Loading...
HomeMy WebLinkAboutC-3224 - Urban Wildland Interface Zone Vegetation Thinning and RemovalCity Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:15 p.m. on the 15' day of September, 1998 , at which time such bids shall be opened and read for URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL Title of Project Contract No. 3224 $70,000.00 Estimate Fire Marshal Prospective bidders may obtain one set of bid documents at no cost at the office of the Fire and Marine Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658.8915. For further information, call Dennis Lockard, Project Manager at (949) 644 -3361. MANDATORY PRE BID MEETING ON TUESDAY AUGUST 25r" AT 1: 0 P AT CITY OF NEWPORT BEACH, CITY HALL FIRE CONFERENCE ROOM. • 0 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 TABLE OF CONTENTS NOTICEINVITING BIDS .......................................................... ............................... Cover INSTRUCTIONSTO BIDDERS ........................................................ ..............................1 BIDDER'S BOND .............................................................................. ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT ......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER .............................................. ..............................7 CONTRACT...................................................................................... ..............................8 LABORAND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL............ ........................ .................... .......................... .................. I............ P-1 SPECIALPROVISIONS ........................................... . .................. I.. ............. .............. SP -1 • • Page 1 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTION$ TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. There will be a mandatory pre -bid meeting for prospective bidders to inform bidders of the submittal requirements and the provisions related in this bid package. We will also answer questions concerning this project at the project site. All bidders are requested to congregate for the meeting at City of Newport Beach, City Hall in the Fire Conference Room, located at 3300 Newport Boulevard at 9:00 a.m. on Tuesday, August 25, 1998. 0 0 PAGE 8. 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. 9. 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). 10. 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'. 11. 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. The signature below represents that the above has been reviewed. bb851?- L-t9, 661144, A Contractor's License No. & Classification '}RSiB2 ylgE5 Bidder PM t ized Signature/Title Date 08/31/1998 14:08 949644310 NPT BCH FIRE &MA PAGE 01 PAGE 3 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT •► ; • We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID dollars ($ --- 10 % - - -�, to be paid and forfeited to the City of Newport Basch if the bid proposal of the undersigned Principal for the Urban Wildland Interface Zone Vegetation Thinning and Removal, Contract No. 3224 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 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 31ST day of AUGUST 1g 98 ARBOR SERVICES / 2CWVI Name of Contractor (Principal) Authori d ignatur4mitte CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety Au rized gent Signature 23172 PLAZA POINTE DRIVE, STE. 185 KELLY A. SAITMAN, LAGUNA HILLS, CA 92653 ATTORNEY -IN -FACT Address of Surety Print Name and Title (714) 770 -9733 Telephone eWk� (Notary acknowledgment of Principal & Surety must be attached) �.r+�irvni�iH ALLOJRPOSE ACKNOWLEAGEMENT STATE OF CALIFORNIA S.S. COUNTY OF SAN BERNARDINO On k 3 /-%f before me, FRANCES LEFLER, NOTARY PUBLTr personally appeared KELLY A. SAITMAN, ATTORNEY -IN -FACT , X personally known to me; or Droved to me on the basis of satisfactory evidence to be the person(-s) whose name Fa) is /ara subscribed to the within instrument and acknowledged to me that (ke /she /`t§- ) executed the same in t� /her / =ter authorized capacity(}, and that the entity upon behalf of which the person (s+-acted, executed the instrument. 4iITNESS mv_ hand and official seal. (SEAL) Sicnatu e o= 70tary Public " CAPACITY CLAI.24ED BY SIGNER: Thcuah sta_ute does not require the nOLary to fill in the data below, doing so may prove 'invaluable to persons relying on the document. Individual(s) Co crate Officers) Titles Partner(s) X 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: 0 0 KNOW ALL BEN BY THESE PRESENTS that CONTRACTORS BOMM AND INSURANCE C e rreond qno app Awon under cite lows t f nary is isc othcein SeaMe, King County, Washington, doers by those presents make, ccnattde and appoint ������ - -' � -" " "-- "' g of �� A �g P � ire true and lawful aftomeyimfI with full power and authority hereby conferred in its name, place and stead, to sxwru, ackroMedge and deliver the bond(s) described shove; and to bind the Company thereby as fulllly%aQnod to the rams extend as if each such band wa signed by the President, sealed with the corporate seal d the Company and dufyattested by its Secretary-, hereby ratifying and confirming all Bad the aid aft= Tglp TM M4 y 4 in the premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors d CONTRACTORS BONDING AND INSURANCE COMPANY on Y / 1 RESOLVEDthat the President is authorized to appoint as attomeyin -fact of the Comport KELLY A. SAITMAN with power and authority to sign on behalf of the Company those surety bonds which trey from time to time boa pproved by Wm. Blair Meiell, in such penal sums and according to such conditions as may be approved by Wm. Blair Maisel. RESOLVED FURTHER that each Power of Attorney must set forth the specific description of the bond to which 0 applies, the nerve of the principal, the name of the obligee, the panel sum, the bond number (except for a bid bond where there is no number), the identifying number of the attorneyin-fed, the identifying number of the Power of Attorney, and the name end signature of Wm. Blair Miscall; and may set forth the description and amount of additional at nourence or collateral, R any. RESOLVED FURTHER that Wm. Blair Meixell is auth orized to establish a specific expiration date for the Power of Attorney and to modify that date from time to time as Wm. Blair Mebell desire rewaaery in his /her sole discreti on; the applicable expiration date to be clearly set forth in any written Power of Attorney. RESOLVED FURTHER that, except as otherwise provided in the immediately succeeding resolution, under no dmumotences shell: (a) the contract amount for any bid, payment. perforate nos, or combination payment and performance bond (iw, a performance and payment obligation in one bond form) exceed $1, WXOD If the bond is guerenal by the Small Business Administration; (b) the penal sum of any bond not guaranteed by the Small Business Administration other than a bid bond which is further restricted by de use (c)) exceed $3,50D,000; and (c) a bid bond which is not guaranteed by the Small Business Administrati on be executed for a job where, d the co mind is awarded, the bond penalty on any performance bond, payment bond, or combination perform no end payment bond (is, a performance end payment obligation in one bond form) to be executed pursuant to the bid bond is to exceed 53,500.000. RESOLVED FURTHER that the above named Atomsyin -fad is granted power and authority to exceed the applicable panel limits set forth in the immediately preceding resolution for any bond in an amount equal to the amount at any addifional reinsurance or of any cash, letter of credit or other security moved! a collateral security by the Company as inducement to issue the bond, so long as the down Phan end amount of additional ninsumna or collateral am set forth in the Power of Attorney. RESOLVED FURTHER that the authority of the Secretary of the Company to certify the authenticity and effectiveness of the foregoing resolutions in any Limited Power of Attorney is hereby delegated to the following persons, the signature of any of the following to bind the Company with respect to the authenticity and effectiveness of the foregoing resolutions as if sig ned by the Secretary of the Company: Wm. Blair Meixell. RESOLVED FURTHER that the sign flume (including unification that the Power of Attorney is still in force and affect) of Wm. Blair Mixell, and Notary Public, and the corporate and Notary seats appearing on any Limited Power of Attorney containing this end the foregoing resolutions as well as the Limited Power of Attorney itself ea well as its transmission, may be by faceimile; and such limited Power of Attorney shall be deemed an original in all espects RESOLVED FURTHER that all resolutions adopted prior to today appoinfing the above named ea attorney -iniact for the Company am hereby super i ded. IN WITNE88 WYFfgF..CONTRACTORS BONDING AND INSURANCE COMPANY hm coned these presents to be signed by Wm. Blair Meixell, and tb corporate s sel to be hereto affixed // 77 �� Y� AND INSURANCE COMPANY On 9/ 19/94 , before me, Rebecca A. Ham a Notary Public in and for the Slate of California, County of Orange, personally appeared Wm. Blair Meixell Personally known to me to be the Person whores, mute is subaibed to the within Limited Power of Attorney and acknowledged to me tint he executed the serre in his authorized c specities and that by his signature on the Limited Power of Attorney CSIC executed the Limited Power of Attorney. IN WITNESS WHEREOF, I her 'al now the day end year first above written. Rebecca A. Haas Li Comm. x1049415 ARV PUQLIC -CALIFORNIA ORANGE (AUNTY iQ 00441 c Comm Expense Jn 30 Inn � Ndta u he h en d7r e o California, Califomra, rounding et Mission Viola The undersigned, acting W Offalestiliffi-M ONTRACTORS BONDING AND INSURANCE COMPANY, hereby certifies, m or in lieu of Certificate of the Secretary of CONTRACTORS BONDING AND INSURANCE COMPANY, that the above and foregoing is a full, true and correct copy of the Original Fairview of Ati omey issued by said Conpeny, and does hereby further certify that the said Power of Attorney is still in force and affect. GIVEN under my hand, d-q uVa .Itl j,l , this 3 1 say of AUG 19 98 Q <. -- A11- 81(121097) 0 0 PAGE 4 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 DESIGNATION OF SUBCONTRACTOR S(S State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Fire Marshal 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. A_t & f GM we! �iL'� 0 Ll PAGE 5 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 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 Project Person Telephone Completed Name /Agency To Contact Number 35,0 bscr- Iqq l -fK%24 Igh9 -996 Tr. *nw+ cn,a� L .A. CAA gF T'P"0e iii 49S -SL-Ts Elf, go 19 31 vv -(eeF fomLvm- 34,00 For'Tff-A oplAe, Cho- tfw?- iM`tFl�w�� �gC�i 357 - x0 d?, L6 11'il P" T(& TR�vvvt- -t,6C, LA 01 Cgos)�i2S -045j cm W 9arpf AQ9iQ "yterS Bidder A AAcrited Signature/Title 0 0 17SciX1 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) RoOC� S. 5- N i -JV , being first duly sworn, deposes and says that he or she is &T rhVA4Z- of &A8VL Sr*'vu the parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. MRP4 Grp u-z Bidder A thori d Signature/Title Subscribed and sworn to before me this day of 6C-P-W �i,- [SEAL] iRENi VASOUEZ Notary Public Comm. f 1112506 My Commission Expires: '5E� �; Z�G0 N NOTARY PUALJc CALIFORNIA San Bernardino coly My Comm. EKpues Sept. 19,7000 0 0 PAGE 7 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Fire Mashal within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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 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. PAGE CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 CONTRACT THIS AGREEMENT, entered into this 14th day of September, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Arbor Services, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL Project Description 3224 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: 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3224, 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. 0 PAGE 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 Fifty Four Thousand Nine Hundred Seventy Five Dollars ($ 54.975.00). 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. 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 Fire and Marine Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Dennis Lockard (949) 644 -3361 CONTRACTOR Arbor Services 984 Mariner Street Carlsbad, CA 92009 (888) 350 -8733 6. 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." 0 7. INSURANCE 0 PAGE 10 (a) 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. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. 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. 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. (c) 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. Minimum Limits of Insurance Coverage limits shall be no less than: 1. General Liability: $1,000,000.00 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: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 0 0 PAGE 11 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: 1. General Liability and Automobile Liability Coverages (a) 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 and /or primary source of recovery 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. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's 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 Contract. 2. 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. 0 0 3. All Coverages PAGE 12 Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded 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. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 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, or the work of any subcontractor or supplier selected by the Contractor. 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 Contract; (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 City from the sole or active negligence or willful misconduct of City, its officers or employees. 0 0 PAGE 13 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 Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. 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. 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. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day CITY CLERK APPROVE AS TO FORM: n Cl' ATTORNEY .r 9 var s, Mayor 10' 1 . J. CONTRACTOR By. Authorized Sign ture and Title EXECUTED IN FOUR COUNTERPARTS BOND NUMBER: CC8766 PREMIUM INCLUDED PAGE14 CITY OF NEWPORT BEACH IN PERFORMANCE BOND FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 BOND NO. cc8766 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Arbor Services, hereinafter designated as the "Principal," a contract for Urban Wildland Interface Zone Vegetation Thinning and Removal, Contract No. 3224, in the City of Newport Beach, in strict conformity with the plans, survey matrix, specifications and other Contract Documents in the office of the Fire and Marine Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3224 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 Arbor Services 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 Fifty Four Thousand Nine Hundred Seventy Five Dollars ($ 54.975.00), 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. PAGE 15 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. 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 WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 30TH day of SEPTEMBER , 1998 ARBOR SERVICES Name of Contractor (Principal) CONTRACTORS BONDING AND INSURANCE Name of Surety 23172 PLAZA POINTE DRIVE, STE. 185 LAGUNA HILLS, CA 92653 Address of Surety (714) 770 -9733 Telephone I vi' 0A0 ww Auth9rized Signature/Title KELLY A. SAITMAN, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED • �LI I-V I-SIV IH ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA S.S. COUNTY OF SAN BERNARDINO On f-30 -9f before me, FRANCES LEFLER, NOTARY PURL I(-- personally appeared X personally known to me; or proved to me on the basis of satisfactory evidence to be the person( -a) -chose name(-) is /ate subscribed to the within instrument and acknowledged to me that (Ire /she /=tai) executed the same in authorized capacity(s•e�, and that the entity upon behalf of which the person (s,}—acted, executed the instrument. WITNESS my_ hand and official seal. (SEAL) cnat-,re or Not #=y Public CAPACITY CLAI_M.D BY SIGNER: Though sta-ute 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) X 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: .: :r� • :r •• �.r i• g Ll E EXECUTED IN FOUR COUNTERPARTS BOND NUMBER: CC8766 PREMIUM: $1,100.00 PAGE 16 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 BOND NO. CC8766 I \90 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2% $1,100.00 being at the rate of $ 2$ thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Arbor Services, hereinafter designated as the "Principal ", a contract for Urban Wildland Interface Zone Vegetation Thinning and Removal, Contract No. 3224, in the City of Newport Beach, in strict conformity with the plans, survey matrix, specifications, and other Contract Documents maintained in the Fire and Marine Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3224 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Arbor Services, 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 Fifty Four Thousand Nine Hundred Seventy Five Dollars ($ 54,975.0 0), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by 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. 0 0 PAGE 17 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. 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 30TH day of S PT MR R , 19 3B ARBOR SERVICES Name of Contractor (Principal) CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety 23172 PLAZA POINTE DRIVE, STE. 185 LAGUNA HILLS, CA 92653 Address of Surety (714) 770 -9733 Telephone fwuw�jw Authorized nature/Title Authorized Ag Signature KELLY A. SAITMAN, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) S.S. COUNTY OF SAN BERNARDINO ) On I -3o-9 P before me, FRANCES LEFLER NOTARY PUBLIC personally appeared KELLY A SAITMAN ATTORNEY— T Lj— FA(-.T X personally known to me; or Droved to me on the basis of satisfactory evidence to be the person(- ) whose name(a) is /aa:a. subscribed to the within instrument and acknowledged to me that (It--/she /-n§ ) executed the same in Y3-_ /her / rpre_* authorized capacity(-_Les+, and that the entity upon behalf of which the person (s -}- acted, executed the instrument. WITNESS my_ hand and official seal. (SEAL) . . . Sicna ure o NctAry Public CAPACITY CMALED BY SIGNER: Thouah sta =ute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individuals) Corperate Officer(s) Titles Partners), X Attorney -in -Fact mrustes(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: BOND Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE HOST BE ATTACKED TO THE DOCUMENT DESCRIBED ABOVE. unsnas�� 09/,30/98 11:52:50 (206) 2-1558-> 483 5122 CB16 I Page 002 .YIMITED:POWEB'OF ATTORNEY- CONTRACTORS :.. .�. .. ... . .REJIO.I;AREFHLi,Y. ' BONDING AND. HYSURANCE.CONIPANY IS:RES:pONS1.9LEONLY:FOH�dNE BLSNO.DESCStl9EDAND: tip TO THE AfdpUNTSET FOATN M THUS LMgt @P.POAtWEAOCFOTTOpRRNZY- A'W PASU11%WH.1Y614IHIS.PIO�WER OrAVOCRPOfEMYtFYOW MAyE ANY DUESTIONS AAOUTOA1�S}YANTIO VEIRIFYTI�IB Penal S Milli PSP 9 /::0 D CALL CONTRACTORS NAB uswAftE: NC •CP 2L4AGUNA }IILLS,CB oat Nom. �C C H 7 60.68773 �nepv 2 Limited Power ofAtterrtey P,)Epir it; Del &ApproNd: 3 ;07 9.57 Approved ..... �� l� / Cl%it. WTn. Blau WixN1 IWirne of vrinbipal:. A,MR;... S:E.RN. ICES:: Narna'?1 OW yee:' L.'. T DesttipGon(s): Location OTApplicaNy: KNOW ALL MEN BY THESE PRESENTS Met CONTRACTORS BONDING AND INSURANCE CQy @1[11 Vipe rte d?ZT rMd Idpaelmg urArMkn q-11q alegl y'ghmgbn,r�dA mg,bgoucipoloBiain Sadie, King County, Washington, does by thus presents make, Constitute and appoint Ko k. Lt,, T H 'J f��l fi i� of UN IAl�1L1 'Rstrue and lawful anormyrintdc6 with full powerandeulhwity, hereby come in its rare, Man and Need, to execute, acknowledge and deliver the bond(a)described above; and to bind the Company thereby an Nllyend to the samoorte nta,0 each such bond was signed by the President, named with the corporate seal of the Company and duly attested by its Secm6ry; hereby relaying and confirming all that the said attwn +94pct in the premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors d CONTRACTORS BONDING AND INSURANCE COMPANY on 7 1 9� 4 RESOLVED that the Resident is authorized to appoint as IM0mey 6in4wt of the Compen � E L L Y A. S A I T M A N with power and authority to sign on behalf of tho Company Chow surety bonds which nay from time to time be approved by Wm. Weir Mebell, in such panel sums and acceding to such conditions as may be approved by Wm. Blair MebelI. RESOLVED FURTHER that such Power otAtfomey must ad forth the specific description of the bond to which it applies, the name of the principal, the nits of the obligor, the penal sum, the bond number (except for a bid bond alienations is no number), the identifying number of the attcrney+n -tad, the identifying number of the Power of Attorney, and the name and signature of Wm. &air Maixell; and may wt forth the description and amount of addition] reinsurance or collateral, H any. RESOLVED FURTHER that Wm. Weir Alaixell is authorized to establish a specific expiration date for tho Power of Attorney and to modify that data from time to time as Wm. Blair Mauall deems necessary in his lhw sole discretion; the applicable expiation data to be clearly oaf forth in any written Power of Attorney. RESOLVED FURTHER that, except as otherwise provided in the immediately succeeding resolution, under no circumstances shall: (a) the contract amount for any but, payment, padonnence, a ambietion payment and performance bond (iA, a performance and payment obligation in one bond form) exceed 41250,000 tithe bond is guaranteed by theSmall Busies Administration; (b) the penal sum of any bond not guaranteed by the Small Business Administration bother then a bid bond which is further restricted by deuce (c)) nosed 43,500,000; end (c) a bid bond which is not guaranteed by the Small Business Administration be executed for a job where, d the contract is awarded, the bond pan ally on any performance bond, payment bond, or combination performance and payment bond (is, a performance and paynent obligation in arts bond form) to be executed pursuant to the bid bond is to exceed 49,500,000. RESOLVED FURTHER that the above named AttomeyJn4act is granted power and authoey to exceed the epplcebk+ peel limits set forth in the immediately preceding resolution for any bond in an amount equal to the amount of any additional reinsurance or of any cash, letter of amid or other security, received as collateral security by the Company as inducement to issue the bond, so long as the description and amount of additional minourance or collateral am wt Forth in the Power of Attorney. RESOLVED FURTHER that the authority of theSecratery of the Company to certify the authenticity and effectiveness of the foregoing resolutions in any Limited Power of Attorney is hereby delegated to the following persons, the signature of any of the following to bind the Campelry with respect to the authenticity and effectiveness of the foregoing resolutions as if signed by the Secretary of the Company: Wm. Blair Meixdl. RESOLVED FURTHERthat the signatures [including certification thatthe Power of Attorney is still in fora and effect) of Wm. Blair Meixdl, and Notary Public, and the corporate and Notary seals appearing on any Umited Power of Attorney containing this and the foregoing resolutions as well as the United Power of Attorney itself ea well as its transmission, may be by facsimile and such Limited Power of Attorney shell be deemed an original in all aspects. RESOLVED FURfHERthat all resolutions adopted prior to today appointing the shove named as attorney -inflect for the Company are hereby superwded IN WITNESS WId 5F.GONTRACTORS BONDING AND INSURANCE COMPANY Imes counted these presents to be signed by Wm. Blair Menial, and its corporate seal to be hereto affixed Y / 1 Y �/ �7 `Y1 CONTRACTORS BONDING AND INSURANCE COMPANY SEAL STATE OF CALIFORNIA— COUNTY OF ORANGE 'n -Q... a y "44S "' On 9 / 1 9 / 9 4 , before me, Rebecca A. Hess a Notary Public in and for the State of California, County of Orange, personally appeared Wm. Blair Meixell pe..enwlly knew- b raw for be a.w I—wen whew wee ie wberibad to tl,o wia,i- l:nisod Pewee of Attemoy and Kknerdedged b r-e 11w,t he exeeueed few . in hi. eua.odzed cep W.. end tlwt by hi. .;grw,tue -n two Limited Power of AHuw-.y CHIC executed tiro Limited Pew of Ate,, —, IN WITNESS WHEREOF, I hev ^_ seat seal the day and year-first above written. Comm. O LINTY Q CM -CA FORN)A ORANGE E #1049415 CA f� Canon Ermine Jan 30 Iwo Nome a be r1r en rgte�tate o Celifomra, residing at Mission Viejo The undersigned, acting undWAMOMtrdrUWBOM ZVI 011MOffildif ONTRACTORS BONDING AND INSURANCE COMPANY, hereby certifies, as or in lieu of Certificate of the Secretary of CONTRACTORS BONDING AND INSURANCE COMPANY, that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and dose hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hehd,?'a .I{,1 ;7�1� s C i this 3 0 day of S E P 19 98 f, '/' - (<— rr T M1 At1- 91(121097) '�3 P ELL !NSIJRRNCE .> 54431-70 co . CERTIFICAIT OF LIABILITY INSURA EAR _3 o`sie PRODUCaR BAWxu INS Asul= OCA96060) THISCERTIFICATE IS ISSVEDASA MATTER FINFORAMT(ON ONLY AND CONFERS NORIGHTS UPON THE CERTIFICATE Agents G Brokers, Inc. HOLDER. THIS CERTIFICATE GOES NDT AMEND. EXTEND OR ALTER THE COVERAGE AFFOROEOBY THE POLIC ,ESBELOW. P.O. Box 4646 Mission Viejo CA 92690 OOMPANIESAFFORDINOCOVERAGE _ Joe Boswell /17AL I COMPANY A Conaectiout Indemnity Pnme,Na�49 855_0430 c..NO�49- 937 -b528 {I _ -- WSUREO CJMSPMY COMPANY Arbor Services; Arborguard,Ine , C 4394 Conejo Drive COMPANY DanvilLe CA 94506 D COVERAGES THIS 15 TO CERTIFY MAT THE POLICIES OF INSURANCE LISTED 00.06 HAVE SEEM MUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONORION OF ANY CONTRACT OR OTHER DOCUkr -W WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PER INK THE INSURANCE AID' OROCO 6Y THE POUCF9 DESCRIBED HEREIN IS SUCJECT TO ALL ME_ TEMIS, EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES, LMITS SHOWN MAY HAVE SEEN REDMCEO eY PASO CLAIMS. _ ^_ O F-1YPEOFRJSURANCE POUCI NUAIGER PCLcYSFFECnW PQUCT�RAPON DATE ANJDDM'J QATE(MV1100"O j LsUTS GENERAL LiAsfrrY OBJERAL AGGREGATE 12,000,000 _ PRODUCTS- CCMPMPAGG •32 000,000_ +f A I X;CCMMAOAL0EWIIALUA5)UN MA102556 I 10/06/91 1 12/04/96 CuIINW MAO! IOCCUR I PERSONAL 6ADV WJUIIY 1,000 000 L_ OWNER'S A CCNTRAC(ORS PROTI E"CCCURRENCE 51,000.000_ ..'( DedACtibl} g1r000 I 1FIRE DAMAI (AAT�E�AM), 5 $0,000_ AGED EOP(A pen ro 51000 AVTOMOUSLADL" I ICOMONEOMAMLEUMR IF 51,000,000 A MYALTO i KA102556 10/05/97 12/04/98 ALLOWNEC AVTCG � i ECTALY INXRY ( Irx lI EQ,EDlAEO AUTOS I l h, pRPnI ](I HIREp AU*0.9 I ' I (IRK IYwIW� f I X NON -OWNE) AUTOS . - - -- .. i1 PROPERTY DAMAGE S GARAGE LIAER1iT' AU700NLY.EA ACCgEM T...�.. .._ ANY AUTO 0 1 I I 07141IITNANNJTOOAkr EACH AOOIQENT I ' ' S i AGGREGATE 5 EXCESSLIASLLDY I EACHOCCURRENCE -- UMaRELU FORM I� AGGREGATE IFV. -__.. f OTHER THAN UMEAe.IA FORM I i WORKERS COMPENSATION AND DAPLOVER9UAaLRY I I i I O UMI - �QEACH ACCIOEM 7T,E PRCPRIETM - -�INCL I , 9016EASE -POLICY LWW f _ 'OFFICERS ARE I EXCLI EL OISEA6E uEAVLCY-!i OTHER A IEquipt Flcatsr NA302556 I 10/06/971 12/04/961 I I Sycaial S 150,000 OESCRPfON OF OPERA "QCATIONGNEHOL095PECIAL HSMa *10 day Noti00 of Cencell t }on for non ayment of ramium. Certifio4te y l;yite�;�,p>. B officers, 09X�Qiala p1opgdes and volunteers,sre names IM48 fanEE�d Re. Urban gildland Interface pper pone VegetaIDOA p�,Lmo0�0111tiaahed. CERTIFICATE HOLDER CANCELLATION MBWHO96 @,GULP Mr OP THE ASOVE DESCR7aiO PGUCJES SE CAACEIIEDEEFORE ONE City of Newport Beach EJWRATON DATE TKERECF. TKE ISSUING COMPANY WILL MA0. Attn: Administrative Manager 30* DAYS WRITTEN NOTICE 'O THE CE7TWATE HOLDER NAMED MTNE LEFT. public Works Department SUCH NCYM SHALL NPOSE AO OSUOATiON OR LIASIUTY 3306 Newport Blvd, 90 Box 1768 Newport aeaoh CA 92659-1768 OF ANT KIND UPON MC GG ANY,.TE AGEMC OR REPREFEMATNED. a R " 1360 ACORD 25-S (118) ACflROGORPORATIDN OCT - 1 1993 117/✓J_'7C :N:33 tl'' "ItLL 644jl1 U 1+0.573 P02 • • INSURED: Arbor Services; Arborguard,Tnc POLICY NUMBER; NA102556 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (TiORN B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE: Name of Perscn or Organization: City of Newport Beach, Attn: Administrative Manager, Public Works Department 3300 Newport Blvd, P.C. Box 1768 Newport Beach CA 92659 -1?68 If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement. WHO IS AN INSURED (Section. II) is amended to include as ar. insured the person or organization shown in the schedule, but only with respect to liability arising out of "your work" for that insured by or for you, It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured stall be primary insurance as respects any claim, loss or liability arising directly from the named insured's operations and any other insurance maintained by the additional insured shall be excess and noncontributory with the insurance provided hereunder. CG2010 (11/85) Copyright, Insurance Services Office, Inc., 1985 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INS U R ^N C E FU N DI CERTIFICATE OF WORKERS' COMPENSATION INSURANCE POLICY NUMBER: : -i-" CERTIFICATE EXPIRES: - NE ._ L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. 17 lz-� � AUTHORIZED REPRESENTATIVE PRESIDENT F- ;7—n'1=1 -J EMPLOYER -10- L_ 444e - STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION I N S U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE OCTOBER 1, 1998 POLICE NUMBER: 290 -98 UNIT 000138 1'£_99 CERTIFICATE EXPIRES: I- CITY OF NEWPORT BEACH 1 DENNIS LOCKARD 3300 NEWPORT BLVD / P 0 BOX 1768 NEWPORT BEACH CA 92658 -8915 JOB: ALL OPERATIONS L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. �'C AUTHORIZ E� REPRESENTATIVE \ \/ / I J PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 81,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 10/01/98 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 10/01/98 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER F ARBOR SERVICES 9155 BROWN DEER RD #1 SAN DIEGO CA 92121 R 1 0 0 Page PR 1 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT PROPOSAL URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 To The Mayor and Members of the City Council City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3224 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: BASE CONTRACT ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization and Resident Contact @ Ave' Tf yj-oP+ Dollars and Cents $ 5, 00 0 Per Lump Sum 2. Thin, Prune and Remove Vegetation up to 111 Lots according to recommendations noted in the UWI Property Summary & Plant Legend, Vegetation Treatment Summary, and Property Plot Maps. Includes greenwaste disposal into City provided bins. Foo(" Nin)E 'fL1005,N -D r"NX �A ^90c�> @ e7eva" >'W- Dollars and Cents $ 5D I . o0 Per Crev� (refer to PR 3 through PR 5 for breakdown of lump sum for individual lots) TOTAL LUMP SUM PRICE IN WRITTEN WORDS F0-(69 RMT OJT N,W rwf-w) �Ae '1 O-Dollars , and 7 Cents Total Price 11 Page PR 2 II. CITY OPTION —The following City Options maybe exercised by City at its sole discretion upon execution of a change order. ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL _ AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lot Thin, Prune and Remove Vegetation on additional lots as requested according to recommendations noted in the UWI Property Summary & Plant Legend @ DNS -lf jyrA) RA &\c ') Dollars and Cents $ �OD Per Lot 4. Tree Prune additional trees to correct structure and improve aesthetics @ TKIty wraakv 'Fwpm Dollars and Cents $ 350 Per Tree 5. Ton Dispose of Vegetation Off -Site at an acceptable greenwaste reuse facility @ DNk A,4Ud? Dollars and Cents $ IUD Per Ton 6. Ton Cut into Logs and Leave Stacked On -Site at the Resident's curb Tree Trunk and Limb Waste over 8 inches in diameter @ Dollars and Cents Per Ton Bidder's Name "e__ Bidder's Address qP4 ryW24� ST 91)_1109 Bidder's Telephone Number 82,9,� 350- $-?-� -`j Contractor's License No. & 9.1 -gs Date 532 r 2 -T C6� ' PM, Signature & Title F 0 Page PR 3 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT UWI ZONE VEGETATION THINNING AND REMOVAL UNIT PRICE PER LOT BREAKDOWN BID ITEM NO. 2 No Street Owner Name Price per Street 737 Amigos Way lLeonard J Aten $1,665.00 775 -817 Amigos Way Eastbluff Apt Owners Assn $1,305.00 1601 Bay Cliff Circle $450.00 413 Cabrillo Terrace Sean M Burke $540.00 417 Cabrillo Terrace Nancy W Settler $90.00 421 Cabrillo Terrace Ed & Rhonda Noble $90.00 1601 Castle Cove Circle June Atkin $225.00 405 -407 Columbus Circle Ronald J Centre $270.00 415 Columbus Circle Gary & Berta Farr $675.00 401 Cortes Circle Thomas H Boler $405.00 405 Cortes Circle $360.00 409 Cortes Circle Kenneth R Ingman $540.00 400 jDe Sole Terrace Steven T Bailey $270.00 404 De Sole Terrace Burton L Karson $585.00 412 De Sole Terrace Virginia Blackman $135.00 757 Domingo Drive Eastbluff Apt Owners Assn $405.00 215 Evening Canyon Road Howard Marans $45.00 227 Evening Canyon Road Jeffrey H Margolis $405.00 237 Evening Canyon Road Martha George $405.00 241 Evening Canyon Road $540.00 249 Evening Canyon Road $225.00 255 Evening Canyon Road Sandra L Haskell $90.00 265 Evening Canyon Road Robert Scholler $270.00 273 Evening Canyon Road W. Janes $270.00 287 Evening Canyon Road Haskell Shapiro $675.00 212 Hazel Drive $270.00 218 Hazel Drive Paul Denton $540.00 240 Hazel Drive $225.00 248 Hazel Drive K Brownsberger $180.00 250 Hazel Drive Sondra Ames $540.00 300 Hazel Drive Mrs. H K Neill $225.00 308 Hazel Drive $270.00 312 Hazel Drive Betty D. Webb $225.00 320 Hazel Drive $1,440.00 336 Hazel Drive Wiseman Residence $405.00 408 Hazel Drive Helen M Ray $405.00 416 Hazel Drive $270.00 422 Hazel Drive Lynn S Lightcap $540.00 0 Page PR 4 Street No 500 Street Hazel Drive Owner Name Price per $540.00 504 Hazel Drive Allen Berry $810.00 510 Hazel Drive $675.00 512 Hazel Drive Ellen G Chamberlin $540.00 516 Hazel Drive Elizabeth Torelli $540.00 524 Hazel Drive Leroy Nonemaker $675.00 540 Hazel Drive $270.00 445 Isabella Terrace Robert M Brandy $585.00 107 Milford Drive Anton Segerstrom $405.00 121 Milford Drive Carolyn Verleur $405.00 131 Milford Drive Steve Hayama $540.00 233 Milford Drive $765.00 239 Milford Drive James V Selna $540.00 307 Milford Drive $450.00 315 Milford Drive Leslie M Earnest $315.00 321 Milford Drive $270.00 222 Morning Canyon Road $270.00 230 Morning Canyon Road Donald L Baggott $405.00 234 Morning Canyon Road $225.00 240 Morning Canyon Road Ronald White $315.00 248 Morning Canyon Road $135.00 278 Morning Canyon Road Tom & Carol Rimmer $405.00 302 Morning Canyon Road Joseph Bulwa $180.00 306 Morning Canyon Road $180.00 312 Morning Canyon Road Marilyn Rock $270.00 336 Morning Canyon Road Lawrence M & Susan R Alpert $180.00 342 Morning Canyon Road $450.00 485 Morning Canyon Road $1,485.00 487 -513 Morning Canyon Road Corona Highlands Assn $765.00 616 Poppy Avenue Steve Mizusawa $225.00 620 Poppy Avenue $90.00 700 Poppy Avenue $225.00 712 Poppy Avenue Kathleen K Marston $1,125.00 714 Poppy Avenue J R McSunas $360.00 720 Poppy Avenue Dennis S Gilchrist $180.00 724 Poppy Avenue $315.00 730 Poppy Avenue Randi L Keats $180.00 734 Poppy Avenue $405.00 900 -970 Poppy Clubhse Area Al Gilbert Geis $180.00 1600 Reef View Circle $585.00 1612 Reef View Circle $180.00 1618 Reef View Circle Everett T Stahl $135.00 507 Rockford Place Ron Centre $315.00 607 Rockford Road $315.00 615 Rockford Road Gregory & Laura Hart $405.00 621 Rockford Road Helen R Lusch $495.00 627 Rockford Road $810.00 633 Rockford Road Paul Franklin $675.00 962 Sandcastle Drive Dennis DeLaPaz $225.00 990 Sandcastle 2r e $360.00 994 ISandcastle Drive $765.00 0 Page PR 5 Street No 1026 Street Sandcastle Drive Owner Name Price per $270.00 1104 Sandcastle Drive Dennis C Forsyth $405.00 1212 Sandcastle Drive Edward F Ellison $540.00 1406 Sandcastle Drive $630.00 1412 Sandcastle Drive James L Rubel Jr $225.00 1416 Sandcastle Drive Susan S Kensey $225.00 1428 Sandcastle Drive Larry Roberts $180.00 1432 Sandcastle Drive Kate Mack $270.00 1612 Sea Bell Circle $405.00 401 Seaward Road Jack O Dunn $270.00 504 Seaward Road Lucia Barker $405.00 508 Seaward Road Ted J Bush $675.00 524 Seaward Road Robert R Hurwitz Tr $675.00 528 Seaward Road $360.00 540 Seaward Road $135.00 544 Seaward Road $1,800.00 552 Seaward Road $945.00 626 Seaward Road Roy Giordano $1,350.00 182 Shorecliff Road $405.00 183 Shorecliff Road $405.00 187 IShorecliff Road $405.00 222 Hazel Drive Bonnie Nolan $585.00 TOTAL PRICE $50,175.00 BID ITEM 2 E (9) CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT ADDENDUM NO. 1 URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO. 3224 DATE: BY: M' a Ma y, Deputy Fire Marshal TO: ALL PLANHOLDERS Attached is REVISED PROPOSAL to be used for bidding. The following modifications /changes have been made: In addition, the minutes to the Pre -bid Meeting and Properties Packages are attached. 1. Proposal Page PR1, Item No. 2, Change 114 Lots to 111 Lots. 2. Proposal Pages PR 3 — PR 5, Delete Owner Names and addresses Herber Malmon, Mel J. Grandinette, Jorlaine Cunningham and Richard C.Harano. Add Owner Name and Adress, Betty D. Webb, 312 Hazel Drive. 3. Special Provisions Page 1, Section I — GENERAL REQUIREMENTS, A. DESCRIPTION OF WORK, Paragraph 1 change 114 to 111. 4. Special Provisions Page 6 Section II — SCOPE OF WORK, B. SHRUB AND GROUNDCOVER THINING AND REMOVAL, Paragraph 1, delete the following sentence: All shrubs greater than two feet in height located withing five feet of a tree trunk shall be removed.. Bidders shall sign this Addendum No. 1 and attach it to REVISED PROPOSAL. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum No. 1 and have included full payment in the attached PROPOSAL. Bidder:pMame (Please Print) Signature & Title ►,gs Date __ • � Can � Council Agenda September 14,1998 No, ' "Y THE 1.1 l'i (.� ✓.i: . NEWPORT eLAC To: Honorable Mayor and Members of the City Council SEP ; 4 From: Timothy Riley, Fire and Marine Chief ')&-' Subject: Capital Project Re- authorization, Urban Wildland Interface RECOMMENDATION o 1. Approve re- authorization of capital projects associated with the work supporting the removal of combustible vegetation in Urban Wildland Interface areas of Newport Beach. 2. Award Contract No. 3224 to Arbor Services for the total price of $54,975 and authorize the Mayor and City Clerk to execute the Contract. BACKGROUND In May 1995 the City of Newport Beach made application to the Federal Emergency Management Agency (FEMA) for grant funds to mitigate fire hazards in the urban wildland interface areas of Newport Beach. In August 1995 FEMA approved the project estimated to cost $284,320 with FEMA reimbursing 75% of the cost, obligating $213,240 in Federal disaster funds. Over the next two years the City worked with affected homeowners to develop a hazard reduction plan acceptable to both the wildland environment, the esthetics of the area, and the concerns and dangers posed by the adjacent combustible vegetation. In April 1997 the City, after gaining consensus with the affected community, adopted regulations in the municipal code defining the methods and extent to which these hazards must be abated. The Council further authorized four, multi-year capital projects totaling $284,320 to facilitate the reimbursable FEMA grant for the hazard mitigation in these areas. Those areas were identified as Lower Big Canyon, Upper Big Canyon, Morning Canyon, and Buck Gully. As a result of additional costs associated with the newly adopted regulations, the City requested and was granted additional FEMA funds, bringing the total to $332,321, with revised FEMA obligated funds of $249,240. The City expended $25,664 in fiscal year 1996 -1997 for work on City property at Lower Big Canyon. Fiscal year 1997 -1998 an additional $166,660 was encumbered in the mitigation of Lower Big Canyon, Upper Big Canyon, and survey and documentation services in Buck Gully and Morning Canyon. The final phase of the project, which will be accomplished this year, includes the mitigation work of Buck Gully and Morning Canyon. Portions of the re- authorized funds will be used for coordinating efforts, disposal of combustible vegetation, and final closeout survey to confirm compliance with City standards. Staff is now requesting the re- authorization of the remaining • $133,996 in the following accounts: 7014C2330357 Hazard Mitigation Buck Gully $88,067 7014C2330358 Hazard Mitigation Morning Canyon $45,929 The areas of Morning Canyon and Buck Gully are privately owned and property owners may take advantage of the grant assistance. The terms of the grant require property owner contributions of 25% of the costs of mitigation with the grant paying 75% of the costs of the work. Associated with this work is the selection of a contractor to perform work on identified private properties in Buck Gully and Morning Canyon. The City, as prescribed in the Municipal Code, requested contractors bid to perform the work on 111 properties where homeowners requested assistance in mitigating the combustible vegetation. Seven recommended firms were invited to bid on this project. At 2:00 p.m. on September 1, 1998, the bidding was closed and the City Clerk opened and read the following bids for this project: Arbor Services is located in San Diego, California. A check with their experience references indicates that Arbor Services has successfully completed projects of a similar nature for other Southern California agencies. In addition, their contractor's license is current and active. CONCLUSION This is the final phase of the FEMA Urban Wildland Interface Hazard Mitigation Project. It is requested the City Council approve re- appropriation of these funds for this work and award the contract to Arbor Services of San Diego, California. FISCAL IMPACT This budget re- appropriation has no impact on our current budget. • 0 Bidder Amount Bid Low Arbor Services $54,975.00 2 Environmental Care, Inc. d.b.a. Arbor Care $82,010.00 Starr, Inc. $119,250.00 Arbor Services is located in San Diego, California. A check with their experience references indicates that Arbor Services has successfully completed projects of a similar nature for other Southern California agencies. In addition, their contractor's license is current and active. CONCLUSION This is the final phase of the FEMA Urban Wildland Interface Hazard Mitigation Project. It is requested the City Council approve re- appropriation of these funds for this work and award the contract to Arbor Services of San Diego, California. FISCAL IMPACT This budget re- appropriation has no impact on our current budget. • 0 Cry of Newport Beach* NO. BA- 008 BUDGET AMENDMENT 1998 -99 AMOUNT: 5133,99s.00 CT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Budget Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To appropriate $133,996 for the Urban Wildlife Hazard Mitigation Grant sponsored by FEMA. $91,996 of this budget amendment represents re- appropriation of unspent and unencumbered funds needed to complete the original hazard mitigation work in Buck Gully and Morning Canyon. $42,000 represents additional FEMA authorization. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Eund Account Description General Fund 010 3605 Fund Balance Control $133,996.00 REVENUE APPROPRIATIONS (3601) 0 Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Automatic S Signed: — Financial oval: Finance Director Signed: ,��� Admi strative Approval: City Manager SO: City Council Approval: City Clerk Credit $88,057.00 $45,929.00 I L -F Date 2 - ate D Date Description Division Number 7014 General Fund Cap. Projects - Misc Studies Account Number C2330357 Hazard Mitigation Buck Gully Division Number 7014 General Fund Cap. Projects - Misc Studies Account Number C2330358 Hazard Mitigation Morning Canyon Division Number Account Number Division Number Account Number Division Number Account Number Automatic S Signed: — Financial oval: Finance Director Signed: ,��� Admi strative Approval: City Manager SO: City Council Approval: City Clerk Credit $88,057.00 $45,929.00 I L -F Date 2 - ate D Date y of Newport Beach BUDGET AMENDMENT 1998 -99 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Budget Appropriations AND Transfer Budget Appropriations from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 008 AMOUNT: 5133,9s6.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect orr t &T-T, ACe C._! OF 4SN ^r CRT BEACH jl r This budget amendment is requested to provide for the following: Y To appropriate $133,996 for the Urban Wildlife Hazard Mitigation Grant sponsored by FEMA. $91,996 of this budget amendment represents re- appropriation of unspent and unencumbered funds needed to complete the original hazard mitigation work in Buck Gully and Morning Canyon. $42,000 represents additional FEMA authorization. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Eland Account General Fund 010 3605 REVENUE APPROPRIATIONS (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Fund Balance Control Description Division Number Account Number Signed: Financial oval: Finance Director���' Signed: AdmOtstrative Approval: City Manager City anager Signed: C(� "�. 0)�/1-f�( T)' ' City Council Approval: City Clerk Amount Debit Credit $133,996.00 • Automatic $88,067.00 $45,929.00 ate Dat� - /y / <f Date Description Division Number 7014 General Fund Cap. Projects - Misc Studies Account Number C2330357 Hazard Mitigation Buck Gully Division Number 7014 General Fund Cap. Projects - Misc Studies Account Number C2330358 Hazard Mitigation Morning Canyon Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial oval: Finance Director���' Signed: AdmOtstrative Approval: City Manager City anager Signed: C(� "�. 0)�/1-f�( T)' ' City Council Approval: City Clerk Amount Debit Credit $133,996.00 • Automatic $88,067.00 $45,929.00 ate Dat� - /y / <f Date E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Arbor Care 1960 S. Yale Street Santa Ana, CA 92704 Gentlemen: (714) 644 -3005 October 6, 1998 Thank you for your courtesy in submitting a bid for the Urban Wildland Interface Zone Vegetation Thinning and Removal (Contract No. 3224) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach PAGE 3 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL CONTRACT NO, 3224 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the bid in- dollars ($ 107, ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the Urban Wildland Interface Zone Vegetation Thinning and Removal, Contract No, 3224 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 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 31st day of Environmental Care, Inc., dba Arbor Care Name of Contractor (Principal) EMPLOYERS INSURANCE OF WAUSAU, A Mutual Company Name of Surety 801 S. Figueroa Street, Ste. 850 Los Angeles, CA 90017 -2573 Address of Surety 213- 614 -1837 Telephone August 19 98 Authorized Signature ile i A- , . Cr Rio, ly, Authorized Agent S' I`G ure I/ E.S. Albrecht, Jr. Attorney In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 CALIFGRIWA.ALL= PURPOSE ACKMO 1 fdGMENT State of California County of Los Angeles On August 31, 1998 before me, Harriet Lambell, Notary Public, personally appeared E.S. Albrecht, Jr. 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 same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. AS= IOD31-! CA*O"V: Harriet Lambell oZ a a v Z w Z w CG e C H O G V? ti L-' z v n rJ G EMPLM- RASURANCE OF WAUSAU ASJtual Company POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Companv, a corporation duly organized and existinu under the laws of the State of Wisconsin, and having its principal office in the Citv of Wausau. County of Marathon. State of Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint E. S. Albrecht Jr. C. K. Nakamura, Daniel Ortiz, Kathy Calvert, Harriet Lambell Lisa L. Thornton Tracy Aston its true and lawful attornev- inrfact, with full power and authority hereby conferred in its name, place and stead, to execute. seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN TEES OR IN THE NATURE THEREAFTER ----------------------------------------- - -- ado bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attomey-inrfact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973. which resolution is still in effect: "RESOLVED, that the President and any Vice President — elective or appointive — of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is. authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary, or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company:" "FURTHER RESOLVED, that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached:' IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this ISt day of April 11997 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company By J. Stephen Ryan Vice President Attest: /! R. J. Besieman ' Assistant Secretary STATE OF WISCONSIN ) ) as. COUNTY OF MARATHON ) On this 1st day of April , 1927- before me personally came J. Stephen Ryan , to me known, who being by me duly sworn, did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCoripany, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his time thereto by like order. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal the day and year herein l first � above written. , Patricia A. Herdina Notary Public NOTARY PUBLIC F.•- STATE OF WISCONSIN ` MY COMMISSION EXPIRES MAY 24, 1998 STATE OF WISCONSIN ) CERTIFICATE '' °• -^ `' CITY OF WAUSAU ) ss. COUNTY OF MARATHON I I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Companv, a Wisconsin corporation, do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A V ALI DAT- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin, this 31st day of August ,I9 98 learo + +n'q R. J. Besteman -� Assistant Secretan Si L, Aj NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, CP,LL. TOLL FREE 180018261661. (IN WISCONSIN. CALL IBOM 47? 0041, 815 - 4222 -1 09 -96 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 W. B. Starr, Inc. 20602 Canada Road Lake Forest, CA 92630 Gentlemen: (714) 644 -3005 October 6,1998 Thank you for your courtesy in submitting a bid for the Urban Wildland Interface Zone Vegetation Thinning and Removal (Contract No. 3224) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 PAGE 3 CITY OF NEWPORT BEACH FIRE AND MARINE DEPARTMENT URBAN WILDLAND INTERFACE ZONE VEGETATION THINNING AND REMOVAL 100161011111 ►• VVe, 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 AMOU 11cliars ($10Z of Bid, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the Urban Wildland Interface Zone Vegetation Thinning and Removal, Contract No. 3224 in the City of Newport Beach, is accepted by the City Council of the City of Newport $each and the proposed contract is awarded to the Principal, and the Principal fails to dufy 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 lst day of September , 19 98. W. B. STARR, INC. Name of Contractor (Principal) RF .TAN E S tRETY COMPANY Name of Surety 700 No. Brand Blvd., #1250 Glendale, CA 91203 Address of Surety (818) 547 -6723 Telephone Authorized Signature/Title uthonzed Agent Signature Marsha C. Garrison, Attorney -in -Fart Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ALL•PURPA ACKNOWLEDGMENT • State of California County of Orange On September 1, 1998 before me, _Leon E. Blakely, Jr. /Notary Public Oat. Nama a tl rae of agftw (..g..'ja.. 000. Notary PvCW) personally appeared Marsha C. Garrison Narea(s) of 5,gn.gs) 3 personally known to me G proved to me on the basis of satisfactory evidence $IGname o: Votary >a�iic OPTIONAL 7. :ousa the information below s nor required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and rearlachment of thus form to another document. Description of Attached Document Title or Type of Document: Bidder's Bond Document Date: September 1, 1998 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Marsha C. Garrison Individual LI Corporate Officer Title(s): '- Partner Limited General LV Attorney-in -Fact ±± Trustee u Guardian or Conservator _' Other: Signer Is Representing: n ,n a- Top of thumb nere Signer's Name: G G u U Individual Corporate Officer Title(s): Partner — Limited - General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: a• Top of (numb nere to be the person(Z) whose name( is /dM subscribed to the within instrument and acknowledged to me that /she /3fW 2 LEON E. BLAKELY ]R. executed the same in M/herXWauthorized capacity(7es), COMM,N 1748109 m M and that by her/fI516 RSignature(g) on the instrument the Q:.� NOTANYPIKIC- Cf11ma 4,i. ORANGE-M -1. Person or the entity upon behalf of which the erson �) tY P P Py = BON w0 lA 2001 acted, executed the instrument. WITNESS my hand and official seal. $IGname o: Votary >a�iic OPTIONAL 7. :ousa the information below s nor required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and rearlachment of thus form to another document. Description of Attached Document Title or Type of Document: Bidder's Bond Document Date: September 1, 1998 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Marsha C. Garrison Individual LI Corporate Officer Title(s): '- Partner Limited General LV Attorney-in -Fact ±± Trustee u Guardian or Conservator _' Other: Signer Is Representing: n ,n a- Top of thumb nere Signer's Name: G G u U Individual Corporate Officer Title(s): Partner — Limited - General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: a• Top of (numb nere i aft"T • .o r• •- a : -• e Millie RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Marsha C. Garrison, of Anaheim, California their true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorneys) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneylsl -in -Fact and to authorize them to execute on behalf of the Company. IwrMs and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and Ibl to remove any such Attorneylsl -in -Fact at any time and revoke the power and authority given to them. 2. Ahorncy(sl -,n -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneyls)- in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances. contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copes of the By -Laws of the Company or any article or section thereof. This Power of Attorney a signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National indemnity Company by Unanimous Consent dated as of February 28, +994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31, 1994. "Resolved that the signatures of such directors and officers and the seal Of the Company may he affixed to any such Power of Attorney or any certificates relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.• IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 1996. a pal � ' `��.J�e '�•,•�•/ �• STATE OF Washington j COUNTY OF King } ss. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY �l On this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executgdtLe foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. n , - In witness whereof, I hereunto set my hand and official seal PI18UC Ji ,a 7�cl� 9�OFWA P Notary P lic in and for the State of WashingtImp- ANY, Residing Puyallup ACIFIC I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED P INSUR ?.NCE and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true am; crrrect copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1St day of Saptetnbei 19 98 uy roVw ��`w` ovsee Assistant Secretary �— 1 -if'n `�'i1 r r r = t •-a. �r'Y:a:.f..l_.+ArLLL1sr7_ iC7i7 - rZ: