Loading...
HomeMy WebLinkAboutC-4551 - Contract for Edgewater Avenue Coping Improvements ProjectCONTRACT WITH ASSOCIATED PACIFIC CONSTRUCTORS, INC., FOR THE EDGEWATER AVENUE COPING IMPROVEMENTS PROJECT r THIS CONTRACT is made and entered into as of this day of k 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City"), and Associated Pacific Constructors, Inc., a California corporation, ( "Contractor ") whose Cj principal place of business is 495 Embarcadero, Morro Bay, California, 93442, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to repair the Edgewater Avenue coping. C. City desires to engage Contractor to repair existing cracks and spall by performing epoxy crack injection; raising the existing coping on elevations; constructing a wall on top of the east side coping to match the west side and sacking the faces of the east and west coping for cosmetic appearance upon completion of repairs ( "Project'). Contractor has agreed to perform the Project over a fifteen (15) working -day period, commencing upon issuance of the Notice to Proceed. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. As such, Contractor shall perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. 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 necessary for the Project. 2. 3. 4. 5. TIME OF PERFORMANCE Time'is of the essence in the performance of services under this Agreement and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet the deadline of June 8, 2010, may result in termination of this Agreement by City and assessment of damages as outlined in Section 2.1. The term of this Agreement shall extend to June 30, 2010, unless terminated earlier as provided for herein. 2.1 Execution of this Agreement shall constitute agreement by the City and Contractor that One Hundred Dollars ($100.00) per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment the sum of Twenty -Six Thousand, One Hundred Thirteen and 001100 Dollars ($26,113.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. City shall pay Contractor no later than thirty (30) days after approval of the final invoice by City staff. /_b]id121bA11ZT- thP.l This Agreement will be administered by the Public Works Department. Frank Tran shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. TYPE AND INSTALLATION OF MATERIALSISTANDARD OF CARE 5.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the Project Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 6.2 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. 6.3 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 damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and /or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement 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. 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 8. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. K3 9. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of wok 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. A. Certificates of Insurance. Contractor shall provide 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 or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. 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. D. Coverage Requirements. 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. 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 State of California 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. ii. 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. iii. 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- 23 owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 10. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit B which is incorporated herein by this reference; and a Faithful Performance Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement in the form attached hereto as Exhibits C which is incorporated herein by this reference. 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 5 Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the Sate of California. 11. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. 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 Agreement. 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. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 12. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 13. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 14. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 15. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Frank Tran Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3040 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Mike Marchitto 495 Embarcadero Morro Bay, CA 93442 Phone: 310 - 549 -1961 Fax: 310 - 549 -1781 Fax 16. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. 17 18. 19. 20. 21 22. 23. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. INTEGRATED AGREEMENT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions herein. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement 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 taken into consideration these factors in submitting its Project Proposal and Scope of Work. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 24. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: ynet Beau "ha p, Assistant City A or ey for the City of Ne port Beach ATTEST: QhnA, YD�NV�� Leilani I. Brown City Clerk C'N' ►fit CITY OF NEWPORT EACH, A Municipal Corpo p n adum, ae'ctor'V Public Works the City of Newport Beach ASSOCIATED PACIFIC CONSTRUCTORS, INC. By: (Corporate ffic /r) Title:%S�Ntr Print Name: 4d/ G, (�'lIle-A/ By: (Finan'cal fficer) Title: (Y /C,,O�-- Print Name: l q L G,<�!.✓ Please note: Corporations must complete and sign both places above even if each office is held by the same individual Attachments: Exhibit A - Scope of Services Exhibit B - Labor and Materials Payment Bond Exhibit C - Faithful Performance Bond I CITY OF NEWPORT BEACH BOND NO. 58673709 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Associated Pacific Constructors, Inc., hereinafter designated as the "Principal," a contract for the Edgewater Avenue Coping Improvements Project, located at 495 Embarcadero in the City of Morro Bay, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, WESTERN SURETY 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 Twenty -Six Thousand, One Hundred Thirteen and 001100 Dollars ($26,113.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. 10 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 7th day of MAY , 2010. Associated Pacific Constructors, Inc. (Principal) WESTERN SURETY COMPANY Name of Surety 6300 CANOGA AVE., STE. 115OW WOODLjJ= WjT.t.c rA 91167 Address of Surety 818 713 -2031 Telephone AuthAriz S' na v�� /Title Authorized Age t Signature SHIRLEY LITTELL- ATTORNEY IN FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF BOTH CONTRACTOR AND SURETY MUST BE ATTACHED 11 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Ventura On May 7. 2010 before me, ,tudith a {;_pn;tes- toatary Public fate Here Insert Name and m.. he wer personally appeared S h i r l Py I i t t a 11 Names) 01 Signega) JUDITH & BENITES Commlaalon a 1671051 Notary Public - Calffornia Z VYmun Coany Comm. = Nor 20.2013+ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatu e: Plana Notary Seal a.&or Stamp Above Signa re of blip OPTIONAL Though the information below is not required by law, it may prove uable to persons relying on document and could prevent fraudulent removal and reattachment of this form to another document. Description of Att"hed DeoumoM Title or Type of Document: Labor and Materials Payment Bnnd Document Date: May 7. 2010 Number of Pages: 2 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual Cl Partner — ❑ Limited ❑ General Top of thumb here U Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Compa y M08 National NoMN ❑ Corporate Officer — Title(s): • Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: 913132402 • rww.NationalNOlarv.ara u Itemp5907 ReomerU11T01-Free14WM78fi827 ACKNOWLEDGMENT ......................................... ............................... a.... a. State of California County of !,%—j 1b/5 136!$6_1 S& On /??.a. s /3. ?cY0 before me, i _ A�l/t✓ /C Notary Public, persoKally appeared /*.&,I %- - _ - - - - - -- who proved to me on the basis of satisfactory evidence to be the person(*} whose name(q) is /ara- subscribed to the within instrument and acknowledged to me that he /s4elthey executed the same in his /hey /their authorized capacity(", and that by his /k -Kt"r signatures(*) on the instrument the person(*, 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. Signature ................. ............................... .....................one....... OPTIONAL INFORMATION Date of Document Type or Tide of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification _ Paper Identification Credible Witness(es) ZOO 0_ Awl Capacity of Signer. _ Trustee Power of Attorney CE !COO eside de ice-President / Secretary lTreasurer er. Other Thumbprint of Signer E] Check here if no thumbprint or fingerprint is available. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2010. w�Tre WESTERN SURETY COMPANY �OVpaR9l. Paul . Bmflat, Senior Vice President State of South Dakota County of Minnehaha I ss On this 23rd day of March, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seat affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ` \hh•h1YtiM1ti \ ♦V�iVrNV4YrY; D. KRELL November 30, 2012 i�NOTARY PUBLIC 022 BOUTN DAKOTA L i ♦4r4�4Yrti�4rrtiY ♦vtilw�y��� D. Krell, NoUry Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of May . 2010 *00. WESTERN SURETY COMPANY N 4p�paA9" v CYY L. Nelson, Assistant Secretary Fomr F4290 -09 -06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CITY OF NEWPORT BEACH BOND NO. 58673709 FAITHFUL PERFORMANCE BOND The premium charbges on this Bond is $ being at the rate of $ 14 376.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Associated Pacific Constructors, Inc., hereinafter designated as the "Principal," a contract for the Edgewater Avenue Coping Improvements Project, located at 495 Embarcadero in the City of Morro Bay, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and NESERN SURETY COMPANY ' duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Twenty -Six Thousand, One Hundred Thirteen and 001100 Dollars ($26,113.00) 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 attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. 12 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 7TH day of MAY �, 2010. /PZ't-A 4u, Associated Pacific Constructors, Inc. Authorized Si n ur itle ns1 e-tL (Principal) WESTERN SURETY COMPANY Name of Surety Authorized Agent ignature 6300 CANOGA AVE., STE. 1150W o"Monragn Hy r -c Address of Surety 818 713 -2031 Telephone SHIRLEY LITTELL - ATTORNEY IN FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF BOTH CONTRACTOR AND SURETY MUST BE ATTACHED 13 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Ventura On May 7, 2010 before me, Judith A. Benites, Notary Public Dale Hare Insert Name and Tllle of the Officer personally appeared Shirley L i t to l l JUDITH A. BERITES Commission # 1871651 = Notary pumit - California i Ventura Conrrty Comm. E Tres Now 212013 + who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hedtheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Cal'domia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ` Place Notary Seal and/or Stamp Above Slgn um d I of ry u I- OPTfONAL Though the information below is not required by law, it may prove v le to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Deseriptien of Att&~ Doouffmm Title or type of Document: Faithful Performance Bond Document Date: May 7, 2010 Number of Pages: 2 Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Slgner(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General 0 xAttomey in Fact • Trustee • Guardian or Conservator ❑ Omer: Signer Is Representing: Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — ❑ Limited ❑ General Top at thumb here • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer is Representing: u 02003 National Notary A990claton -9350 De Soto Ave., P.O. Sax 2402 - Chatsworth, CA 913132402 -.w+ H.NownaiNOtary.org Item #W7 Reatler. Cell To1Wm 1- 8008768827 ACKNOWLEDGMENT ................................................ ............................... State of Cayl Drnia - County of AJ ,L✓is 80A40- 1 ss On 101&.d �3, ZD /o fore me, /f�dl� /.+ �✓ /�', Notary Public, perso ally appeared proved to me on the basis of satisfactory evidence to be the person(&) whose name(rv) is /a"& subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /heritheir authorized capacity(ie&), and that by his/her /their signature$(* on the instrument the person(e), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. „ Signature .................. ............................... I . . . . . . . . . . . . . . . . . . . . a 0....... Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer. Trustee _ Power of Attorney _CE ICOO _ P side 7l ice- President I Secretary I Treasurer Oth Other Information: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2010. wat�� WESTERN SURETY COMPANY Paul 1.Bruflat, Senior Vice President State of South Dakota 1 Jj ss County of Minnehaha On this 23rd day of March, 2010, before me personally came Paul T. Brufiat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires a +. ++++ ++cow++ +wwwr.rr+.rr a D. KRELL '+ November 30, 2012 iy-�- NO PUBLIC a XSOUTH DAOTA t + arrrwrwrrrwrrrrrrrrrrrww a D. Krell, No ry Public CERTIFICATE 1, L. Nelsen, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of May 2 0 10 e`" WESTERN SURETY COMPANY ( y ISIyC�[L(y� 4ry�.dR v r L. Nelson, Assistant Secretary Form F4280 -09-06 Authorizing Bylaw ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Cliant#: 216769 PACQNSTR2 AWED- CERTIFICATE OF LIABILITY INSURANCE 5! 312010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Darren D. Caesar (805) 682 -2571 HUB Int'I Insurance Serv. Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 40 East Alamar Avenue POLICY NUMBER POLICYEFFECTNE Santa Barbara, CA 93105 INSURERS AFFORDING COVERAGE NAIC 8 INSURED INSURER A: Northern Assurance CO Of AmeNC 38369 Associated Pacific Constructors, Inc. INSURER B: National Union Fire Ins Co Pitt 19445 Pacific Constructors, Inc. INSURER D: Netherlands Insurance Company 24171 495 Embarcadero Morro Bay, CA 93442 NSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR CATS THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 'L DAYS WRITTEN TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTNE POLICYEXPIRA I LIMITS IMPOSE NO OBLM.ATION OR LUUMLRY OF ANY KIND UPON THE INSURER. ITS AGENTS OR A GENERAL LIABILITY NSJH70596 10/18/2009 10/1812010 EACH OCCURRENCE $1000000 X COMMERCIALGENERALLIABIUTY DAMAG TO RENTED PRE $100000 CLAIMS MADE FRI OCCUR - $54000•" MED UP An ono pereon) PERSONALS ACV INJURY 4,609'060 X BI1PDDed:5.000 P8:1w /Crewlncl X See Remarks Section GENERALAGGREGATE $2,000,000 Pollution Liab GENLAGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOPAGG $1000000 POLICY PRO - E LOC C AUTOMOBILE LIABILITY ANY AUTO BA8331570 10118/2009 1011812010 COMBINED SINGLE LIMIT (Ea modem) $1,000,000 X BODILY INJURY (Perpmm) $ ALL OWNED AUTOS SCHEDULED AUTOS X BOOBY INJURY (Per accident) $ HIRED AUTOS NON-OWNED AUTOS X PROPERTY DAMAGE (Per ac6rlwt) $' GARAGE LIABILITY AUTO ONLY• EA ACCIDENfJ C •T1Jn'tN1. ANY AUTO OTHERTHAN � 3 AUTO ONLY: FAA A EXCESBIUMBRELLALIABILITY NSJH71736 10/18/2009 1011612010 E $4000000 X OCCUR 7 CIAIMS MADE $4,000,000 S $ DEDUCTIBLE X 4EACHACCIDENT $ RETENTION s5,000 B WORKERSCOMPENSAWNIAND EMPLOYERS' LIABILITY ANYICPROPREIEL�TOEWRPARTNERIEXECUTIVE 5864828 WC 5864829 USLH 10/01/2009 10101/2010 0TH - " T $1000000 " OF ndEto yin Nn) EXCLUDED? MPLOYEE $1000000 N Yes, desaibe ender SPECIAL P ROVISIONS bedm I E.L. DISEASE - POLICY LIMIT $1000000 A OTHER Rented/Hired NSJH70596 10N8/2099 10f18/2010 $500,000 Limit Equipment $1,000 Ded. DESCRIPTION OF OPERATIONS I LOCATIOS /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS Project: Edgewater Avenue Coping Improvements Project Description: Repair existing coping and spalls 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 " (See Attached Descriptions) ACORD 25 (2009101) 1 of 3 #S7124801MS53532 ® 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BR43 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Newport Beach CATS THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 'L DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 60 $O SHALL Attn: Shauna Oyler IMPOSE NO OBLM.ATION OR LUUMLRY OF ANY KIND UPON THE INSURER. ITS AGENTS OR 3300 Newport Boulevard REPRESENTATIVES. Newport Beach, CA 926588915 AUTHORIZED REPRESENTATIVE ACORD 25 (2009101) 1 of 3 #S7124801MS53532 ® 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BR43 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance.does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. - - - M M ACORD 25 (2s0e101) 2 of 3 DESCRIPTIONS (Continued from Page 1) Contractor Including the insureds general supervision of Contractors; products and completed operations of Contractor; premises owned, occupied or used by contractors or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded the City, its elected or appointed officers, officials, employees, agent or volunteers as respects to the General Liability and Auto Liability Policies, per the forms attached: Endorsement# 10 and GECA 701 (01/07) Blkt. Commercial Auto Gold Endorsement Contractors 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 Contractors 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 Contractors insurance and shall not contribute with It under the General Liability and Auto Liability Policies, per the fors attached: Endorsement # 10 - Includes the Primary Wording Clause and GECA 701 (01107) Blkt. Commercial Auto Gold Endorsement - Includes Primary Wording Clause. The insurer shall agree to waive all rights of subrogation against City; it is elected or appointed officers, agents, officials, employees and volunteers for losses arising form work performed by Contractor for City under the Auto Liability; General Liability and Workers Compensation Policies, per the forms attached: Endorsement # 10 - Includes the Waiver of Subrogation Clause and GECA 701 (01107) Blkt Commercial Auto Gold Endorsement - includes the Waiver of Subrogation Clause and Blanket Waiver of Subrogation as respects to the Workers' Compensation Polley. Protection & Indemnity/Hull & Machinery Coverage: "Moe" - $10,000 BUPH Dad. "JC Freeze" w /crane - $10,000 BUPH Dad. "JBoat" - $1,000 BI1PH Ded. "Whity" - $1,000 BI /PH Dad. "CSI Skimmer" - $1,000 BUPH Dad. "Meri" - $10,000 BI /PH Ded. "Mani I" - $10,000 BI/PH Dad. "Mani 1[*'- $10,000 BI /PH Dad. "Napa Valley" - $10,000 BUPH Dad. "Sea Quest" - $10,000 BUPH Dad. "Brea- Tessa" - $10,000 BI /PH Dad. "AmyBee" .$10,000 BI /PH Dad. AMS 25.3 (2009101) A4ft INTERNATIONAL MARINE O ® r9 ENDORSEMENT # 10 UNDERWRITERS To be attached and made part of Policy Number NSJH 70596 Of The Northern Assurance Company of America Issued to: Associated Pacific Constructors, Inc. Effective May 13, 2010 and in consideration of the premium charged, it is agreed that the following entity is hereby named as Additional Insured with respect to Section I, Part I — Marine General Liability, Part II — Protection & Indemnity, and Part IV — Pollution Liability with full waiver of subrogation, as respects to Edgewater Avennue Coping Improvements as their interests may appear: City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 -8915 It is further agreed that this policy shall be considered primary over all other coverages available to the Additional Insured, but only with respect to their interest on project Edgewater Avenue Coping Improvements All other terns and conditions remain unchanged. Dated: May 13, 2010 Signature- of A rzed Representative COMMERCIAL AUTO GOLD ENDORSEMENT _ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II • LIABILITY COVERAGE A. COVERAGE i. WHO IS AN INSURED The following is added: d Any organization, other than a. par, nership or joint venture. over which you maintain ovvnmist, io or ; majority interest on the effective date of this Coverago Farm, if there is no similar insurance available to that organization. Any organization you newly acquir a or form other than a parinersnip or joint venttxe. and over which you maintain ownership of a majority interest. However, coverage under this provision does not apply: .41) If there is similar insurance or a self- insured retention plan available to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. I. Any volunteer or employee of yours while using a covered "auto" you do not own, hire or borrow +n your business or your personal affairs. Insurance provided by this endorsement is excess over any other insurance available to any volunteer or employee. g. Any person, organization, trustee, estate or governmental entity with respect to the operation, maintenance or use of a covered "auto" by an insured, it: ('I 1 You are obligated to add that person, organization, trustee, estate or governmental entity as an additional insured to this policy by: (a) an expressed provision of an "Insured contract ", or written agreement; or (b) an expressed condition of a written permit issued to you by a governmental or public authority. (2) The "bodily injury" or "property damage" is caused by an "accident' which takes to I sce :3he! (a) You executed the "insured contract' or written agreement; or (b) the permit has been issued to you. ;EC:. 701 (0741:.1 Includes copyrighted material of Insurnntt Services Olfecz, Jac. ,014 ifs permission F.., I or 4 2. COVERAGE EXTENSIONS a. Supplementary Payments. Subparagraphs (2) and (4) are amended as follows: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earning up to $500 a day because of time off from work. SECTION III • PHYSICAL DAMAGE COVERAGE A. COVERAGE The following is added: S. Hired Auto Physical Damage a. Any "auto" you tease, hue, Ter11 or borrow from someone other than your employees or partners or members of their household.ls a covered "auto" for each of your physical damage coverages. b. The most we will pay for "loss" in any one "accident" is the smallest of: (1) $50,000 (2) The actual cash value of the damaged or stolen property as of the time of the 'loss ": or (3) The cost of repairing or replacing the damaged or stolen property with otter property of like kind and quality. If you are liable for the "accident', we will also pay up to $500 per "accident" for the actual loss of use to the owner of the covered "auto ". c. Our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by an amount that is equal to the amount of the largest deductible shown for any owned "auto" for that coverage. However, any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. d. For this coverage, the Insurance provided is primary for any covered "auto" you hire without ,a driver and excess over any other collectible insurance for any covered "auto' that you hire with a driver. S, Rental Reimbursement Coverage We will pay up to $75 per day'for up l0 30 days, forrenial reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto'. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for a period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 day=_, We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your materials and equipment from the covered "auto'. GECA 701 f011m) includes copprfghled material orinsumaee services Offices. fnasvi;b its penni5sian Page 2 nCI If "loss' results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under paragraph 4, Coverage Extension. Lease Gap Coverage If a long -term leased "auto" is a covered "auto" and the lessor is named as an Additional Insured - Lessor, In the event of a total loss, we will pay your additional legal obligation to the lessor for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance" of the lease. "Outstanding balance" means the amount you owe on the lease at the time of loss less any amounts representing taxes; overdue paymenls;,penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; and lease termination fees. B. EXCLUSIONS The following is added to Paragraph 3 The exclusion for "loss" caused by or resulting from mechanical or electrical breakdown does not apply to the accidental discharge of an airbag Paragraph 4 is replaced with the following: 4. We will not pay for'ioss" to any of the following: a. Tapes, records, disks or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment b. Equipment designed or used for the detection or location of radar. c. Any electronic equipment that receives or transmits audio, visual or data signals. Exclusion 4.c does not apply to: (1) Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto "; or (2) Any other electronic equipment that is: (a) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's °operating system; or (b) An integral part of the same unit housing any sound reproducing equipment described in (1) above and permanently installed in the opening of the dash or console of the covered "auto, normally used by the manufacturer for installation of a radio. D, DEDUCTIBLE The following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. GECA 701 (01/(n) inciudu copyrighted material of Insurance Servicu offices, Lac. M(h its permission Pacge3 or SECTION IV. BUSINESS AUTO CONDITIONS A. LOSS CONDITIONS Item 2.a. and b, are replaced with: 2, Duties In The Event of Accident, Claim, Suit, or Loss a, You must promptly notify us. Your duty to promptly notify us is effective when any of your executive officers, partners, members, or legal representatives is aware of the accident, claim, "suit ", or loss. Knowledge of an accident, claim, "suit ", or loss, by other employee(s) does not imply you also have such knowledge. b. To the extent possible, notice to us should include: (1) How, when and where the accident or loss took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the accident or loss. The following is added to S. We waive any right of recovery we may have against any additional insured under Coverage A. 1. Who Is An Insured g„ but only as respects loss arising out of the operation, maintenance or use of a covered "auto" pursuant to the provisions of the "insured contract', written agreement, or permit. R. GENERAL CONDITIONS 9. is added " 9. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Your unintentional failure io disclose any hazards existing at the effective date of your pot icy will not prejudice the coverage afi"ad. However, Am have th=- ricgh`: to collect UUOIicv?al premium for any such hazard. COMMON POLICY CONDITIONS 2.b, is replaced by the following: b. EO days before the effective date of cancellation if we cancel for am,, other reason. GECA 701(01177) Fncludes copyrightedtnaterini orin sarance Services OlTaes. iu permission P6 age4 of BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it Is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/01 /2009 forms a part of Policy No. WC 005 -86 -4828 Issued to ASSOCIATED PACIFIC CONSTRUCTORS, INC. By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organization. The additional premium for this endorsement shall be 2 % of the total estimated workers compensation premium for this policy. W re 1rtX ,. WC 04 03 61 Countersigned by _____._.__ ----------------------- (Ed. 11190) Authorized Representative CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 05/1312010 Dept. /Contact Received From: Shauna Oyler Date Completed: 05/14/2010 Sent to: Shauna Oyler By: Michelle Ross Company /Person required to have certificate: Associated Pacific Constructors, Inc. Service(s) Provided: GENERAL LIABILITY A. INSURANCE COMPANY: Northern Assurance Co. of America B. AM BEST RATING (A -: VII or greater): "A "(XIV) C. ADMITTED Company (Must be California Admitted) Is Company admitted in California? E Yes ❑ No $1,000,000 plus D. LIMITS (Must be $1M or greater): What is limit provided? $4,000,000 Umbrella E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers) E Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? E Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? E 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 E 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: National Union Fire Insurance Co. of Pitt. B. AM BEST RATING (A-: VII or greater) "A" XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? E Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): $1,000,000 plus What is limits provided? $4,000,000 Umbrella E. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? E Yes ❑ No 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: Netherlands Insurance Company B. AM BEST RATING (A-: VII or greater): "A "(XV) C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: A/ 4& ,ease Iffy 14'r 2010 Agent of Brown & Brown Date Broker of record for the City of Newport Beach ❑ Requires approvallexceptionlwaiver by Risk Management B&B initials Comments: Approved: Risk Management Date ❑ Yes ❑ No = ` Associated Page 1 of Pacific t , Constructors, Inc. Offshore • Nearshore • Onshore May 3, 2010 Proposal Contract No. 4320 Edgewater Avenue Coping Improvements Project City of Newport Beach, CA Public Works Department Associated Pacific Constructors, Inc. is pleased to provide our proposal for the work required on the Edgewater Avenue Coping Improvements Project, Overview: Coping Repairs: Repair existing cracks and spall. This work includes the repair of the existing coping by performing epoxy crack injection repairs of approximately 80 LF in the existing coping and concrete spall repair of approximately 5 CF on the east wall at the north end. Coping extensions: Raise the existing coping elevations to +10.00' MLLW on three sides. This work includes raising the existing wall on top of the existing coping on the west side to the planned +10.00' elevation. Extend the existing battered wall at Undo Ave. Street end to the planned elevation. Construct a similar wall on top of the east side coping to match that of the west side wall and sack the faces of the east and west coping for cosmetic appearance upon completion of repairs. The prevailing wage rates will be paid for work performed. Scope: • Mobilize, supply install labor, materials and supervision to repair the existing coping and extend the coping on three sides. • Pressure clean the existing coping, and cleaning out all cracks. • Prep cracks with v- grooves for epoxy crack injection. • Remove loose concrete for spall repairs. • Form work on spalls using pour method of repair. • Construct new extensions over existing coping with concrete epoxy bonder for adhesion to new extension. • Drilling and epoxy anchoring #4 epoxy coated rebar vertical dowels 24" O.C. minimum 8° embedment on all 3 wall extensions. • Extend existing wall extension on top of existing west side coping using 5 ea. #4 horizontal bars. Form to lose the existing chamfered edge at top of the wall other than that of the beach side. The new wall extension to be chamfered at the top. • Construct Undo Ave end wall extension with 2 ea. #4 horizontal bars. Wall to be approximately 8° thick formed straight up transitioning from the battered wall, losing the existing chamfer and chamfered at the top of new wall extension. • Construct the east side wall similar to the wall on the west side matching the chamfered seam between the existing coping and extension on the beach side. Construct wall using 7 ea. #4 horizontal bars and chamfered at the top of the new wall. • Sack the existing faces of the east and west coping completing the improvements. Associated Pecft Constructors, Inc. 495 Embarcadero Morro Bay, CA 93442 www.assodatedpac fk.com � Page 2 of 3 I%,-7 AL Pricing: Coping Repairs: $10,200.00 Wall Extensions: $15,913.00 TOTAL LUMP SUM FOR SCOPE OF WORK $26,113.00 Time of Completion: Associated Pack Constructors Inc. anticipates the total scope of this work to take 15 consecutive working days. The anticipated start date will be May the 17th. Deadline date to perform work will be June 8'". Liquidated damages: For each consecutive calendar day after the specified deadline date for the performance of work liquidated damages shall be the daily sum of $100 per day. Thank you for this opportunity to provide you a proposal. If you have any questions please feel free to contact Mike Marchitto, (310) 549 -1961 Sincerely, Mike Marchitto Southern Area Manager Associated Pacific Constructors, Inc. California Class A General Engineering Lic. #394886 Associated Padac Constructors. Inc. 495 Embamadem Morro nay, Calitamia, 93442 www.assoGatedpacW9=Dm f r /11.n �[ H rIJA a1 p 8Ol.F ipot✓ CPACK t`�� �I�J�$T �tD Iw�ii CTf Owl [ u Plov& r/ gS i LADD AVE, as F ��63 "3'LtW EDGEWATER AVENUE COPING EXTENSION ( @LINDO AVE. STREET END) 1. Extend existing wall on top of existing cop ng to 10' MLLW 2. Extend existing wall at Undo Ave. Street End to 10' MLLW 3. Construct similar wall to ai to 10' MLLW on top of existing coping. 5GF 5P4LL (1gAAfas� /0.00 ML r—"✓ u r,/ �•y4�