Loading...
HomeMy WebLinkAboutC-3004(DD3) - Utilities Yard Site and Building Improvements - Phase IIL JJ . June 8, 1998 CITY COUNCIL AGENDA ITEM NO. 9 BY THE C1T COUh.CtL� CITY 7P NFsNPC -•r? RFACH TO: Mayor and Members of the City Council ? JUN .- 8 FROM: Public Works Department } SUBJECT: NOTICE OF COMPLETION - UTILITIES YARD SITE`AN IMPROVEMENTS — PHASE II, CONTRACT NO. 3004 -DD RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil • Code. DISCUSSION: The contract for the construction of the Utilities Yard Site and Building Improvements has been completed by Metro Builders and Engineers Group Ltd. to the satisfaction of the Public Works Department. The bid price was $ 1,540,111.00 Amount of change orders (11.3 %) $ 173,880.33 Total contract cost $ 1,713,991.33 There were six (6) change orders for this project. Each change order had multiple miscellaneous items. Some items of note were: the installation of wash rack, an archive file room, additional emergency electrical installation, change of single to double score blocks, fuel island changes, reservoir hatch drains, additional roof insulation and the installation of larger vehicle access doors. The majority of the change orders were at the request of the City. The summary of the change orders is attached. 0 SUBJECT: NOTICE OF COMETION — UTILITIES YARD SITE AND BUILDING IMPROVEMENTS — PHASE II, CONTRACT NO. 3004 -DD June 8, 1998 Page 2 Funds for the project were budgeted in the following accounts: ' Description Account Number Big Canyon Reservoir Disinfection Modif. 7502- C5500291 Water Well & Transmission Pipelines 7504- C5500094 16"'Street Reservoir & Site Improvements 7504- C5500095 16"' Street Water Transmission Main 7504- C5500096 Totals Amount $524,368.86 $538,162.44 $610,277.03 $41.183.00 $1,713,991.33 The scheduled completion date was November 24, 1997. Due to material delivery problems, weather condition delays, as well as multiple City requested changes, construction was completed on May 29th, 1998. Staff recommends acceptance of the work. Respectfully sub 'tted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: " D'L Eldon Davidson Utilities Manager End.: Metro Builders & Engineers Group Ltd. Change Order Summary tlgroups\oubwodusNcounciM8yune- 8UAlity.doc • 0 CHANGE ORDER SUMMARY • Change Order #1 — $23.937.62 - Additions of wash rack, driveway and building modification. Installation of wash rack with clarifier, additional driveway approach, archive room addition and a deduction for door revisions. Change Order #2 — 84.630.38 — Revisions to masonry blocks, storm drain, fuel island and electrical services Installation of water service to Lab, additional electrical work including new transformer, change to double score masonry units, masonry caps for all walls, installation of fuel island clarifier, removal of abandoned water line, relocation of storm drain duct, additional painting and utility line changes. Change Order #3 — $46.377.00 — Revisions to building, fuel island and reservoir hatches. . Cabinet changes, seismic gap change between existing and new building 6, installation of reservoir hatch drain lines per Department of Health Services, Fire Department requested changes to fuel island, additional roof insulation added to buildings, additional door added between existing and new building 6, additional electrical services for building 7 and roof leak repairs to existing building 6. Change Order #4 - $1.742.00 — Additional paving for utility trenches. Repave surface area where additional telephone conduit was added. Change Order #5 — ($2.236.00) — Credit for sidewalk changes. Credit change order for sidewalk that was included in bid, but was not needed. Change Order #6 - $22,000.00 — Revision to width of entry doors Increase in the size of entry doors to Building #7 from 10 feet to 25 feet. This change was made to provide additional turning radius for vehicles to prevent accidental damage to building. PUBLIC WORK STOP NOTICE& LEGAL ATICE TO WITHHOLD CONSTRUCTION FUNDS AND REQUEST FOR NOTICE OF FILING OF NOTICE OF ACCEPTANCE, COMPLETION OR CESSATION CIVIL CODE 3185 TO: CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, CA 92658-6915 PROJECT: Ground Water Dev. Project Utilities Yard Site, Bldgs, Improvement Phase II 951 West 16th St - Newport Beach, CA TAKE NOTICE THAT La Habra Fire Protection. Inc. whose address is 941 Macy Street - La Habra, CA 90631 has performed labor and furnished materials for a work of improvement described as follows: Site Storm Drains. plumbing. sewer. water, fire, air, building plumbing & fire sprinkler work The labor and materials furnished by claimant are of the following general kind: Installation of underground pipping building pipping & fire sprinklers. The labor and materials were furnished to or for the following party: Metro Builder and Engineers Group Ltd. - 2610 Avon Street #A - Newport Beach, CA 92663 The value of the whole amount of labor and materials agreed to be furnished is $ % 5/� / 30.40 / . The value of the labor and materials fur 'shed to date is $ / -51/ 130 •C0/ Claimant has been .paid the sum of $ and there is due, -&L-? - ;; . Lo) % per annum from You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims in equitable lien against any construction funds for this project which are in your hands. You are also required to give Notice of Acceptance, Completion or Cessation to the undersigned as required by Civil Code 3185. Attached hereto is the $2.00 fee as required by Civil Code 3185. �. 23 FIRM NAME: La Habra Fire Protection, Inc. VERIFICATION I, the undersigned, say: I am Treasurer of the claimant of ping Stop Notice; I have read said Stop Notice and know the contents thereof; the is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on 2111/98 at La Habra California. i • P" 11 T H - June 9, 1997 JUN 9 W7 CITY COUNCIL AGENDA I ITEM NO. 16 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL F FROM: PUBLIC WORKS DEPARTMENT SUBJECT: AWARD OF CONSTRUCTION CONTRACT FOR UTILITIES YARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Award Contract No. C- 3004 -DD to Metro Builders and Engineers Group Ltd., of Santa Ana in the amount of $1,540,111 including additive bid items and authorize the Mayor and the City Clerk to execute the contract on behalf of the City. 3. Establish an amount of $136,000 for unforeseen conditions. 4. Authorize the Mayor and City Clerk to execute a Professional Services (,^,— Agreement on behalf of the City, with Engineering Resources of Southern(iC1'�3\ California, Inc. to provide construction management services for the Utilities Yard Site and Building Improvements - Phase II project for a total fee of $75,940. 5. Authorize the Public Works Director to execute a Construction -_ Se - b` Agreement on behalf of the City, with DM° Engineering of provide construction • `l staking services for the Utilities Yard Site and Building Improvements - Phase 11 1 AZ project for a total fee of $29,500. 4��.6 rc DISCUSSION: At 2:30 p.m. on May 27, 1997, the City Clerk opened and read bids for the subject project. A summary of the results is listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Recommended with .Rank Contractor /Bidder Base Bid Price Additive Bid Price low Metro Builders and Engineers $1,279,111 $1,540,111 2 Kenai Construction $1,534,000 $1,833,000 3 BFI Constructors $1,682,454 $1,989,714 SUBJECT: AWARD OF� NSTRUCTION CONTRACT FOR UTILITIWARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD June 9, 1997 Page 2 • Three (3) bids were received. The lowest responsible bid was $1,540,111 for the base bid and additive Item Nos. 1, 2A, 3 and 5.- This bid was 7.5% above the Engineer's Estimate of $1,433,000. The low bidder, Metro Builders and Engineers Group Ltd. of Santa Ana, California, is a qualified general contractor licensed to do business in California. This company has successfully completed similar site, underground utilities and building construction projects for other public agencies and municipalities in Southern California. This firm has a good reputation in the general contracting industry and has a significant amount of experience with similar building and site construction projects. Reference checks on their recent projects revealed a number of comments favorable to their ability to perform the work in an efficient manner. The contractor has recently completed construction of two new pump stations for both the City and County of Los Angeles, restoration of the Old Orange County Courthouse and installation of maintenance warehouses for Caltrans. PROJECT HISTORY AND DESCRIPTION: At the January 14, 1994, Utilities Committee Meeting, the overall master plan for the Utilities Yard was reviewed. At that time, the committee agreed to proceed with the site • development plan with the exception of the two -story Administration Building (Building No. 7). Since that Committee Meeting, the Utilities Department has been combined with Public Works, the GIS and Communication Divisions have been moved to Administrative Services, and housing for the Parking Meter Crew was moved from General Services to the Utilities Yard. In early 1996 the needs of the Utilities Yard were re- evaluated and the overall Utilities Yard Master Plan was revised (see attached Exhibit B). A review of staff, equipment and storage needs were evaluated. The recent restructuring of the Utilities Division to allow for better operation of the Groundwater Development system will relocate the Big Canyon Reservoir personnel (Water Production Section) to the 16th Street Reservoir and Pump Station facility. As part of the Big Canyon Reservoir (BCR) covering and disinfection system modifications, site improvements such as expansion of the existing facility for disinfection, new water laboratory, new crew areas and storage facilities were planned to be constructed at BCR. Since restructuring has moved the production functions to the 16th Street pump station building, which will be the entrance point for the groundwater into the City, the proposed improvements, such as the water lab and crew areas have been relocated to 16th Street. This eliminates the need for expanded crew area facilities at the BCR site. Only the disinfection system will need to be expanded at the BCR site. • SUBJECT: AWARD OF WSTRUCTION CONTRACT FOR UTILITIEWARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD June 9, 1997 Page 3 The updated Utilities Yard Master Plan has modified the original plan prepared in 1994 to accommodate the shifting of functions to the 16th Street Utilities Yard. The revised plan shows essentially the same site improvements that were approved in 1994, with new locations for the various personnel except the new two story Administration Building has been eliminated. The plan provides for the expansion of two garages and a covered storage area, which were not shown on the 1994 plan. The new facilities at the Utilities Yard will improve the overall efficiency of the Utilities Division by providing the needs of the current operation. The site improvements in this contract include final grading and paving of the westerly portions of the Yard over the newly constructed 3.0 million gallon reservoir, installation of a materials handling area, pipe and materials storage area, bunker installation for specific materials (asphalt, sand, gravel) that are used in the daily operations, equipment storage areas and rough street improvements around the site. This plan provides for the existing Building No. 6 to be extended to house the Maintenance & Repair crew and the Youth Employment Program part-time staff. A covered storage area is also included along with a small garage extension for the Wastewater staff. These building improvements will provide space for employees that . are currently housed in temporary trailers and provide permanent storage for equipment now kept in rented storage containers or in the open. The existing Administration Building is adequate for the current Utilities operation. However, some time in the future, improvements may be required to comply with ADA standards. This information was presented to the Public Works Committee at their July 8, 1996, meeting. On August 12, 1996, the City Council approved professional services agreements with DM° Engineering and architect, Paul J. Ruffing, A.I.A., for the preparation of plans and specifications for the approved final improvements. PROJECT COSTS & SCHEDULE: The contract documents requested that the contractor provide a base bid price for construction of the site and underground improvements, street improvements, the extension of Building No. 6, storage areas and crewspace and lab modifications to Building No. 8 for the Water Production crews. During the design process, it was determined that funding may not be available for a portion of the project, therefore, the contract documents requested the contractor to provide the following additive bid items: Additive No. 1 - Construction of Pre - engineered Building - covered storage. Additive No. 2A - Construction of Garage Building No. 3A with site demolition by City crews. • Additive No. 2B - Gonstruction of Garage Building No. 3A with site demolition by Contractor Additive No. 3 - Emergency Generator G SUBJECT: AWARD OFIRNSTRUCTION CONTRACT FOR UTILITIOYARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD June 9, 1997 Page 4 Additive No. 4 - Fuel Management System Additive No. 5 - Aboveground Fuel Tank and Dispensing System. The contractor provided a base bid amount of $1,279,111 for the project. In addition, the contractor provided a bid amount for the additive bid items listed above. It was determined that Additive Bid Items No. 1, 2A, 3 & 5 could be constructed utilizing available funds from the Groundwater Development Project and the Big Canyon Reservoir Disinfection Modifications Project for a total of $1,541,111. The estimated time of completion for the entire project is 120 working days. In addition, the contract documents specify that the site improvements should be completed within 60 working days in anticipation of the completion of well sites in Fountain Valley. The project specifications require the contractor to complete the work within this time frame. The City's project schedule proposes that the contractor should be completed by the end of December 1997. PROJECT CONSTRUCTION MANAGEMENT AND CONSTRUCTION STAKING: The construction will be performed by a general site and building contractor under the supervision of a construction manager and the City. In addition, construction staking for the new improvements will be required. Staff has requested proposals and selected a firm to provide field construction management and construction staking services for the remaining contract for the Groundwater Development project. This proposed professional services agreement will provide for inspection and construction contract management and construction staking for the Utilities Yard Site and Building Improvements. Engineering Resources is recommended to manage construction for the project utilizing full -time inspectors and a full -time resident engineer and DM° Engineering is recommended for construction staking services. The construction manager will oversee the day -to -day construction activities related to the site and building construction and the various tasks performed during the next six (6) to eight (8) months. In this capacity, the construction management firm:will provide staff to: conduct and coordinate inspections; coordinate shop drawing reviews; review changed conditions; assist the City in negotiating change orders; orchestrate weekly meetings; prepare all documentation for contract administration and progress payments; coordinate with the Building Department and serve as liaison between the contractors and City personnel affected by any of the construction activities. The construction management consultant selection process was conducted consistent with State law and City policy. Details about the process and the selection are as follows. • 0 rJ SUBJECT: AWARD OF OSTRUCTION CONTRACT FOR UTILITIE%ARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD June 9, 1997 Page 5 To initiate this phase of the project, staff implemented a "qualifications -based selection" (QBS) process for the necessary professional engineering construction management services. The process began by requesting "Statements of Qualifications" from a number of professional construction management firms. Based on these "Statements of Qualifications," proposals were solicited from three (3) of the most qualified firms for Construction Management and two (2) firms for Construction Staking. This was done by written "requests for proposals" or RFP's for Construction Management Services and Construction Staking for the Utilities Yard Site and Building Improvements - Phase II The following three (3) firms submitted responses to the request for proposals for Construction Management Services: Daniel Boyle Engineering Inc.; Engineering Resources of Southern California Inc.; and Network Construction Corporation. The following two (2) firms submitted responses to the request for proposals for Construction Staking Services: Keith Bush & Associates and DM° Engineering. The written proposals were reviewed by a selection committee. On the basis of a detailed ranking of the various firms and after interviewing the teams, the selection committee selected Engineering Resources of Southern California, Inc. as the most - qualified firm to perform the required construction management and inspection services and DM` Engineering for the Construction Staking Services. The funds needed for completing the Utilities Yard Site and Building Improvements - Phase II project including construction management and staking are available in the following accounts: Mod. Disinfection at Big Canyon Reservoir 7502- C5500291 521,662 Water Wells/Transmission Pipeline 7504- C5500094 545,000 16th Street Reservoir & Site Improvements 7504- C5500095 $714,889 Total $1,781,551 This construction contract will be the last segment of construction necessary for completion of the Groundwater Development Project and will utilize the funds remaining in the 16th Street Reservoir and Site Improvements account and the Water/Wells/Transmission Pipeline account. The final cost of the Groundwater project is still $23.7 million as reported to the City Council last January. Additional funds were requested for this project from the modifications to Disinfection Facility at Big Canyon SUBJECT: AWARD OFONSTRUCTION CONTRACT FOR UTILITIOYARD SITE AND BUILDING IMPROVEMENTS - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. 3004 -DD June 9, 1997 Page 6 Reservoir budget account due to the restructuring of the division and transferring the space needs and proposed facilities at Big Canyon Reservoir to the 16th Street site. Respectfully submitted, COAL PUBLIC WORKS DEPARTMENT Don Webb, Director By. h22' mi6hpd'JSjAacori, P.E. MJS:cja Eldon Davidson Utilities Manager 0 Attachments: Exhibit "A ": Bid Summary Exhibit "B ": Project Location Map . Exhibit "C ": Professional Services Agreement - Engineering Resources of Southern California, Inc. Exhibit "D" Professional Services Agreement - DM` Engineering 0 • • i L7 Q a 2 = W V ma � d 00 3 Y w Z V LL 3 O V J U m a r, ICI FI O Z Q� J yj F w a w Q W Z -2 z w a 0 O 00000 0 0 0 0 0$ P Z N ° 0 ° O 0 0 O O 0 0 O o a d � P O N o 0 O o N Of N N o O a n T n m w w N N N N N o N w N 2 N `o a u $ $ 0 0 0 0 0 ry m F O $ O O O O O O O O L m p P T N N N O yVj a m « « N N N N N a 0y N m 0 zo °00000 °00000 00$ �0 0°0 $$$ °0 °0 00 0n� n o 0 0 o P m Q N A 1O N N t0 M N M A N N N N m N N N N yQ C O a U n $ -00000 m ry V Y O f$ O ° 0 O O 0 0 O 0 O 0 Z J m 000000 O O O O O N a Z N N « «» w w« w o m V m $ z 000 ° 0 0 0 O O$ 0 0 .. -: _ n 000°,°°0 oo° ° o C0 a N m N b V1 O N N pcp N y - N N N N M N w N a N '^ °D m 5 ° 0 ° °o°OO, °0°° o � o° 0 °0 0 0 0 m 3 z ° $ ° °0 °o °0 mi « NNN »« « m m m 0 °0$$o0 ° 0 0 0 °o °o z $ z$ 0 °00000 ° $$$ 0 0 0 0 0 0 om 0 of O N N Y a m P N O N P aw « » N N « « « «'A E a V $ 000000 m N O 9 w$ 0996 0 m' a W $ ° 0 0 0 0 0 x W « « M N N N N 9 m m J J J y� y� J J J J f 2 a J z m m a g $� d FOF a s m .. u N ~ F= M NE w Y G ° V 0 2 p> 4 9 6 d Z 6 y z $ 9 aF� 0 Q 7 U m u7 u�. a V7 WW A0 VNOUO:) *d0 M3A dOg8VH IOLL 9NINNVld / 38ni3311HDdV VIV 'ON dns r invd ■ • ne � 2 0 • i M'JY381tl0•Mil 40 A wis5 I0 s3 nun 1N3 ILL d3 SM 7f18 NVId H31SVW NVId H31SVW m .e aao yvc l: K_ � _+c Le' live ^a cb L Sill( 3avc L 9N0'11P bl IM at A i i l I' i O i 1 zl ZO C y 2 ? C g a 6 o 2 2Q� awa 4 on-w K ,� man yy W anon r' t F-- a r i IIIFF111IO ,PA Y� �o SI Z Q J a. w F- a U I Pi l uU r NOTICE IN'VIh&- d BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2:30 oclock p.m. on the 27th, day of -MM1997, at which time such bids shall be opened and read for: GROUNDWATER DEVELOPMENT PROJECT yr . r : ; • YY. :.. : 11 . R. AEI' ; • /�utp►r � .: � I,i, • • M611%.-V74 I. $1,200,000 Engineer's Estimate Approved by the Public Works Department this 5th day of May 1997 OwQ)k Don Webb .Public Works Director Pre -bid meeting will be held at 9:00 a.m. at the project site on May 14,1997. Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael T. Sinacad at (714) 644 -3011. Project Manager qw"�wW, r , CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Bid Addenda No.1 for the project titled: Groundwater Development Project Utilities Yard Site and Buildings Improvement Phase II Contract No. C- 3004 -DD The Undersigned declares that he has received addenda No. 1 'BID PROPOSAL" Section Pages la -R, P -lb -R, P -lc -R and 2 through 18 and has substituted these pages in the CONTRACT DOCUMENTS. Addendum received by: Bidder: Metro Builders & En ' ee Grout). Ltd. Date: May 26, 199 Authorized Signature & Title: 9 ,� . • GROUNDWATER DEVELOPMENT PROJECT UTILITIES YARD SITE AND BUILDING IMPROVEMENT - PHASE II CONTRACT NO. C- 3004 -DD PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C- 3004 -DD in accord 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: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT BASE BID 1. Lump Sum Utilities Yard Site and Building Improvements - Phase II for the lump sum price of One million two hundred seventy - nine thousand one hundred eleven Dollars and Nn Cents Lump Sum P -la -R Addendum received by: Bidder: Authorized Signature & Title: L.S. $1 279.111 Date: May 26.1997 0 L] SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT ADDITIVE ALTERNATIVE BID ITEMS The following costs are to be added to the base bid lump sum amount: 1. Lump Sum Item No. 1 Pre - engineered Building No. 7 Furnish and install for the lump sum price of One hundred sixty thousand Dollars and No Cents L.S. $ 160.000 Lump Sum 2A. Lump Sum Item No. 2A Garage Building No. 3B. Site demolition work to be completed by the City of Newport Beach. Furnish and install for the lump sum price of Fifty -four thousand Dollars and No Cents L.S. $ 54.000 Lump Sum 2B. Lump Sum Item No. 2B Garage Building No. 3B. Site demolition work to be completed by the Contractor. Furnish and install for the lump sum price of Six thousand five hundred Dollars and No Cents L.S. $ 6.500 Lump Sum *NOT AWARDED 3. Lump Sum Item No. 3 Emergency Generator Furnish and install for the lump sum price of Thirty -five thousand Dollars and No Cents L.S. $ 35.000 Lump Sum P -lb -R Addendum received by: Bidder: Authorized Signature & Title: Date: May 26. 1997 .k L SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 4. Lump Sum Item No. 4 Fuel Management System Furnish and install for the lump sum price of Ten thousand Dollars and No Cents L.S. $ 10.000 Lump Sum *NOT AWARDED 5. Lump Sum Item No. 5 Aboveground Fuel Tank and Dispensing System Furnish and install for the lump sum price of Twelve thousand Dollars and No Cents L.S. $ 12.000 Lump Sum TOTAL PRICE OF BASE BID AND ADDITIVE ALTERNATE ITEMS 1 THROUGH 5 IN WRITTEN WORDS *AMENDED TOTAL PRICE BASED ON AWARDED ITEMS One million five hundred forty thousand one hundred eleven Dollars and No Cents $ 1,540,111 *Amended Total Price The City of Newport Beach will have the right to accept additive alternates in any order or combination. The City of Newport Beach will determine the lowest "responsible" bidder on the basis of the lump sum base bid plus amounts of all accepted additive alternates. Bidder's Name: Metro Builders & Engineers Group Ltd. Bidder's Address: 2600 South Yale Street Santa Ana CA 92704 Bidder's Telephone Number: (714)_979 -7605 (714) 979 -3342 Fax Contractor's License No. & Classification: B A 597589 July 3, 1998 Expiration Date May 26. 1997 Date Authorized Signature & Title P -lc -R Addendum received by: Bidder: Authorized Signature & Title: Date: May 26. 1997 ^Jun-08-97 04:50P Dana Ht #hins 714/654 -4126 P.Ol II • June 6, 1997 ffk A" Pre -pre construction meeting for Ground Water Development Project Utilities Yard Site and Building Improvement - Phase 11 Mike Sinacori CNB 644 -3342 Scott Wilson DMc Engineering 753 -9393 David Gould DMc Engineering 753 -9393 Paul Ruffing Paul Ruffing AIA 640 -0408 Dana Hutchins Engineering Resources 654 -4125 office 742 -4778 cell Sam Gregory Metro Builders 264 -9127 Fouad Houalla Metro Builders 979 -7605 Fred Williams Metro Builders 997 -9407 Meeting called to order at 9;04a Following the introductions David Gould gave a brief over view of the project. He identified the key client personnel an explained each ones responsibility to the project. The construction manager is the interface between the contractor and the client, everything goes through him. All correspondence, requests for survey, inspection, soil testing etc etc. Additive alternative bid items 28 and 4 will not be part of this contract. Contractor will schedule the demolition (2A) City forces will accomplish. The project is to be complete in 120 working days from the issuance of the notice to proceed The specification requires some work to be completed 60 working days from the issuance of the notice to proceed. Liquidated damages for failure to complete the 60 day work in that time period is $1,000 per day. Liquidated damages for failure to complete the 120 day work in that time period is $500 per day. Contract will awarded on June 9, 1997. Contractor has ten days from that date to submit the schedule of values, and construction schedule. Contractor for the purposes of getting an early start on his paper work presented a prelitninary construction schedule and a schedule of values to the construction manager and the city's project manager. The water fine contract should be completed late in July. ? No -fee building permits must be for each building, plumbing, electrical, fire protection, and demolition. Plan check will be handled just like any other submittal, contractor should figure 21 days for review. Contractors storage area is west of the gutter and inside the fence. Working time is 7a - 5p Monday - Friday. Saturday work possible with 72 hour notice and contractor must pay for inspection. BFI to be complete by end of June but, will return for start-up and chlorine tank installation. Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% 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. 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. 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 estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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. 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. 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." 5/9'1 h E Page 2A 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. 597589 B, A Contractor's License No. & Classification Metro Builders & Engineers Group, Ltd. Bidder May 26, 1997 Date 5/97 S/FOUAD HOUALLA, President Authorized Signature/ Title PRODUCER WEEKS INSURANCE SERVICES P.O. BOX 424 TUSTIN, CA 92781 -0424 METRO BUILDERS & ENGINEERS GROUP LTD. 2610 AVON STREET, UNIT A NEWPORT BEACH, CA 92663 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO 0 -10 -7/ CQMPANIES AFFORDING COVERAGE COMPANY LETTER PACIFIC INSURANCE COMPANY LTD. COMPANY B LTRI LETTER SAFECO INSURANCE COMPANIES COMPANY C DATE LETTER GOLDEN EAGLE INSURANCE COMPANY COMPANY LETTER D FIREMANS FUND INSURANCE COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO POLICY EFFECTIVE EXPIRATION LTRI T YPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $ 2,000,000 COMMERCIAL ZI 00055318 11 -11 -96 11 -11 -97 COMPREHENSIVE PRODUCTS/COMPLETED $ 1 000 000 A OWNERS 8 CONTRACTORS OPERATIONS AGGREGATE O / PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ 1 000 OO � � CONTRACT PRODUCTSICOMPLETED OPERATION EACHOCCURENCE $ 1 000, OO XCU HAZARDS , BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DA $ (ANYONE E FIRE) RE) P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES $ REMOVED MARINE (ANY ONE PERSON) . AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ . 1,000,000 ANY AUTO BA2174986G 10 -19 -96 10 -19 -97 BODILY INJURY $ ALLL LOWNE OWNED AUTOS (PER PERSON) SCHEDULED AUTOS B BODILY INJURY $ HIRED AUTOS (PER ACCIDENT) NON -OWNED AUTOS PROPERTY $ GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM TK 0000821 11 -11 -96 11 -11 -97 OCCURENCE A OTHER THAN UMBRELLA FORM $81�I000 $81000IODO STATUTORY CALIFORNIA WORKERS' COMPENSATION $1,000,000 EACH ACCIDENT C & NC- 299939 -05 03 -02 -97 03 -02 -98 $ljUuUfUuU DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE - EACH EMPLOYEE EXCESS AUTO LIABILITY IXEK000743636�4 6 -18 -91 6 -18 -98 I $ 1,000,000 DESCRIPTION OF OPERATIONS/L OCATIONSNEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: GROUNDWATER DEVELOPMENT PROJECT UTILITIES YARD SITE & BUILDINGS IMPROVEMENT -PHASE II CONTRACT NO C- 3004 -DD PROJECT TITLE AND CONTRACT NUMBER CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING 3300 NEWPORT BOULEVARD COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BE BV FIRST CLASS MAIL. NEWPORT BEACH, CALIFORNIA 92658- 8915 /�� ATTENTION: MICHAEL SINACORI �- / (mil/ h / / / & AUTHOR2ED REPRESENTATIVE IS UE ATE 0 0 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 11 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( X ) Commercial ( ) Comprehensive General Liability $ 2,000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5/9, Page 11A 7. Designated Contract: GROUNDWATER DEVELOPMENT PROTECT, UTILITIES YARD SITE & BUILDINGS IMPROVEMENT - PHASE II. CONTRACT NO. C- 3004 -DD This endorsement is effective 11 -11 -96 at 12:01 a.m. and forms a part of Policy No. ZI 0005318 of PACIFIC INSURANCE COWANY LTD. (Company Affording Coverage). Insured: METRO BUILDERS & ENGINEERS GROUP Endorsement No.: 1 ISSUING COMPANY By: A th ize epresentative 5197 • 0 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 12 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the Contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1 of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ 2,000,000 per person Bodily Injury Liability $ 2,000,000 per accident Property Damage Liability $ 2,000,000 ( X ) Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 2,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5;97 Page 12A 5. Designated Contract: GROUNDWATER DEVELOPMENT PROJECT, UTILITIES YARD SITE & BUILDINGS IMPROVEMENT - PHASE II. CONTRACT NO. C- 3004 -DD Project Title and Contract No. This endorsement is effective 10 -19 -96 at 12:01 a.m. and forms a part of Policy NOBA217498EG of SAFE XD INSURANCE COMPANIES (Company Affording Coverage). Insured: MEMO BUILDERS & ENGINEERS GROUP Endorsement No.: 3 ISSUING COMPANY By: Authori d Representative sia7 0 CONTRACT Page 13 THIS AGREEMENT, entered into this 9 t'' " day of June, 1997, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and METRO BUILDERS & ENGINEERS GROUP, LTD. hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: GROUNDWATER DEVELOPMENT PROJECT, UTILITIES YARD SITE & BUILDINGS IMPROVEMENT - PHASE II ( "Project ") C- 3004 -DD Project Description Contract No. B. WHEREAS, 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, City and Contractor agree as follows: 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. C- 3004 -DD , Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). 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. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of ONE MILLION FIVE 5/97 i • Page 14 This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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, and which loss or expense occurs prior to acceptance of the work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA 92658 -8915 Attention: Michael J. Sinacori, P.E. CONTRACTOR: Metro Builders & Engineers Group, Ltd. 2600 South Yale Street Santa Ana, CA 92704 Attention: Fouad Houalla LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self- insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 5/9] Page 15 INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Agreement. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf, on forms provided by City. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11 /85) or Insurance Services Office form number GL 0002 (Edition 1 / 73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. IvMPgRVTL M LIMITS OF INSURANCE Coverage limits shall be no less than: 1. General Liability: $2,000.000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project /location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage. 5/97 0 Page 16 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. DEDUCTIBLES AND SELF - INSURED RETENTIONS Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. b. Contractor's insurance coverage shall be primary insurance as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. d. Contractors insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. e. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Agreement. 5!9"1 0 0 Page 17 Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God: Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance: City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to CONTRACTOR hereunder until CONTRACTOR demonstrates compliance with the requirements of this article. RESPONSIBILITY FOR DAMAGES OR INiURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof, for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. 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. E/97 Page 18 C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify or defend City from the sole negligence or willful misconduct of City, its officers or employees. D. 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. E. Nothing in this article, nor 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 Agreement. F. The rights and obligations set forth in this Article shall survive the termination of this Agreement EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 5/97 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any moneys to be withheld to endure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. Masonry Valance Fontana CA 2. Storm Drain /Fire Sprinklers LaHabra Fire LaHabra, CA 3. Plumbing Zeen Whittier, CA 4. HVAC Temp Air LaHabra CA Roofing Vance Costa Mesa, CA Electric So. Cal Electric Fountain Valley, CA Paint Design Maint. Garden Grove. CA Paving Empire Riverside. CA Sheet Metal Cal -Rac Santa Ana CA 10. Overhead Door So. Cal Overhead $o. El Monte, CA 11. 12. Metro Builders & Engineers Group, Ltd. Bidder 5!97 S /FOUAD HOUALLA, President Authorized Signature /Title Page 4 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 BID AMOUNT dollars (10% OF BID AMOUNT, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of the GROUNDWATER Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice 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 23rd day of May, 1997. Metro Builders & Engineers Group, Ltd, United States Fidelity and Guaranty Co. Principal Surety S /GEORGE T. WILLIAMS Authorized Signature George T. Williams, Vice President Name & Title S/97 Authorized Signature Print Name & Title S /KELLY A. SAITMAN Attorney -in -fact (Notary acknowledgment of Principal & Surety must be attached) 0 State of California ) ) ss. County of Orange ) NON - COLLUSION AFFIDAVIT Page 5 FOUAD HOUALLA, being first duly sworn, deposes and says that he is PRESIDENT of METRO BUILDERS & ENGINEERS GROUP, LTD., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Metro Builders & Engineers Group, Ltd. S /FOUAD HOUALLA, President Bidder Authorized Signature /Title Subscribed and sworn to before me this 27th day of May, 1997. [SEAL] S /M. SABRINA BONAHORA Notary Public #1105662 Notary Public My Commission Expires: July 14, 2000 5/9] Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year For Whom Person Completed Performed (Detail) To Contact Telephone Number 1997 County of Los Angeles Toe Cawarillo (818) 458 -2540 1997 County of Orange Heruau Pelaez (714) 567 -7837 1997 City of Hawthorne Arnie Shadbell (310) 970 -7965 Further References Available on Request Metro Builders & Engineers Group, Ltd. Bidder 5/97 S/FOUAD HQUALLA, President Authorized Signature /Title NOTICE TO SUCCESSFUL BIDDER • Page 7 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 of mailing Notice of Award to the successful bidder: LABOR AND MATERIALS PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) CONTRACT (Page 13) 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. 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 shall be provided as specified in the except as modified by the Special Pro 5/97 le: Property - Casualty. Coverages Page 19 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: °rl�t In. yaa"' LaVonne Harkless City Clerk APPROVED AS TO FORM: z . 6L Robin Clauson Assistant City Attorney 5/97 CITY OF NEWPORT BEACH a municipal corporation Jpn Debay �v ayor CONTRACTOR: Metro Builders & Engineers Group, Ltd. Name of Contractor (Principal) Fouad r oualla, President July 10, 1997 C 9C- 3ao4-qD CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Kenai Construction Co., Inc. 7578 Trade Street San Diego, CA 92121 -2412 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the Utilities Yard Site and Buildings Improvement Phase II project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, -i' V one . M t CL/L.L a-mo LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach July 10, 1997 L E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 BFI Constructors 1415 North Susan Street Santa Ana, CA 92703 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the Utilities Yard Site and Buildings Improvement Phase II project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach July 10, 1997 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 Metro Builders & Engineers Group Ltd. 2600 S. Yale Street Santa Ana, CA 92704 Gentlemen: Thank you for your courtesy in submitting a bid for the Utilities Yard Site and Buildings Improvement Phase II project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 IRecorded in the County of Orange, California Gary L. Granville, Cl IIIIIIIIIIIIIIIII�II�IIIIIIIII�IIIIIIII IIIIIII111 IIIlJII 11I erk /RNo Feer 19980384183 10; 58am 06/18/98 005 29006485 29 57 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Metro Builders & Engineers Group. Ltd. of Santa Ana. California, as Contractor, entered into a Contract on June 9. 1997. Said Contract set forth certain improvements, as follows: Utilities Yard Site and Building Improvements. C- 3004 -DD. Work on said Contract was completed on May 29. 1998, and was found to be acceptable on June 8. 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United States Fidelity and Guaranty Company. City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the and correct to the best of my knowledge. Executed on &GAI ! California. BY City Clerk foregoing is true at Newport Beach, ^l� iJ) i 0 a RECEIVED '98 JUN 25 A10 :20 OFFICE OF THE CITY CLERK CITY OF PiEWPORT BEACH June 9,1998 r 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 (714) 6443005 Attached for recordation is a Notice of Completion for Contract No. C- 3004 -DD, for the Utilities Yard Site and Building Improvements with Metro Builders & Engineers Group, Ltd. Please record and return to the City Clerk's Office. Thank you. Sincerely, A m tJmul;� LaVonne M. Harkless, CMC /AAE City Clerk Attachment 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Metro Builders & Engineers Group, Ltd of Santa Ana. California, as Contractor, entered into a Contract on June 9. 1997. Said Contract set forth certain improvements, as follows: Utilities Yard Site and Building Improvements, C- 3004 -DD. Work on said Contract was completed on May 29. 1998, and was found to be acceptable on Junes 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United States Fidelity and Guaranty Com-pa nv. LEN Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best off�my knowledge. Executed on dd,' 11 717U at Newport Beach, California. BY M. &4A" City Clerk July 23,1998 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 Mr. Fouad Houalla Metro Builders & Engineers Group, Ltd. 2610 Avon Street, Unit A Newport Beach, California 92663 Subject: Contract No. 3004 -DD - Utilities Yard Site and Buildings Improvement - Phase II On June 8, 1998, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on June 18, 1998 - Reference No. 19980384183. The Surety for the contract is United States Fidelity and Guaranty Company, and the bond number is 40012003985976. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:Ivi cc: Public Works Department Michael Sinacori, Project Manager encl. 3300 Newport Boulevard, Newport Beach July 23, 1998 • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Mr. Fouad Houalla Metro Builders & Engineers Group, Ltd. 2600 South Yale Street Santa Ana, California 92704 Subject: Contract No. 3004 -DD - Utilities Yard Site and Buildings Improvement - Phase II On June 8, 1998, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on June 18, 1998, Reference No. 19980384183. The Surety for the contract is United States Fidelity and Guaranty Company, and the bond number is 40012003985976. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lvi cc: Public Works Department encl. 3300 Newport Boulevard, Newport Beach EXECUTED IN FM COUNTERPARTS Page 9 BOND NO. 40 0120 03965 976 PREMILM: $16,249.00 FAITHFLTI. PERFORMANCE BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to METRO BUILDERS & ENGINEERS GROUP, LTD. hereinafter designated as the 'Principal ", a contract for GROUNDWATER DEVELOPMENT PROTECT, UTILITIES YARD SITE & BUILDINGS IMPROVEMENT - PHASE TI (Contract C- 3004 -131)) in the City of Newport Beach, in strict conformity with the plans, drawings, cifications, and other Contract Documents maintained in the Public Works Department of City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. C- 3004 -DD and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and UNITED STATES FIDELITY AND GUARANTY CCNPANY, duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of ONE MILLION FIVE HUNDRED FORTY THOUSAND ONE HUNDRED ELEVEN Dollars ($1,540,111.00), 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, m an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the 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 or to the specifications accompanying the same 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 six (6) months following the date of formal acceptance of the Project by the City. 5/9] 0 Page 9A 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 WHEREOF6TPs instrument has been duly executed by the Principal and Surety above named, on the _ day of JUNE 19 97 Metro Builders & Engineers Group, Ltd. Name of Contractor (Principal) Auth T zed Si ature UNITED STATES FIDELITY AND GUARANTY CCPPANY Name of Surety P.O. BOX 2382 BREA, CA 92622 Address of Surety KELLY A. SAITMAN ATTORNEY -IN -FACT Print Name &Title 7L4/985-3300 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5197 0 CALIFORNIA 0 ALL PURPOSE ACKNOWLEDGEMENT -STATE OF CALIFORNIA ) S.S. COUNTY QF San Bernardino ) On _SJ� I -1 I , before me, Frances LAfler, Notary Public , personally appeared X personally known to me; __ or proved to me on the basis of satisfactory evidence to be the person(l) whose name(G) is /$=Lax subscribed to the within instrument and acknowledged to me that (ba /she /uh&V9 executed the same in b4a/her/thvft authorized capacity (t4yaX, and that the entity upon behalf of which the personCAX) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) Signature of Nofa Public CAPACITY CLA130D BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: Limited and and General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document:_ Signer(s) other than named above: none Bond THIS CERTIFICATE MUST BE ATTACHED TO THE DOLTHENT DESCRIBED ABOVE. "Stl sn 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of ` 0 County of �O On LO _ Z� "� before me, Date Name and Title of Officer (e.g.. 'Jane Doe. Notary Public') personally appeared personally known to me — OR — 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 rj,�INA eoyr same i n his /her /their authorized capacity(ies), and that by S� .1 his /her /their signature(s) on the instrument the person(s), �,e.t,pi or the entity upon behalf of which the person(s) acted, .F� �'�— executed the instrument. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Documentri —i Y Wei L ��CI�X Document Date: l.0 — —� �� Number of Pages: Signer(s) Other Than Named Above: Capacity(ie��s)) Claimed by Signer(s) Signer's Name,-�n(. a 4m a I I� _i Individual Corporate fficer p Title(s): egg Partner Limited G General Attorney -in -Fact Trustee Guardian or Conservator J Other: Top of thumb here Signer Is Representing Signer's Name: Individual Corporate Officer Title(s): Partner — C Limited General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER D 1995 National Notary Association - 8236 Remoter Ave.. P.O. Box 7184 - Canoga Park, CA 91309 -7184 Prod. No. 5907 Reorder: Call Tan -Free 1. 800. 6769827 United States Fidelity and Guaranty Company Power of Attorney No.109700 __._•`_.___.____.__.• - "- 1269257 0 S F +V Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of MaMand, does hereby constitute and appoint Jay P. Freeman, Kelly A. Saitman, Dirk T. Degraw and Frances Lefler ofthe Cityof Ontario .State of California its true and lawful Attor neylsFin -Fact each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons; guaranteeing the performance of contracts: and executing or guaranteeing bonds and undertaking required o permitted in any actions or proceedings allowed by law. In Witness Whereof, the said United Sates Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary. this 2nd clay of February .AD. 19 96. United States Fidelity and Guaranty Company, �O (Signed) By ............. f... Vice President (Signed) By ..... ...... .. /A .. .. .....:...................... V� j Assistant Secretary State of Maryland 1 SS: Bahimore City 1 , On this 2nd dayof February . A.D. 19 96 , before me personally came Gary A. Wilson, Vice President of United States Fidelity and Guaranty Company, and Thomas J. Fitzgerald, Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they. the said Gary A. Wilson and Thomas J. Fitzgerald were respectively the Vice President and the Assistant Secretary of the said United States Fidelity and Guaranty Company, the corporation described in and which executed the foregoing Power of Attorney: Nat they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and Nat they signed their names thereto by like order as Vice President and Assistant Secretary, respectively, of the Company. My Commission expires the lSt dayof August A.D.19 98. SM (Signed) By... -^4f uur1 ..... : ry This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company on September 24,1992: Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings. Contracts and other instruments reladng to said business may be signed, executed, and acknowledged by persons or entities appointed as AttomeylsHn -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powers) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing AttorneylsFin -Fact for purposes only of executing in and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. Resolved. That AttorneylsFin -Fact shall have the power and authority, unless subsequently revoked and . in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(sFin Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I. Thomas J. Fitzgerald, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors w September 24,1992 and that these Resolutions are in full force and effect. I, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand an sea! United States Fed and Guaranty Company, on this 16TH day of ,19 JUNE /`. % .............. ............................. =Yg tB Assistant Secretary 'M! xMr FS 315.951 06i '4/1'391 12:26 57y3 ill ME[PU BUILDERS I1Y 1YY POLICY HUMOER; )IT 0005318 THIS ENDURSENIENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 1185 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM D) Thin endorsement modifies insurance provided under the following, COMMERCIAL OENERAL LIABILITY COVERAG[ 1 AN't SCNEUM Name of Person or Organization CITY OF NEWPORT BEACH DHC EN(:INSERING MAUI. J. BUFFING, ARCIIITECT ENGINEERING RESOURCES OF SOL1TTITHN CALIFO1WLA r-AUE U1, CL 248 (11.45) (If no entry appears stove, hdornuuon.repuirod to complete this endorAenrent will he shown in Ore Declaration es applicable to this endorsement.) WHO IS AN INSURED (Section Ill is amended to Include as an insured the person or organizallon shown in the Schedule, but unly with respxct to liability arising out of "your work' for that insured by or for you, Ce(rynght. InHaarxe serNCCS Office. hrc.. 19 84 EXECUTZD IN FM COUNTERPARTS WHEREAS, th motion adopted, has hereinafter desienated E Page 8 BOND NO. 40 0120 03965 976 PREMILM IWLI FOPIA4NCE BOND LABOR AND MATERIALS PAYMENT BOND E! City Council of the City of Newport Beach, State of California, awarded to METRO BUILDERS & ENGINEERS GROUP, L' as the "Principal," a contract for GROUNDWATER DEVELOPME o. C- 3044 -DD) in the City of Newport Beach, in strict conformity with the plans, drawings, ,ecifications and other Contract Documents in the office of the Public Works Department of e City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. C- 3004 -DD 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 anv 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 UNITED STATES FIDELITY AND GUARANTY CCNPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of ONE MILLION FIVE HUNDRED FORTY THOUSAND ONE HUNDRED ELEVEN Dollars ($1,540,111.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 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 3181 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 3247 et. seq. of the Civil Code of the State of California. si3, 0 0 Page 8A 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 or the specifications accompanying the same 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 WHEREQ� this instrument ha3 been duly executed by the above named Principal and Surety, on the 11 day of 19 97. Metro Builders & Engineers Group, Ltd. Name of Contractor (Principal) Auth zed Signature UNITED STATES FIDELITY AND GUAWO OOhPANY Name of Surety P.O. BOX 2382 BREA, CA 92622 Address of Surety KELLY A. SAITMAN ATTORNEY -IN -FACT Print Name &Title 714/985 -3300 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/97 S CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT *STATE OF CALIFORNIA ) S.S. COUNTY OF San. Bernardino ) On � before me, Frances Lefler, Notary Public , personally appeared Kelly A. Saitman , X personally known to me; or proved to me on the basis of satisfactory evidence to be the person(s) whose name(a) is/AOXex subscribed to the within instrument and acknowledged to me that (2W /she /%Xx%.A executed the same in hta/her/thoft authorized capacity(Xers ;, and that the entity upon behalf of which the personfAX) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) Signature of Not Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) __Corporate Officer(s) Titles Partner(s) n Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: and and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Bond Number of pages: Date of document:_ Signer(s) other than named above: none THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. a Sr/ CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of JY-CU�oP On _�D - - - 1 before me, ii / Y�v 4"a, Date Name and Title of Officer (e.g.. "Jane Doe. Notary Publicl personally appeared - J-�_I_)CX_rX V , I Name(s) of signers) versonally known to me - OR - 7 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 emq his /her /their signature(s) on the instrument the person(s), �� plpt�4. or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signatur of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: LCQ � r Document Date: �0— , 6 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's - Individual 7Corporatp��\�jfficer - Title(s): —r Z' - Partner Limited General Attorney -in -Fact Trustee - Guardian or Conservator Other: Signer Is Representing: RIGRT THUMBPRINT OF SIGNER Signer's Name: D Individual Corporate Officer Title(s): Partner — Limited �D General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here 0 1995 National Notary Association • 8236 Remmet Ave.. P.O. Box 7184 • Canoga Park. CA 91909 -7184 Prod. No. 5907 Reorder: Call Toll -Free 1- 800 -876 -6829