General Counsel and Secretary
4,554,285,393
1,132,464,997
$5,686,750,389
Thomas James Ahern, Executive Vice President, Chief Financial Officer and Treasurer and
Regan Shulman, Executive Vice President, General Counsel and Secretary being duly sworn,
of ARCH INSURANCE COMPANY, Missouri; and that the foregoing is a true and correct
statement of financial condition of said company, as of December 31, 2020.
Subscribed anqAworn to before me, this a day of NQ 61 t GO@
Notary Polic
I
BARVARA A. LEE
Notaryry Public, State of New Jersey
Commiss°on # 50107758
Commission &pires Jcna 27. 2024
;
r_,
AIC 0000362493
This Power ofAftorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
POWER OF ATTORNEY
Know All Persons By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Mark D. Leskanic of Natick, MA
its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars (90.000.000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully
and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in
Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 11, 2020, true and
accurate copies ofwhich are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize
them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds,
undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of
process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors ofthe Company on December 11, 2020:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,
or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may
be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 11, 2020, and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In
Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 22nd day of June, 2021
Attested and Certified ,Van" C Arch Insurance Co pany
WfIrt7KATE 'd
SEAL
Regan A. Shulman, Secretary t9n Stephen C. Ruschak, Executive Vice President
STATE OF PENNSYLVANIA SS MlSfbylf
COUNTY OF PHILADELPHIA SS
I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names
are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of
Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and
purposes therein set forth.
Cwnn MCKUgid� • Public narysodSa
R*bddphte County % if
AV CommWon Ewes July 31, MIS
Caro*" Nunber 116/612 Michele Tripodi, Notary Public
CERTIFICATION My commission expires 07/31/2025
I, Regan A. Shulman , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 22, 2021 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution
of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 5th day of Ap,11
2022 � ^
Regan A. Shulman, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company
except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
Arch Insurance—Surety Division
3 Parkway, Suite 1500" WtptMnrk
Philadelphia, PA 19102E S
i�1� tAn
r
To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentl,(arc►insssra� com
Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached.
AICPOA040120 Printed in U.S.A.
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
I.E. 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 Subroqation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
I.E. 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. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
I.E. General Engineering Inc. Page C-3
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
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.
I.E. General Engineering Inc. Page C-4
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
I.E. General Engineering Inc. Page C-5
City of Newport Beach
Alley Reconstruction (AD -116, 1168 & F Street Areas)
PROJECT NO. 221R07
CONTRACT NO. 7976-1
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
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. 7976-1 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:
3/7/2022
Date
951-616-3311
Bidder's Telephone and Fax Numbers
1015380
Bidder's License No(s).
and Classification(s)
1000043058
DIR Registration Number
Bidder's email address:
IE General Engineering Inc.
Bidder
� .---� President
n
Bidder's Authorized Signature and Title
1440 Beaumont Avenue Ste. A2-130 Beaumont,CA 92223
Bidder's Address
accounting@iegeneral.com
PR -1
Vendor Name
iE General Engineering inc
Address
1440 Beaumont Ave Suite A2-130
Delivery Method
Beaumont, California 92223
Bid Responsive
United States
Respondee
Juan Garcia
Respondee Title
project manager
Phone
951-775-6615
Email
juan@iegeneralengineering_com
Vendor Type
CADIR
License #
1015380
CADIR
1000043058
Bid Format
Electronic
Submitted
03/08/2022 9:13 AM (PST)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
283204
File Title File Name File Type
BID SUBMITTAL C-7676-1 IE General Engineering Inc.pdf BID SUBMITTAL C-7676-1 IE General Engineering Inc.pdf General Attachment
Bid Bond C-7976-1 IE General Engineering Inc.pdf Bid Bond C-7976-1 IE General Engineering Inc.pdf Bid Bond
Showing 2 Subcontractors
Name & Address
On Point Land Surveying Inc.
1910 Orange Tree Lane
Redlands, California 92374
Superior Pavement Markings
5312 Cypress St.
Cypress, California 90630
Desc License Num
Survey 8601
Signing Striping 776306
CADIR Amount Type
1000003100 S17,280 00
100000/476 S8,710.00
Discount Terms No Discount
Item # Item Code
Type Item Description
Section 1
Line Total
1
Mobilization, Demobilization, and Cleanup
2
Traffic Control
3 3A
Monument Preservation
4 3B
Construction Surveying
5
Provide As -Built Plans
6
Adjust and/or Relocate Utility Box to Grade
7
Remove Pavement and Reconstruct 6 -Inch Thick Fiber Reinforced PCC Pavement
8
Remove Existing and Install New 1 -Inch Water Meter Box and Cover to Grade
9
Remove Existing and Install New Water Valve Box and Cover to Grade
10
Remove Existing and Install New Sewer Cleanout Box and Cover to Grade
11
Remove and Reconstruct 6 -Inch Thick PCC Alley Approach
12
Remove and Reconstruct 4 -Inch Thick PCC Sidewalk
13
Remove Existing and Construct 6 -Inch Thick Fiber Reinforced PCC Patchback
14
Remove Existing and Install 2 -Foot Wide by 1 -Foot Deep Full Depth AC
15
Remove and Reconstruct 8 -Inch Thick PCC Pavement
16
Adjust Existing Streetlight Pull Box to Grade
17
Remove Existing Concrete Valley Gutter
18
Construct Crushed Miscellaneous Base
19
Signing and Striping
UOM
QTY
Unit Price
Line Total
Response Comment
$621,688.00
LS
1
$20,000.00
$20,000.00
Yes
LS
1
510,000.00
$10,000.00
Yes
LS
1
$50,000.00
S50,000.00
Yes
LS
1
$19,008.00
$19,008.00
Yes
LS
1
$5,000.00
S5,000.00
Yes
LS
1
$75,000.00
$75,000.00
Yes
SF
16000
$15.00
S240,000.00
yes
EA
102
$750.00
576,500.00
Yes
EA
11
$500.00
$5,500.00
Yes
EA
8
$2,000.00
$16,000.00
Yes
SF
1100
514.00
$15,400.00
Yes
SF
300
$6.50
$1,950.00
Yes
SF
5300
58.50
$45,050.00
Yes
TON
20
$500.00
$10,000.00
Yes
SF
300
$20.00
$6,000.00
Yes
EA
1
$550.00
$550.00
Yes
SF
480
$5.00
S2,400.00
Yes
TON
110
$125.00
$13,750.00
Yes
LS
1
$9,580.00
$9,580.00
Yes
Section Title
Section 1
Grand Total
Line Total
$621,688.00
$621,688.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-1
PART 1 - GENERAL PROVISIONS
1
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
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
5
5
5
5
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6
6-1.1 Construction Schedule 6
6-7 TIME OF COMPLETION 6
6-7.1 General 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES g
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8
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
9
7-7 COOPERATION AND COLLATERAL WORK
9
7-8 WORK SITE MAINTENANCE
9
7-8.4 Storage of Equipment and Materials
9
7-8.4.2 Storage in Public Streets
9
7-8.6 Water Pollution Control
9
7-8.6.2 Best Management Practices (BMPs)
9
7-10 SAFETY
10
7-10.3 Haul Routes
10
7-10.4 Safety
10
7-10.4.1 Work Site Safety
10
7-10.5 Security and Protective Devices
10
7-10.5.3 Steel Plate Covers
10
SECTION 9 - MEASUREMENT AND PAYMENT
11
9-2 LUMP SUM WORK
11
9-3 PAYMENT
11
9-3.1 General
11
9-3.2 Partial and Final Payment.
14
PART 2 - CONSTRUCTION MATERIALS
14
SECTION 200 — ROCK MATERIALS
14
200-2 UNTREATED BASE MATERIALS
15
200-2.1 General
15
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
15
201-1 PORTLAND CEMENT CONCRETE
15
201-1.1 Requirements
15
201-1.1.2 Concrete Specified by Class and Alternate Class
15
201-2 REINFORCEMENT FOR CONCRETE
15
201-2.2 Steel Reinforcement
15
201-2.2.1 Reinforcing Steel
15
SECTION 203 — BITUMINOUS MATERIALS
15
203-6 ASPHALT CONCRETE
15
203-6.5 Type III Asphalt Concrete Mixtures
15
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS
16
214-4 PAINT FOR STRIPING AND MARKINGS
16
214-4.1 General
16
PART 3 - CONSTRUCTION METHODS
16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
16
300-1.3 Removal and Disposal of Materials
16
300-1.3.1 General
16
300-1.3.2 Requirements
17
SECTION 302 - ROADWAY SURFACING
17
302-5 ASPHALT CONCRETE PAVEMENT
17
302-5.1 General
17
302-5.8 Manholes (and Other Structures)
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
17
17
17
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
18
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
19
DRIVEWAYS
18
303-5.1 Requirements
18
303-5.1.1 General
18
303-5.4 Joints
18
303-5.4.1 General
18
303-5.5 Finishing
18
303-5.5.2 Curb
18
303-5.S.4 Gutter
18
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 18
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
19
314-2.1 General
19
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
19
314-4.1 General
19
314-4.2 Control of Alignment and Layout
19
314-4.2.1 General
19
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
19
314-4.4.1 General
19
314-4.4.2 Surface Preparation
20
PART 6 - TEMPORARY TRAFFIC CONTROL 20
SECTION 600 - ACCESS
20
600-1 GENERAL
20
600-2 VEHICULAR ACCESS
20
600-3 PEDESTRIAN ACCESS
21
SECTION 601— WORK AREA TRAFFIC CONTROL
21
601-1 GENERAL
21
601-2 TRAFFIC CONTROL PLAN (TCP)
21
��Q�OF`SSIG�I
CITY OF NEWPORT BEACH�o���
PUBLIC WORKS DEPARTMENT
No. 38832
SPECIAL PROVISIONS
Alley Reconstruction (AD -116, 116B & F Street Areas)
PROJECT NO. 22R07
CONTRACT NO. 7976-2
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R -7011-S); (3) the City's
Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition);
(4) Standard Specifications for Public Works Construction (2015 Edition) including
supplements. The City's Design Criteria and Standard Drawings for Public Works
Construction are available at the following website:
http://www.newportbeachca.gov/government/departments/public-works/resources
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www.bnibooks.com/products/standard-specifications-public-works-construction
or call 888-BNI BOOK (888-264-2665).
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
Page SP 1 of 22
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
At the time of the award and until completion of work, the Contractor shall possess a
Class "A" 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.
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, but is not limited to,
(1) distributing notices to affected residents; (2) traffic control; (3) construction
surveying; (4) removing existing asphalt or concrete streets/alleys, alley approaches,
sidewalks, curb and gutter, concrete valley gutters and driveways; (5) constructing new
concrete streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6)
adjusting City utilities to grade; (7) installing new traffic striping; (8) coordinating with
outside utility owners to have their facilities raised to grade; (9) removing existing
hardscaping, pavement and landscape as needed for contract work; and (10) other
incidental items to be completed in work places required by the Contract Documents.
All construction for the work shall reference these Special Provisions, the Standard
Specifications, and all Contract related documents.
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 shall include in
their bid a $50,000 allowance for the survey work detailed below. As part of this
contract, the contractor will be required to use Coast Surveying, Inc. of Tustin CA for
recording and restoring monuments and can be contacted at (714) 918-6266:
Coast Surveying, Inc.
15031 Parkway Loop, Suite B
Tustin, CA 92780-6266
(714) 918-6266
Page SP 2 of 22
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. Coast Surveying, Inc. 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 use Coast Surveying, Inc. for restoring all survey ties and/or
monuments damaged by the Work.
2-9.2 Survey Service
Delete this section and replace with the following: The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyor for this project is Coast Surveying, Inc. and can
be contacted at (714) 918-6266. At a minimum, two (2) sets of cut -sheets for all areas
shall be included in the bid price and copies of each set shall be provided to the City 48 -
hours in advance of any work.
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
Page SP 3 of 22
Delete this section and replace with the following: The following percentages shall be
added to the Contractor's costs 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
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
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 and shall constitute the markup for all
overhead and profit. An additional markup of five (5) percent of the total subcontracted
cost may be added by the Contractor.
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Engineer. The Contractor shall furnish the Engineer with full information as to the
progress of the work in its various parts and shall give the Engineer timely (48 -hours
minimum) notice of the Contractor's readiness for inspection. Submittals are required for
all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
Page SP 4 of 22
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 sandblasting 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.
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.
The Contractor will adjust all water meter and valve boxes shown on the plans. The
Contractor will also coordinate with The Gas Company regarding any gas meter boxes
that need to be adjusted. The Contractor will be required to coordinate with and use
Asplundh (Adam Lederman 562-509-7939) to adjust any Southern California Edison
(SCE), Spectrum, AT&T and any other utility company handholes to finish grade. The
Contractor shall provide the necessary survey control for Asplundh to the handholes
and/or vaults to the final grade. Asplundh will be required to coordinate with these
companies for inspection of the work. Asplundh shall verify that the horizontal location
of the SCE, Spectrum and AT&T Utility handholes are such that they are in uniform
alignment from the centerline. Contractor shall provide Asplundh a minimum of one day
to perform these adjustments per alleys between River Avenue and Balboa Blvd. Alley
between 44th and 45th will require two days of Asplundh's services for adjustments. An
Allowance of $75,000 shall be provided in the Contractor's bid for Asplundh's services
that will be accomplished on a time and materials basis.
Page SP 5 of 22
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 addition, Contractor shall prepare 2 -week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
Contractor shall construct project so that no consecutive alleys are
constructed at the same time.
2. Sidewalks, curb and gutters and alley approaches shall be the first order of
work.
3. Each alley shall be completed and opened to the public within ten (10)
consecutive working days.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 60 consecutive
working days after the date on the Notice to Proceed. The Contractor shall ensure the
availability and delivery of all material prior to the start of work. Unavailability of material
will not be sufficient reason to grant the Contractor an extension of time. Unless
otherwise approved by the Engineer, construction shall start within three (3) weeks from
the contract award date.
Page SP6of22
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., outside of the working hours.
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.
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 11 th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 301h (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.
Page SP7of22
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 accordance with Section 6-1.1, the Contractor shall complete each phase within ten
(10) consecutive working days from the first day of demolition to the last day when the
street or alley is open to vehicular traffic. If any phase is not completed within the
allotted time, an additional liquidated damage of $1,000 will be assessed for each
consecutive calendar day until completion of the phase.
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.
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 $973.00 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
Page SP 8 of 22
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -
mixed concrete for public works contracts are subject to prevailing wages.
7-7 COOPERATION AND COLLATERAL WORK
City forces will perform all shut downs of water, sewer and storm drain facilities as
required. The Contractor shall provide the City advanced notice a minimum of seven
calendar days prior to the time contractor desires the shutdown these City facilities.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will
be allowed. The Contractor will be responsible for completing all water connections
within the time period allowed. The times and dates of any utility to be shut down must
be coordinated with the Engineer. It is the Contractor's responsibility to notify the
affected businesses and residents of the upcoming water shutdown with a form
provided by the Engineer at least 48 hours in advance of the water shut down.
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base and
pavement if the pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
The Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
Page SP 9 of 22
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
and type that minimizes noise (NO Welded bead type) In addition, steel plates on
asphalt pavement shall be pinned and recessed flush with existing pavement surface
when placed longer than one day. All trenching on street areas shall be base paved
daily or utilize steel plates as defined here in.
Page SP 10 of 22
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, Demobilization and Cleanup: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for providing
bonds, insurance and financing, preparing and implementing the BMP Plan, preparing
and updating construction schedules as requested by the Engineer, attending
construction progress meetings as needed, and all other related work as required by the
Contract Documents. This bid item shall also include work to demobilize from the
project site including but not limited to site cleanup, removal of USA markings and
providing any required documentation as noted in these Special Provisions.
Item No. 2 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, 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
(4) CMS and updating messages on the CMS 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. 3A Monument Preservation (ALLOWANCE): Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs of surveying
monuments, 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 Contractor shall be required to
Page SP 11 of 22
use Coast Surveying for these services and shall include $50,000 in this bid item for
such.
Item No. 313 Construction Surveying: Work under this item shall include, but not
be limited to, all labor, tools, equipment and material costs of surveying, establishing
horizontal and vertical controls, providing construction staking, preliminary grades, final
grades, all horizontal alignment, as -built field notes, establishing centerline ties, and
other survey items as required to complete the work in place.
Item No. 4 Provide As -Built Plans (FIXED): 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 $5,000 is determined
for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the
importance of as -built drawings.
Item No. 5 Utility Handhole Adjustment: Work under this item shall include, but
not be limited to, all labor, tools, equipment and material costs for adjusting to grade
the SCE, Spectrum and AT&T handholes, aligning with center swale, and all other
work items as required to complete the work in place. Contractor shall utilize Asplundh
to adjust these handholes. Contractor shall include an allowance of $75,000 for
Asplundh services in this bid item.
Item No. 6 Remove Existing Pavement and Reconstruct 6 -inch Thick Fiber
Reinforced PCC Pavement: Work under this item shall include, but not be limited to,
removing, and disposing of the existing alley or street pavement, base and sub -base,
saw cutting, disposing of excess material, grading, compaction, constructing 6 -inch
thick fiber reinforced, Type III PCC alley/street pavement over compacted native per
City of Newport Beach STD -140 and STD -141, installing joint filler, doweling and
joining edges of the existing and proposed alley or street pavement, restoration of any
private improvements damaged during construction, and all other work necessary to
complete in place. Typical slot paving at AC pavement join location along private
property lines shall also be included under this bid item. All slot paving exceeding 1 -
foot in width due to poor or raveled join connections, or that are noted on the plans for
replacement shall be paid for under separate bid item. All costs associated with
grading existing dirt or base at the edge of the alley (including removal and disposal of
any existing headers and regardless of grading width) shall also be included under this
bid item and no additional compensation will be allowed.
Item No. 7 Remove Existing and Install New 1 -inch Water Meter Box and
Cover to Grade: Work under this item shall include, but not be limited to, removing
and replacing existing water meter boxes with new 1 -inch water meter box and lid
provided by the City of Newport Beach and adjusting to the final grade, and all other
work items as required to complete the work in place.
Page SP 12 of 22
Item No. 8 Remove Existing and Install New Water Valve 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 water valve box
and cover, furnishing and installing a new water valve box and cover to grade per CNB
STD -513, restoring all existing improvements damaged by the work, and all other work
items as required to complete the work in place.
Item No. 9 Remove Existing and Install New Sewer Cleanout 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 sewer cleanout
box and cover, furnishing and installing a new sewer cleanout box and cover to grade
per CNB STD -406, restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Item No. 10 Remove and Reconstruct 6 -inch Thick Concrete Alley Approach:
Work under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing existing alley approach, grading and compacting subgrade,
constructing 6 -inch thick PCC alley approach over 4 inches of compacted crushed
miscellaneous base, doweling and joining the edges of the existing and proposed
alley approach, restoring all existing improvements damaged by the work, and all other
work items as required to complete the work in place.
Item No. 11 Remove and Reconstruct 4 -inch Thick Concrete Sidewalk: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing the existing sidewalk, grading and
compacting subgrade, constructing concrete sidewalk, installing expansion joint
material, constructing weakened plane joints, restoring all existing improvements
damaged by the work, and all other work items as required to complete the work in
place.
Item No. 12 Remove Existing and Construct 6 -inch Thick Fiber Reinforced PCC
Patchback: Work under this item shall include, but not be limited to, identifying the
limits of and removing and disposing of the existing private improvements/pavement,
base and sub base, saw cutting, disposing of excess material, grading, doweling and
joining the edges of existing and proposed alley, compaction, constructing 6 -inch thick
fiber reinforced Type III PCC pavement over compacted native ground per City of
Newport Beach STD -140 and STD -141, installing joint filler, restoration and cleaning of
any private improvements damaged during construction, and all other work necessary
to complete work in place.
Item No. 13 Remove Existing and Install 2 -foot Wide by 1 -foot Deep Full
Depth AC: Work under this item shall include, but be limited to, removing and
disposing the existing asphalt concrete, base and subgrade, installing full depth AC,
restoring all existing improvements damaged by the work, and all other work items as
required to complete the work in place.
Page SP 13 of 22
Item No. 14 Remove and Reconstruct 8 -inch Thick Concrete Pavement: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing, hauling and disposing existing concrete or asphalt concrete
pavement, grading and compacting subgrade, doweling, constructing concrete
pavement, sawcutting, restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Item No. 15 Adjust Existing Streetlight Pull Box to Grade: Work under this item
shall include adjusting of streetlight pull boxes to grade per CNB STD -204, 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 Existing Concrete Valley Gutter: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
and disposing of existing concrete valley gutters, restoring all existing improvements
damaged by the work, and all other work items as required to complete the work in
place.
Item No. 17 Construct Crushed Miscellaneous Base: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for
compacting the subgrade material, spreading and compacting crushed miscellaneous
base underneath alley/street pavement or sidewalk, protection of adjacent surfaces,
and all other work items as required to complete the work in place. The precise
location, payment and quantity will be determined in the field in consultation with the
Engineer.
Item No. 18 Signing and Striping: Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs for removing existing pavement
striping and markers, removing or relocating street signs and posts, installing temporary
and permanent pavement striping, markings and markers, installing street signs and
posts, restoring all existing improvements damaged by the work, and all other work
items as required to complete the work in place.
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
Page SP 14 of 22
200-2 UNTREATED BASE MATERIALS
200-2.1 General
Crushed Miscellaneous Base (CMB) shall be used as the untreated base material.
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Portland Cement Concrete shall be Class 560-C-4000, Grade C pump mix per Table
201-1.3.2(A) of the Standard Specifications for Public Works Construction. In
addition, Portland Cement Concrete with Type III Fiber Reinforcement shall be used
for alley and street pavement. Contractor shall use minimum 4 -inch hard rock pump.
Contractor shall provide the concrete mix, and submittal required for pump capable
of pumping required distances with 1 inch rock concrete for the Engineer's approval.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch
minimum cover unless shown otherwise on the plans.
SECTION 203 — BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE
203-6.5 Type III Asphalt Concrete Mixtures
Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20%
max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max
RAP).
Page SP 15 of 22
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
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.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Removal and disposal of material shall be done by City approved licensed and
Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be
found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and
then selecting the link for Franchised Haulers List.
300-1.3.1 General
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas of
roadway removal and replacement.
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items.
Page SP 16 of 22
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley
Intersections. Concrete shall be removed to neatly sawed edges and to the nearest
joint or score line 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 lob. 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'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed
with a hot -applied crack sealant approved by the Engineer. In residential areas, no
highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and
trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top
layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal
joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls,
and cracks greater than 1/4 -inch in width shall be filled and compacted to 95%
minimum. The pavement shall then be cleaned with a power broom.
302-5.8 Manholes (and Other Structures)
All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to
pavement cold milling. Upon completion of asphalt concrete finish course, the top of
manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the
smoothness requirement as specified in 302-5.6.2.
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
The Contractor shall not allow vehicular traffic on new concrete until the concrete has
attained a minimum compressive strength of 3000 psi. High early strength concrete may
be attained to meet the time constraints by the use of additional portland cement or
chemical admixtures in accordance with Section 201-1 and with prior approval of the
Engineer. The cost of high early strength concrete shall be included in the unit prices for
all concrete bid items.
Page SP 17 of 22
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General
Sidewalks and curb access ramps shall be opened to pedestrian access on the day
following concrete placement. In addition, all forms shall be removed, irrigation systems
shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72
hours following concrete placement.
303-5.4 Joints
303-5.4.1 General
The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side
of centerline, over the entire length of the alley. The Contractor may also sawcut the
property lines, adjacent to the alley, in lieu of scoring the pavement along the property
lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2
inches.
The Contractor shall be required to use a "green saw" to saw the initial control joint
(longitudinal and transverse) in the concrete on the same day as placement.
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A
two (2) day notice to the Engineer is required for requests to the City to determine the
location of sewer laterals.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
Page SP 18 of 22
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
314-2.1 General
The Contractor shall remove all existing traffic striping and pavement markings by
grinding. Other methods such as sandblasting will not be allowed.
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
Temporary painted traffic striping and markings shall be lane marking paint applied at
15 mil in one coat, as soon as possible and within 24 hours after the level course, finish
course or slurry seal has been placed. The width of the temporary lane line stripes shall
be one-half the width of the permanent final stripes. Temporary crosswalks and stop
bars stripes shall be full width and shall be placed prior to opening the street to traffic.
Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to
traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping.
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
and crosswalks 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 10 days but no later than 15 days.
The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for
all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm
(120 mil) thickness. Striping shall be applied by extrusion method. Sprayable
thermoplastic striping shall not be allowed.
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
Page SP 19 of 22
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.
314-4.4.2 Surface Preparation
Primer shall be applied to concrete surfaces prior in application of thermoplastic striping.
The primer shall be formulated for the intended application. The concrete surface shall
be roughened along the thermoplastic striping. The width of the roughened concrete
surface shall match the width of the striping.
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.
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.
Page SP 20 of 22
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.
After posting temporary "NO -PARKING -TOW AWAY' signs, the Contractor shall cover
street sweeping signs and parking meters, on those streets adjacent to the construction
with a "PERMIT PARKING ONLY' sign, in a manner approved by the Engineer. The
contractor shall also cover all street sweeping signs on the opposite side of the street
from where he has posted the "PERMIT PARKING ONLY' signs, in a manner approved
by the Engineer. Immediately after construction is complete and the alley is opened to
traffic, the Contractor shall remove all signs and uncover the street sweeping signs.
City "PERMIT PARKING ONLY' signs are available from the Engineer.
In addition to the 10 -day and 48-hour notices described above, the Contractor shall
hand out two temporary parking permits to each residence adjacent to the alley
construction. Temporary parking permits shall be filled out and signed by the Engineer
and valid during the period of construction of the adjacent alley only.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all 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, changeable message signs (CMS), 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 CMS shall be updated by
the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall provide traffic control and access in accordance with Section 7-10
of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following
items:
1. Emergency vehicle access shall be maintained at all times.
Page SP 21 of 22
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street or alley during its trash collection day, it
shall be the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3466 and all affected property owners. Contractor may be required to move
resident trash cans to ends of alleys to accommodate trash collection. On
trash collection days, the refuse company will start trash collection for alleys
under construction at 7:00 AM
5. The Contractor shall make special accommodations to provide access for
residents with disabilities in the closed alleys and streets.
6. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
7. 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.
8. The Contractor shall take special precautions to protect all underground
utilities in the alleys from heavy vehicular loads, especially once the existing
surface is removed. Concrete shall be placed by pumping from adjacent
streets.
9. Alleys can be closed to thru traffic, but pedestrian access shall be maintained
to garages at all times except when excavating immediately adjacent to them.
When excavation is immediately adjacent to garages, pedestrian access shall
be restored at the end of each work week unless otherwise approved by the
City.
Page SP 22 of 22
From:
Customer Service
To:
Moroan, Shelby
Cc:
lori.alcala(abebix.com
Subject:
Compliance Alert -Vendor Number 7976-1
Date:
April 26, 2022 6:36:01 AM
[EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content
is safe.
This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate
of insurance requirements. 7976-1 I.E. General Engineering, Inc.
Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.