Loading...
HomeMy WebLinkAboutC-4183(B) - Central Library Bookstore Renovationx «. CITY OF NEWPORT BEACH PROJECT COPY CENTRAL LIBRARY BOOKSTORE RENOVATION CENTRAL LIBRARY BOOKSTORE RENOVATION BLASTED WOOD PRODUCTS dba INSIGNIA r � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ................. ............................... ..... ..............................1 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................3 NOTICE TO SUCCESSFUL BIDDER .............................................. ..............................4 CONTRACT...................................................................................... ..............................5 LABOR AND MATERIALS BOND .................................................... .............................11 FAITHFUL PERFORMANCE BOND ................................................ .............................13 PROPOSAL................................................................................ ............................... PR -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the Public Works Department in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS PROPOSAL 2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 4. 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. 5. 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. 6. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703- 4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to the requirement to pay prevailing wage rates (Sections 1770 -7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 7. 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". 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. VD790 L- VS' Contractor's License No. & Classification Bokj Wmod frvj4.,/5 -7�4 4lc la�Q�iq Bidder Authorized Signature /Title 31( Date '&I 101'iva4 1 -J Q VOW(/040 r -U1U CITY OF NEWPORT BEACH PUBLIC WORKS OCPARTMENT (IF APPLICABLE. WRITE 'NIX IF YOU State law requires the gating of all subcor6actors who wig perform work in an amount in excess of one -half of one percent of the Contractors dal bid. If a subcontractor is not fisted, the Contractor represents that he/she is fully qualified to and will be responsible for performing that poftn of the work.' Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Soectttcations for Public Works Construttion as applicable. Pursuant to Public ContraclCode Section 22300 appropriate securities may be substituted for any morales to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the fo3bvmg subcontractors have been used in formulating the bid for the project and that them subcontractors will be used subject to the approval of the Project Manager and in accordance with State law. No changes may be made In these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractors Information Bad nom Description of Work %01 Number Tate1 Bid Name: Address: ((�� Ptane:. 1 Slate Lfoanse Number: Name: Address: Phone: State License Number. Name: Address: Phone: State License Number. N*-4J Wool PraJcch A. � ---- -- Bidder Authorized Signaturarrile CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days) after the date of receipt of the Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the Stale 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. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION THIS AGREEMENT, entered into thizz day of 2009, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Blasted Wood Products, Inc., dba Insignia, a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has solicited for bids for the following described public work: Provide the signage and metal panels portion of the Central Library Bookstore Renovation Project. 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 A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for CENTRAL LIBRARY BOOKSTORE RENOVATION, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. 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. C. COMPENSATION 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 Thirteen Thousand, Three Hundred Dollars and 001100 ($13,300.00) This compensation includes (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter lime 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. 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 CONTRACTOR City of Newport Beach Blasted Wood Products, Inc., dba Public Works Department Insignia 3300 Newport Boulevard 3081 E. Miraloma Avenue Newport Beach, CA 92663 Anaheim, CA 92806 Attention: Mark Reader (714) 237 -1600 (949) 981 -5260 (714) 237 -1601 Fax (949) 644 -3318 Fax INSURANCE Without limiting Contractor's indemnification of City, and rip or to commencement of work Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 3. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the Slate of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 5. 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. 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its elected or appointed officers, agents, 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 elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. 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. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. 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. v. 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. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) All Coverages 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. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 7. 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. B. Right to Stop Work for Non - Compliance City shall have the right to direct 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. G. RESPONSIBILITY FOR DAMAGES OR INJURY 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. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnity, 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 active negligence or willful misconduct of City, its officers or employees. 4. 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. 5. 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 G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. I CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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 and year first written above. ATTEST: CITY OF NEWPORT B A Municipal Corpor B CITY CLERK E Pax pic n G. B slum or APPROVED AS TO FORM: ynet . B c Assistant City Att ney Attachment: Proposal BLASTED WOOD PRODUCTS, INC., DBA INSIGNIA By: Ez (Corporate Officer) Title: !/Y6k6af Print Name: ( 1 Title: Print Name: Z79* Y"rrd< Please note: Corporations must complete and sign both places above even if each office is held by the same individual ounu nu. 40UU11 Premium: Uncluded In Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION BOND NO. 269071 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Blasted Wood Products, Inc., dba Insignia hereinafter designated as the "Principal," a contract for construction of CENTRAL LIBRARY BOOKSTORE RENOVATION in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works 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 CENTRAL LIBRARY BOOKSTORE RENOVATION 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, US Specialty Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of Thirteen Thousand, Three Hundred Dollars and 00 /100 ($13,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall insure to the benefit of any and all persons, companies, and corporations entitle 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 apon this Bond, as required by and in accordance with the pro- visions of Sections 3247 et. seq. of the Civil Code of the State of Calironia. And Surety, for value received, hereby stipuates and agrees that no change extension of time, alterations or addtitions 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 4 TH day of March , Y009. 1ATVt$ i Name of Contractor (Principal) Authorized SlgnatureMtie US Specialty Insurance Company Z &4V it Name of Surety I Authorized Agent Signature 9841 Airport Blvd., Ninth Floor LA, CA 90045 Address of Surety Telephone Keith E. Sandrock Sr., Attorney- In- Fa/ft"." Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MusT BE ATTACHED 1 A R1YEY� K AMEBIC sr1 EttlwBlzAarolsB INO$avisyLcY pt Q Y C4li ANY ..111;4 1 t frug�tR 3 7 4 iGNOW AI LL MEN- BY T FiE §E PRBSENf _ eatl nti #b' 1t1t1emnity Company; a r e Yifullilo bolpo, . Surety. Company, a Maryland eorporatiq> and U S 'Spegalt} 1tTSivanee Company, a Text ds?�ir tto i (53 yelyg,t "Compapiesdolty thf e, cotb� and appoint , s .b�autYrma,difiYtlBitfitliaeE +Sr oritnlieY$ieed>r�perpgnlu its true earl lawful Anomey(s }in -fact each�n their scarate capacity.tf more than one is Darned alloy aitb fuiioAVet std �ttfltiY :hereby cont'eYtedin its iiarrie plae� end �^^� � r air�lett�iid;deliver any and >iEX lytrtids, `�n�E81i¢ it � other 4usfett»lientts or contrnctg of snr — (t��ndtlrteiadments, and eou� nksz r+i;' _ penalty daas not exceed � -� JIB _ �� »�* �fril -($ °'t= 't This Power of Attorney shall expire vintito; ; action on Mnieh 1$; 2011. This Power of Aft®tney is under, - authonty o£tfofhtwit��olu[t� adop3ed'fi�i;dte Boards ofDirectosof the Cotu�ie� _ - Be rr Reso;t Ptfse]e� any dea4 , v�.,Assis4wnt vice- rrestdenta.atOr Secretary ufa# aars_5u$ is hem v$'w}Zij; power and ate_ S€y tnspomt.any anF ta6tz stStsTbkis es Aetotney(s) m•Fa3e to mprcaent ca""y ettly,'t pe p tt�1Td provisions: Attorney -in -Fact maybe given full power and aWhoryty.t*_and in the name of and on behalf of the Company, to excente ect3lbvyt' . ` ,gart dw7iti�,a i+ ands ligi __ :iecognizancoa, can &seta, ngraemonts or bidemmty and q =- t ardtroryortatdngsand any and all uoticesaad etklc-ax6ace7 - '- COrany's liabtlitY thamimdar, and any each rashbmep•cct tj a»y;nft y- imFact s3ialtbe binding npWvthp!birgy ak tfsig�F 3 ,aad sealed and eff¢ated by the Corporate Seerataty. = _ _ - Be it Resolved that the signature of arty authanaed ati or hereafter affixed to any pe0et oY.eUhotpgyzwony"ita i reta thereto by thcsiw7q and any power of attorney or ceipfjiaa(e bgaiwg facsimile signature or facsimile seal shall be valid and bt sonrlm Miry w tab bi any bond w?o w1$nui altaid. _ IN WIT'NES &WBEREOF ihe-C awes 6gMe.caused this instrument to be sigl d and tW v 1belibrefo o{tTxed 15th day ofJgiq, 2M8. _ . AMERICAN CONTRAMORS INDEMNITY Cl21i: p� II' A'f'( DRETY COMPANY U.S. S"CIALTY lNs AAA- - �. Corporate Seals 3i lw_,� 06 State of California z County of Los Angeles SS: _ On this 15°' day of July, 2008, before me, Die Reese, a notary public, personally appeared Daniel i.. Aguilar, V J §estdent , American Contractors indemnity Company, tinted States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of.safisfadruyr evidemw to be the person whose name is subscribed to dte.within instnnnead d acknowledged to rite that he executed the stele m. his autherigad capacity, and that by his signature on the ins trnm .. t pets t( ;the entity uppn behalf" 6f which the person($). acted. executed the Wsbutrumt. I certify under PENALTY OF PERJURY underythe laws of the State of California that the foregoing paragraph is true and�4tre � WITNESS my hand and official seal, _ "- z Signature�04?✓� /1d�s - (Seal)rtn a>fr/xan aar r I, Jeannie J. Kim,; Assistant Seoiedary of American Contractors Indemnity Company, lAftil S *sty Coto any and U.S. Specialty littatttse Cbinpany do reby certify that the above and foregoing is a trite iatiLeot ct j1 _of a Power of Attomdy, ' executed by said Companies which is still in full force and effect; furthermore, the resohitions`oftheTloartis of Directors, set outin the Power of Attorney are in full force and effect.: In Witness Whereof, I have hereunto set my h id and affiat d the seal$ d said Companies at Los Angeles, California this J of MARCH 2009 Corporate Seals it _ P Bond No. - 26907 1 ra MIM Jeannie J. Kim, Assistant Secretary Agency No. 7 ?04 , ACKNOWLEDGMENT 22.... 1044. ..... ............. asseavow. .... 22.ru22422......... a State of California County of ORANGE )33. On _ MARCH 4, 2009 before me, _ Public, personally appeared KEITH E. SANDE ANA ROLDAN , Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same In his/her /their authorized capacity(ies), and that by his /her /their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct, WITNESS my hand and official seal, 91 ,h +lit . 221uu041. 22u22.. .ru1221s0422u........220441.rr.rr... WEE.rruur.......... Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL IWORMATION March 4, 2009 Thumbprint of Signer Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee X Power of Attorney _ CEO / CFO / COO _ President / Vice - President / Secretary / Treasurer Other: Check here Y no thumbprint or fingerprint is availade. Other Information: Signer Is Representing: US Specialty Insurance Company ACKNOWLEDGMENT ■ ss. s. r ...........ruuuuas•■rus.rur.suu uussssrrs.ssruauuassuu..0 State of California County of 2i ss. On C4 Notary before apred Jo✓PH a proved to me on the basis of satisfactory evidence to be the person(s) whose name(sHs/am subscribed to the within instrument and acknowledged to me that helshe"y executed the Sarno in his/her /their authorized capacity(ieo, and that by his/be AI*r slgnatures(sj on the Instrument the person(*, or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 14U'i1; usu uuss.uu..... rraarau..... u..... aasa. s ••.... ..... .r..rau.r... ....... , OPTIONAL INFORMATION Date of Document Type or Title of Document Plumber of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney _ CEO /CFO /COO _ President I Vice- President I Secretary / Treasurer Other: Other Information: Thumbprint of Signer ❑ check hem it nofhumbpmd or fingerprint is wallable. x Issued in Quadruplicate * * ** Bond No: 26901 Premium: $399.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL LIBRARY BOOKSTORE RENOVATION BOND NO. 269071 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ Three Hundred Ninety -Nine and 00/100 *** being at the rate of $ ** ** Three Dollars Per * ** per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Blasted Wood Products, Inc., dba Insignia, hereinafter designated as the "Principal ", a contract for construction of CENTRAL LIBRARY BOOKSTORE RENOVATION in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works 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 CENTRAL LIBRARY BOOKSTORE RENOVATION and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW California as Beach, in th e THEREFORE, we, the Principal, and US Specialty Insurance Company duly authorized to transact business under the laws of the Stale of Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport sum of Thirteen Thousand, Three Hundred Dollars and 001100 ($13,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified In this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable atiomeys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such charge, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City_ In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Princlpal 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 4TH day of _March 2009. BLAm!X . 00W PRm .cs, lNC. di. 1rb1&q,.4 J K -.. Y9a0,D4Z'-` Name of Contractor (Principal) Authorized Signaturerritle US Specialty Insurance Company Z Q& -l'• Name of Surety Authorized Agent Signature 9641 Airport Blvd., Ninth Floor LA, CA 90045 Address of Surety 800 -486 -6695 Telephone Keith E. Sandrock Sr., Attorney -In -Fact Prim Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST HE ATTACHED 4 (# + A nU. NEY lE/CAN ChONTRAC+iitk,9,�iD".rrY Cob" 7'Y C' A3Pelr t . KNOW ALL MEN BY�'I"F i PRESINTS 79ta "t- �+merle� $n tQ�Tetdem iityO'ia" a%alifc}}>ii On3 r _ cons'ta�yftile trd nt' �4-�td- pt lilt oman a atld CSure C i�ty pM t W *le aBas tk� 3W' t r �'' a ✓ r, r ItIettdt�xs�SSafslie Caic i eta true and lawful Attomey(s }irt- Et each m them segarat sV.40ityafmore than our is abpvs, w}th fail antbgPrt�! sreby conferred is its uaade Eta and s[eadx incM, led td deliver a6y aE( p`oritls, i$ i ether instruments or eQiigai'I8 of sureY sl t ije d€r6' Amendments, tut ° o+lsattls D>' S1 t E s _ 7tt fl penalty does not exceed k%stdt?id' * »" Iidlka This Power of Attorney shall expire without further action on Mareh 18, 2011. This Power of- btu is tt rand by s authority of -the f wi o[u adopted by the Boards of Directors of the Co} ues ' Be it Resaltiad, tit r-Pttder.mYresideny any ABSistant tlicerlk8idenl, my Secretary8sy a rrtl-IShtlr4�i' Y,�CtlCi vli$iull o power and aningrsy t @Sj1tlaa rte¢ suitable persons as Att4rrla7,s }SnFact to reprasemrdut= -ice bxeof- pgnysa6Y tg kjid''aflawing Provisions: e - _ — -_.. Attorney-in -Fact may by giwnfull prrw¢r:and authority foxand m the name ale rd onLehatf of the Compapy -toLexecnte, arinlbwled$e and4iffiv, -, 8$y>aml aU bonds.- _ cognizapcea, contmc�, agmemlepq,oY ;°i&llimtq and o _ — °#� -4 itmrgmRSermkings and any pmt p ':agiS¢pa burl ¢apigHe¢pts €bmpany'a liability dt¢retprdgr a4od anykrtcl4 msnumei -sow lr_ any�gh AMA. y -Pact shall d¢'tftlttlin$. upon 43c GaRblrAny a?1f" .. sealed ad effected by the Corpbta¢D� . co llaty _. Re ft Resolved, that du signature of aaj!.;aiiihorizad officer ->ind saA of Metrompany6ere : ore at hereatte. of m—B to any pa,vo'rof,ahaney. or$q a adcaie T raw - . thereto by facsimile, and airy power of attartiey or certificate bearing facaitnile signature or facsimile seal shall be valid and binding Van this watt r¢,4peta to any bond or mrdalakogW ate_ i 4W IN WITNESS WI MF Tire ariies have caused this ia5truinent to be signed I t to be fie(eIo AfHired this 15th day of fnly, 2008. - AMERrcAN CONTRACTOR9IIVDEMNPCY COAisiLtY'A7k5;_SURETY COMPANY' iJ:S. SP &OI(iI.R4' INSIIRAk,lAff' _ Corporate Seals gAOgej t SEAL BY DanNeI:P e,itcetvrit u _ State of California ` County of Los Angeles SS: On this 15i° day of July, 2008; befo to re me, Debr Neese, -a rsetary public, personally appeared Daniel.-P. Agmlar, C Pres�stet t American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory avtde» to be the person whose name is subscribed to. th"ift itz ent acknowledgesl to me that he executed the sate iii hisauth d capacity, and that by his signature on the iastrin t er�(sj the entity upsa behatfof' . which the persatr(sj ac exe*ed]he instruinettt. - I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is trat zndicorrect. - WITNESS my hand and official seal Signature h/--0 .X 'erg (Seal) 1 to r.nt, L - Z L Jeannie J. Kim Assisttuit S�retary of American Contractors Indemnity f span U Ito rety Company and US.. Specialty Insurance Campair} o. ereby certify that the shove and foregoing is a an j.orwtik Wof a Power of Attorney,; ' executed by said Companies, which is still in full force and effect; furthermore, the'iesoiittions of the Boards of Directors, set out in the Power of Attorney are in full-force and effect:, .. _,. In Wittim Whereof, I have hereunto set my:handaind irffi ed $ seals of said Companies at Los Angeles, Calilernix of MARCH , 2009. Corporate Seals Bond No. 269071 .. ` Agency No. 1904 Jeannie J. Kim, Assistant Secretary ACKNOWLEDGMENT ................. ............................... ....................date..,.... State of California County of ORANGE } ss. On MARCH 4, 2009 before me, ANA ROLDAN Notary Public, personally appeared KEITH E. SANDROCK SR. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that ha/sheRhey executed the same in his/her /their authorized capaoity(ies), and that by hWher/their signatures(s) on the instrument the person(*), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. e ■ ■eeeeeeeeaeeeeueteeeedeee fee■■•■ ee■ eeuetuead •aeeeee ■eee•ueee•d ■•ete ■ ■ ■•et Date of Document Type or Title of Document Number of Pages in Document Document In a Foreign Language OPTIONAL INFORMATION 3/4/2009 Thumbprint of Signer Type of Satisfactory Evidence_ _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee _x PowerofAttorney _ CEO/CFO/COO _ President / Vice- President / Secretary / Treasurer Other: nensm no thwnbprint or }IngsMord is avaiwie. Other Information: Signer Is Representing: US Specialty Insurance Company ACKNOWLEDGMENT ■■■■■■■■■■ .................■•...........■ ■ ■ ■ ■ ■• ■.. ■ ■..o.. ■U■■■■■■■■..... awns State of CallfornjA County of ) ss. 1'0T Public, personally appeared C. 5w-,ke a , Notary proved to me on the basis of satisfactory evidence to be the personM whose name(s) Were subscribed to the within instrument and acknowledged to me that heieke" executed the same in hia/her/tWi, authorized capacity(iee), and that by his/herkheir signatures) on the instrument the person(e), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OP77ONAL INFORMArrON Data of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Salisfac5ay Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee Power of Attorney CEO/CFO/COO President / Vice- President / Secretary / Treasurer Other: Other Thumbprint of Signer ❑ Check hera if no thumbprint ar frgerprint is available. Best's Rating Center - Company Information for U.S. Specialty Insurance Comp... Page 1 of 2 Rating Methodology industry Research Ratings Definitions k Search Best's Ratings Press Releases i Related Proilurt-, tndustry & Regional , Country Risk Structured Finance Hovn to Ges Rated Contact an Analyst New Ratings: Financial Strength Issuer Credit Securltles A&gedcad search U.S. Specialty Insurance Company I.,n.,m., m nr -cu—o— O,ap) PM aea,%.1.1 eAC.'t95ie rrma. 5t15aCe15 Address: 13403 Northwest Freeway Houston, TX 77040 -0094 Best's Ratings Phone: 713.744 -3700 Fax 713- 744J727 Web: www h. pin one, wee Generic 1 -' ,.d, s arna,cd to ra,rwne. ein re.. a,gnnl adl]algn9b pa.yruia mx�Uax L r. Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Rating. A+ (Superior) Long- Term.aa- Affilim,on Code 9 (Group) Outlook. Stable Financial Size Category XIV 1$1 5 Billion to $2 Billion) Action: Affirmed Outlook. Stable Dale July 30, 2008 Action Affirmed Effective Date' July 30, 20DO Denotes Under Review Ratings. See rating definitions. Reports and News Visit our NewsRome for the latest news and press releases for Ihs company and 45 A M Best Gol Y AIMS Credit Report - Insurance Professional (Unabridged) (forrrlerly known as Bests Company Report) includes Best's Fin. �u+ rationale along with cdmpomanave analytical commentary. detailed pictures, overview and key financial data c 1 Report Revision Dale: 07/3012008 (represents the latest significant change) Historical ReParls are available, in AMB Credit Report - Msursam Praleseem of (Umbadgedl Antuve. Best's Executive Summary Reports (financial overview) - avallable in three versions. lhase presentation style reports feature bulance s R key financial performance tests inducing profitability, liquidity and reserve analysis. Data Status: 2009 Best's Statement Pile . PIC. Us Contains data comryled as of 311212009 (As Received). Single Campany five years of financial data specifically on this company k Comparison - sce -by -side financial analysis of this company wdh a past group of up to live Omer companies you select. k Composite - evaluate this company's financials against a peer group composite Repro displays both the average and total composite group AMB Credit Report - Business Professional provides three years of key Lrunc,al data presented wdh colorful chaos and tables. Each rc latest Best's Ratings, Rating Rationale and an excerpt from our Business Revlaw commentary Data status: Contains data compiled as of V1212009 (As Received). 0 . Best's Key Rating Guide Presentation Report M includes Best's Financial Strength Rating and anaal data as Provided in Best's Key Ra Data status: 2007 Financial Dale (Quality Cross Checked). . Financial and Analytical Products Best's Properly /Casuahy Center Premium Data I. Reports Best's Key Rainy Guide P1C, US 8 Canada Best's Statement Poe -PIC, US Best's Slalemanl File Globe' Best's Insurance Reports - PIC, US 8 Canada Best's Slate Line PIC, US Best's Insurance Expense Exhibit (IEE) PIC. US Bests Schedule F (Reinsurance) -P /C, US Best's Schedule D (fdunicipa) Bonds) US Bests Schedule D (Common Stocks) - US Best's Corporate Changes and Retirements - PIC, US /CN Best's Schedule P (Loss Reserves) - PIC, US Best's Schedule D Hybnd - P/C 8 UH, US Bests Schedule D ( Corporate Bonds) - US Customer Service I Product Suppon I Member Center I Conrad Into I Careers About A M Best I Site Map I Privacy Policy I Security I Terms of Use I Legal 8 Licensing http: / /www3.ambest.com /ratings /FullProfile. asp ?BI= O &AMBN um= 747 &AItSrc =1... 03/13/2009 r r [ 7-Al 71 _ _ e Contractor's License Detail - License * 872790 .DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware Of the following limitations. CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. ..b Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. r> Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 872790 Extract Date: 02/0612009 BLASTED WOOD PRODUCTS INC dba INSIGNIA Business Information: 3081 E MIRALOMA AVE ANAHEIM, CA 92806 Business Phone Number: (714) 237 -1600 Entity: Corporation Issue Date: 02 /15/2006 Expire Date: ....._...__.__. 0212 812 01 0 _— __________ ._.. .... _ ..... ... _. ..... _......____...- License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications: C45 ELECTRICAL SIGNS CONTRACTORS BOND This license filed Contractors Bond number 282410 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01101/2007 Bonding: Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) JOSEPH L WESTBROOK certified that helshe owns 10 percent or more of the voting stock /equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/15/2006 This license hasworkers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1896524 Workers'Compensation: Effective Date; 06/0112008 Expire Date; 06101/2009 Workers' COmneDnaden_History on i ions of Use I Privacy Policy Copyright 9 2009 State of California California Business Search DISCLAIMER: The information displayed here is current as of MAR 06, 2009 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation BLASTED WOOD PRODUCTS, INC. Number: C2121732 Date Filed: 9/29/1998 Status: active Jurisdiction: California Address 3081 E MIRALOMA AVE ANAHEIM, CA 92806 Agent for Service of Process BRALEY KIRK 4590 MACARTHUR BLVD #660 NEWPORT BEACH, CA 92660 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is 'Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http: / /kepler. ss. ca. gov/ corpdata/ ShowAilList ?QueryCorpNumber= C2121732 &pri... 03/13/2009 Encompass Detail Acct. Type: Business Tax License #: BT30021305 Bus. ID: 0051308 Name: INSIGNIA Owner WESTBROOK, JOSEPH Name: Owner C Type: Exp. Date: 1 113 0/2 00 9 S Addy: 3081 E MIRALOMA S Addy 2: Addr3: ANAHEIM CA Zip: 92806 B Addr1: 3081 E MIRALOMA B Addr2: B Addr3: ANAHEIM. CA B Zip: 92806 Phone: 714 237 -1600 FEIN: 3929 SEIN: 2121732 Established: 11 /2712007 SIC: 3993 -MFG OF SIGNS & ADVERTISING SPE Owner #: 31230 # of Emps: 0 usr1l: 198363 usr2: usr3: ELECTRICAL SIGNS & M usr4: usr5: usr6:1164804564 usr7: C �,,. ..., Internet "Iwv CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT BEACH CENTRAL LIBRARY REMODEL SIGNAGE To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to fumish all materials except that material supplied by the City and shall perform all work required to complete Contract . 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum 2. Lump Sum Lump Sum Mobilization @ ZeR° Dollars and $ z�D Cents < $ Per Lump Sum t r Fabricate and Install Sign Over Bookstore Entrance, as Per Sheet A.4 @5" fth'x° Eia "` Dollars NO Cents Per Lump Sum Fabricate and Install E� t nded Sign Near Book Reserve Area Per Lump Sum Dollars fvop�; and Cents PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ONE wetnce. .4- 4. Lump Sum Provide and Install jw6Sheet Metal Panels to Match Existing, as per Sheet A4 Ca&,,- Ti4.,,w foe i-0^a Dollars and r Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS $ 6 g'oo.00 Tn,�T Trojj,,o —1 ,f,< Yv,,oKL Dollars and NV Cents 21 4f ,3% Date (-) 14 237 -Ibw (-ii4) L1-7— oho! Bidder's Telephone and Fax Numbers 5 -72770 (G-4-5) Bidder's License No(s) and Classification(s) 11,300-00 Total Price (Figures) 1;t--as-m,o GJ000 faro. «3, Bidder Bidder's Authorized Signature and Title "( t. M„ +t -o.wa ME 7QN+tmtF„� QA `128U.1'a Bidder's Address Fax #: CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 4/2012009 Dept. /Contact Received From: Shari Rooks Date Completed: 4120/2009 Sent to: Shari Rooks By: Jennifer King Company /Person required to have certificate: Blasted Wood Products, Inc. dba: Insignia GENERAL LIABILITY A. INSURANCE COMPANY: Unigard Insurance Company B. AM BEST RATING (A: VII or greater): A: XI C. ADMITTED Company (Must be California Admitted): Is Company admitted In California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1MM/$2MM1$2MM E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include 'solely by negligence" wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there Is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Unigard Insurance Company B. AM BEST RATING (A: VII or greater) A: XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted In California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? $1,000,000 E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A: VII or greater): Not Rated C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF N0, WHICH ITEMS NEED TO BE COMPLETED? ❑ Yes ❑ No GL — the Primary & Non - Contributory endorsement only applies to "On -Going Operations ", can they supply a revised endorsement that applies to "Your Work"? If aat, this will be a business decision Risk Management will have to make if they will accept the provided form. Lw,k , Rooks, Shari From: Jennifer King [JKing @bbsocal.coml Sent: Friday, April 24, 2009 9:13 AM To: Erik Beck Cc: robert @landworksds.com; Rooks, Shari Subject: RE: Explanation of Primary Wording Endt This is acceptable. Thanks Jennifer M. King Brown & Brown of California, Inc. 500 N. State College Blvd., Suite 400 Orange, CA 92868 Ph: (714) 221 -1873 Fax: (714) 221 -4173 Email: _jking@bbsocal.com License #0786768 www.bbinsurance.com NOTICE: Please be aware that you cannot bind, alter or cancel coverage without speaking to an authorized representative of Brown & Brown of California, Inc. Coverage cannot be bound without confirmation from an authorized representative of Brown & Brown. CONFIDENTIALITY NOTICE: The information contained in this communication, including attachments, is privileged and confidential. It is intended only for the exclusive use of the addressee. If the reader is not the intended recipient, or the employee, or the agent responsible for delivering it to the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please notify us by return email or telephone immediately. Thank you. Brown & Brown is the 9th largest Insurance Broker worldwide, consistently leading the pack! Specializing in: General Liability* Worker's Comp * Property Employee Health Benefits * E &O * Home* Life* Auto - - - -- Original Message---- - From: Erik Beck [mailto:erik@landworksds.com] 1 AN EMAIL REQUEST UNTIL CONFIRMED BY AN AUTHORIZED AGENT FROM OUR FIRM. Don't forget that at Fullerton Insurance Service, Inc. we are experts in all lines of insurance and have access to a large number of markets, we can save you valuable time in researching and developing a comprehensive plan for all of your insurance needs including Group Health, Life and Employment Practices Liability. - - - -- Original Message---- - From: Poole Laurie [ mailto:Laurie.Poole@us.gbe.com] Sent: Thursday, April 23, 2009 12:09 PM To: Carolyn Kamp Subject: BLASTED WOOD PRODUCTS, INC DBA: INSIGNIA < CM011584 > Carolyn, Confirming our conversation, maybe the best way to describe the forms that were used to add The City of Newport Beach as an additional insured as "layered ". The CG2010 initially adds the additional insured for "ongoing operations ". The Primary and Noncontributory form adds the primary /noncontributory wording to the CG2010. However, the CG2037 changes the "ongoing operations" wording to the "your work" wording. The "your work" wording would apply to both the CG2010 and the Primary and Noncontributory forms. I hope this clears up any questions /concerns regarding this matter. Laurie Poole CIL Assistant Underwriter Southwest Region Unigard Insurance Group Phone: 800.777.0765 x803001 Fax: 800.777.4880 E -mail: Iaurie.poole@us.gbe.com Visit us on the Web at www.unigard.com This electronic message from QSE the Americas and any attachment to it 3